Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63072-PM1
CSC No. 63072-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SEWER, PAVING, DRAINAGE & STREET LIGHT IMPROVEMENTS TO SERVE HULEN TRAILS PHASE 3 City Project No. 105292 IPRC23-0182 FID# 30114-0200431-105292-EO7685 W-3018 X-28026 Mattie Parker Mayor David Cooke City Manager Christopher P. Harder, P.E. Director, Water Department Lauren L. Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth November, 2024 civi Engineering & Surveying 2559 SW Grapevine Pkwy. Grapevine, Texas 76051 817.329.4373 11/04/2024 MATH M J. BAACKE ........................... ► ;•.. 99368 ; OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor- and Couneil Gonxmmjafuaa 07/01/2011 0005 15 Addend 07/01/2011 07/19/2021 11/02/2021 02/24/2020 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Ben 09/11/2017 00 43 37 Vender- ComrJ1nzia t Stme Law N rfesi en4 Bidde 06/27/2011 0045 1 Bidders Pr-equ ufie4ieas- 08/13/2011 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Applicati 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 0045 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 11/23/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2020 03/09/2020 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 81 �! :20 0132 16 PFE)jOet Meet* — Construction Schedule 074n i 08/13/2011 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 0135 13 Special Project Procedures 12/20/2012 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 M 13 Tempe -ary D,., eet Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: CITY OF FORT WORTH Hulen Trails Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #105292 Revised December 9, 2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 htti)://fortworthtexas.gov/ti)w/contractors/ or httDs://apus.fortworthtexas.eov/Proi ectResources/ [Only list the Standard Specifications the Engineer has determined are appropriate for this specific project and strike through the Specifications not applicable to the project.] 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 12/20/2012 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 112�0 G,,,,erete Base Material for Trench n 12/20/2012 03 80 00 >\aodifieations t Existing r r,..oto 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical- 11/22/2013 'l�v Demolition for- Elee4ieal Systems 12/20/2012 260533 Raee,, ays and Boxes for- Eleetfieal Systems 12/20/2012 96 05 4-3 Underground Ducts and Raceways for leet+iea Syste 07/01/2011 260550 Communications Multi Duct G^,,dui 02/26/2016 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 23 2-2-1 Borrow 01/28/2013 3124 00 L an'km i`P 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 313600 Ga-bians 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 3''�T P-Rapa4f 12/20/2012 27�4o Temporary Asphalt Paving n epa 12/20/2012 320129 Gonerete Paving Repai 12/20/2012 32 1123 Flexible Base Courses- 12/20/2012 32 1129 !/.n:� Treated Base r 12/20/2012 32 33 Cemea4 Tr-ea4ed Base r,. 12/20/2012 32 1137 r ; ,;,1 Treated Soil Stabi 08/21/2015 3'�o Aorhalt A- ing 12/20/2012 3'�3 Acp1:t.k llky,4Ig Cf: di g aJmnts 12/20/2012 32 13 13 r rer-ete n.,yi*g 03/19/2021 3'�0 G rer-ete Side a110, Dritcv-,wfand uafr-io. Flee Ramps 12/09/2021 32 1373 C,.ner-ete Pa-y ng joint Sealants 12/20/2012 32�1 ^ 16 -B&,di T-knit Pa-vin 12/20/2012 CITY OF FORT WORTH Hulen Trails Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #105292 Revised December 9, 2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 3q 16 13 C rer-ete C,,..b and 0,ittem&-and Valley r,,,+ 12/09/2021 3q 17 q3 Pave, eno TiT.,Fk4f gs 11/22/2013 32 1725 Guf- . Address Pain4i . 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 Z7�3 Cast i Ulaee r, ,,rote D:wnirrg Walls, 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Sodding 05/13/2021 3292 14 Non ,.r.,tiye Seeding 05/13/2021 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 330130 Sewer and Manhole Testing 9/07/2018 330131 Closed Circuit Television (CCTV) Inspection 04/29/2021 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 joiPA Bonding and Electrical lsolatie 12/20/2012 33 04 Corrosion Control Tort Stations 12/20/2012 33 04 Magnesium Anode C.,thedie Pr-eteetio S yste-an 12/20/2012 33 04 30 Eo .yes 07/01/2011 3� 04-40 C��i-atakyg cs:d Acceptance nce Testing of Water „gains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 12 Water- Line Lower -in 12/20/2012 3305 13 Frame, Cover and Grade Rings 12/09/2021 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 09/20/2017 Grade 110 r re -ete Water- Vaults 12/20/2012 33 05 17 G rer-ete r llat:s 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 Z Z�3 14a d Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 ✓� 11 13 Coner-0t2-Pr-esstife Pipe, Baf IALFapped, Stool Cylinder- Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 'moo WPaz ' incz7. to 2 ine 02/14/2017 1211 r- .,te . Mete -s Large Wate 12/20/2012 �0 Resilient Seated Gate Valve 05/06/2015 33 1221 n VPAI n n„bbe - Seated BtAtef fly Valves 04/23/2019 33 12 25 r rreei n t Existing Water- Mains 02/06/2013 ZZ�v Air- Valve Assemblies f r Potable Water- Syste 12/20/2012 01 /03/2014 CITY OF FORT WORTH Hulen Trails Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #105292 Revised December 9, 2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 33 1250 der Earp!2 Stations 12/20/2012 33 12 60 St, rdai-7,1 Blow off Valve Assembly 06/19/2013 ?? P1 13 Ctffe,l ;n Ulaee Pipe (CIPP) 12/20/2012 ✓3 12 Fiber -glass no;nea n;..efef r_ .,;t1 E�erlsW_f Ems 12/20/2012 33 21 AS High Density Polyethylene (14PP ) Pipe for- S„ff;t., y So,. a 04/23/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer 33 31 21 Pipe 12/20/2012 3? > 33 Sa-mitafy Sewcr V.ip Lining 12/20/2012 Z Z�3 San tafy S ewe Pipe E a1.,argztmnt 12/20/2012 3 31 50 S.,n;t.,,.., Sewer- Sei=v ee C rro�tll\'1/an Sei=v ee Line e 04/26/2013 333170 Ce Line,,, A; . VaWe f . S. a;tafy Sewer- Fo -ee N4 12/20/2012 33-39 10 Cast i nlaee C ner-e o Manh\)Ies 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fibefglass" whheles 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33 41 ReinforcedG,.. erete St,,,.,,, Sower Pipe/Culverts 07/01/2011 33 1 1 1 HighDensity Polyethylene 1 nr Pilv f orm Dmin 12/20/2012 33 1 1 7 1 � �� (FJ3 �) _ ipc Rein f ,-ee Po!yethyk-i+e DL' Pipc 11/13/2015 33 4113 Polypropylene Pipe for Storm Drain 4/02/2021 33 4600 Subdrainage 12/20/2012 33 4601 storm Drains 07/01/2011 33 46 oz T+efioAk Denim 07/01/2011 33 490 Ga`q in -Akavo Manholes and r„metio u,,x 12/20/2012 22�0 G,,,-b and Drop inlets 12/20/2012 33 4940 Storm Dr imge 14ead ally andW,,,,.w" 07/01/2011 Division 34 - Transportation 34 41 Traffic S;,..,.,1- 10/12/2015 3^ ^�01 Attachment A— Controller Gabine 12/18/2015 34 41 Attachment B Controller Specification 02/2012 34 ^te n-4 0.03 Attaehment G Se€twafeSpeeifie-atlen 01/2012 34 41 11 T � � ,�I� F�4a,,z 11/22/2013 34 41 Removing Traff e Signals 12/20/2012 34 41 15 Rectangular Rapid PladhingBeaeoi} 11/22/2013 34 41 16 PedeL;tnan HybFid-Signal 11/22/2013 34 41 qO Readwy NluC:i -W..a A sse ff Mies 12/20/2012 34 ^� �z .01 ArtctrW LED lZoadway liamimircc 06/15/2015 3n n�02 Freeway LIED v,,..dw ., Ljamimir s 06/15/2015 34 4120.03 Residm ial LET' - Danin�rrs 06/15/2015 34 4130 Aluml A,V x Eglis 11/12/2013 34 41 50 Fl.nglo Mode Fiber �'� Cable 02/26/2016 3471 13 Traffic Control 03/22/2021 CITY OF FORT WORTH Hulen Trails Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #105292 Revised December 9, 2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 6 of 6 GE-4.01 Availability of La -ads GC-4.n02 Subsurface and Physical Conditions GG-4V I T TnAe -g -. tlfl a L'ae l:ties 'dZQ,— O-US L'fw .e,..,..e,.t..l Condition M Site G Miner ty era W,,,..er n.,.,.e,l Business Enefpr-ise rGii pl-1m3 GC 6.07 l .fg C GC-6,09 Pefm is and Utilities G&C.21 1\T GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Hulen Trails Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #105292 Revised December 9, 2021 DIVISION 00 GENERAL CONDITIONS UTILITIES SECTION ua 42 rJ i]rvcIopn -dd Pi - PRr ]p1 IAL Fi 13ulen l nrb Pela,a 1. Crn Plapsl Y111ti29± UNIT PRICE ISM pi bem in(rrtmnluw li pillar j Ikvnlxum Span ficd.0 I 1 1Jr. l,d Bid I 11a11 ii Bid Vuli, nrw f neon 140 x1exei-1 la,mnn Unit 1 Water Fecllbes ' 1 33050003/ Wateri L-rng 130512 EA 5 14.596.171 322490.q}{ 2 3305 0109 Trench Sari 33 010 1 4.li S9 19/ 5912. 3 3311 0007 MM1e lran Water Frth- W Restri 33 11 11 TON 1.4 1i79� $2325215, 1 4 3311 0247 B' PVC WHer Pope 33 11 10, 33 11 12 LF 3,15t 551.73I s163.001.2 5 33110071 T PVC Vii Po�P,* 321112 LF 1.517 308.851 573/.785. ii ,6 331p4'6ry2 ,W/a �r Pare. CSS Baca50 ��v�' 33 11 12 LF 10 SIW 51,306�0 7 3311 'r'ro1 1" P 341110 LF Its $154.961 817,975.36 i 0 3311.D45212' DIP Water, CSS Beckall 3611 10 LF 10 5196.931 11.96930 r 9 3312.0001 Sld Flre�-Ive ant assemN''(( 16' Go. Vaive 6 Valve hoe 33 12 40 EA 6 97.387.67 S&1 32722 1 10 5312-0t17 Wnnecbon to F,�j 4"-72Wwere, ..in 331225 EA 6 $921.2s 65. 27501 t 11 33,12.2003 1' Water Service Domespcl 3312 1D EA 1" 111.101.81 3'71.620.641 12 3312.2003 1" ylce1 anj 34 12 10 EA 2 57267.76 s2.51 S521 13 14 33122103 7 ffZ Weler Serwce�mnwi 3312.3003 11" Gate VaNe 6 VaNe So. S91210 36 12 10 I EA EA t 4 52,f., 52245.4 I W.799.87 bq�eL,g 15 3312.3005 12' Gate VaNe 6 Vii Sae 33 12 20 1 6A 4 $4.096.82J Sf�.3. - 16 99990001 4- PVC Imod2on &-eves 00 00 OC I LF 259 1 Si5.6 otrr Suto..I 5622,284. Unit 2 Sery�W,SewerFacile- IT 1311,1"1 0062 Poe1LC7V Insoci 11Vuum T.a1M ri 19 33.0704 Trerlcn Safe 20 �305.0713 Trench Weser . 21 /�3051007 20'CaMgQ BY ^Cur-- 23 3331 4115 6' SDR-26 PVC Sower A;. 24 1331 4116 6` PVC SanitarySewer Pope wr CSS 1i 25 5331 4119 8- DIP Sewer pp 26 3331.4120 8' DIP Sewer Plp�e C55 Rai 333a.1C01 4'Ste Din Menhole 2e 1339.1105 5' Drop M4nnole 29 1319 1003 4' E.da Depth Manhole 30 3339 1103 5' Fade Depth Manhole 31 J339 CON Elw.v Man .1. Ln.r 32 9999.DOC F C... i to Existing 8" S S eery seriew Subtotal 13: Shere D'- Fecabe> I 33 33CSA709 Trani 5a Y 34 0241.H01 Remove Neetlw411! SET I 35 3137.0104 Medium Scone Rlran I 36 3305.0112 Conner Collar 1 37 Claw33 111 334ij1 Q0022001 �2jj1' �g(R�C�P 33 I 0 I-03 30/RCN. CTea el I 41 3341 0402 42'B1CP Cie. III I 42 3341.1202 Sx4 Bars Culvert I 43 3341.12132 2-5.4 8ns Culvert 1 44 3341 Ti 03 2-4x4 Box Culvert 1 45 3319 0001 4' Slonn Arncnon Bax 46 3UVD002 V Storm dunow Boa 47 3349.0101 4' Mandole Raw 46 3349.5001 19' Curb Inler 49 7749.5002 15' Club Inlet 50 3349.9003 V Groh dael 51 6999.000' 3.T.4-Conc. Sitadi w/ Straight W7neIi 52 9899.0002 Concrete yn 1 5J 9999.I j<' 0 ` Corm n Su 7307 31 f LF SOBS $3 ]0 sle.519.80` 3301 30 EA 22 5452.03 $9,9"061 3305 f0 lF SOBS 50.31 51351 330515 EA 0 5617-51 i4.940.� 33 05 22 LF 48 $204-32 $9.3" 333160 EA 144 51798-53 5258,a" t� u 11 1 p, 33 31 12, LF .-1. $68 59 5320.315 3 "elllj 333120 331110, LF 80 $10570 30.54249 33 11 12 331110 LF 188 I 5156-M 528.0t5 331110 LF 90 5195.42 S1T.567 33 39 10. 31 39 20 EA 21 I $6,890.42 5140.498 $33910, 33 FA 1 $10.457.87 $1 C,457a 313213 I 32 3910. 3 I VF M $458,0 239.529 39 20 ff �3910. 3 VF It s86431 57.527411 333980 VF 17 -1.47 SIO OC4 000000 EA 3 989626 52,fi8.11 f986A12231 I 330510 LF 2.943 50.31� 5912 f 0241 14 EA 1 $3.597 AS1 $3,567 - - 313700 Sy 71 5142.271 SIC, 143 77 7a 0517 EA 7 51.181.02 8 1 I 33 a110 LF 220 S81A6 52C�i25 1 1141110 LF 533 S101A1 $54.006 37410 LF 450 1115.3i 153,047 1 334110 LF 174 $12172 321.179 -I 324710 LF a29 s1B0.99 16tA30. `I 334i 10 LF 4T6 S3M.01 11-11 1461 1 334I 10 LFIso 574281 3147.0367 1 3341 to LF 451 Si78 S28D607 1f� 324910 FA 4 56.176.10 124.555 I 334010 EA 2 bB.99B.50, 117997 334910 EA 5 I 53.371781 31a.B58 334920 EA 9 I ss.003.331 $72.029 32 49 20 FA 4 1 570.755.031 543.020 334920 EA 1 1 $9.033721 $9.23 . �SI149881 $20.502, Do 0000 SY 43 I S6.444. Do 0000 FA 1 r S408A71 SA0647 1 s1,070.121.11111 WarerlSaertary S-Ottlorm Drain F-Ii Si Ble Sni W4mn5 ri S-worfSLorm Cram F-Aides Sublolal Tofa1 Bad TN4 nee a s-i- ey In. .nary apte9 CeN9n Company Va.v. Coruttutaon inc Sdaet Ao - 14266 Mem Cary, &etxI Lp Car M.narele, Tx 76063 Pnore, W477.2050 I s2.378.202.7111 I VISA I:xi -J1 Sqn a[rr rq�� Tar 'T rv--_I, Qra3 °" 101Z2I ao�y � „ wnpleM NOItIL kr Fl�'wL x[aT.l'E,r�t lwinm a ...4.e ara...a�r 4r 4rrplev eti avaiTaxl T.smme.. n•rxe x•rn�aieM in iM rwi wr, oaunn. F.\9r1a tar Tin\ vnl 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvve" box provide the complete maior work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Water and Wastewater New Development, Rehabilitation, and Redevelopment Open Cut (42" and under) Contractor/Subcontractor Company Name Prequalification Expiration Date Venus Construction Co. 05/31/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Venus Construction Co. 1426 S Main Mansfield, TX 76063 BY: S ( ignature) TITLE:r�g DATE: END OF SECTION CITY OF FORT WORTH Hulen Trails Ph 3, CPN #105292 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP Form Version September 1, 2015 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. 105292 . 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: Venus Construction, Inc. Company 1426 S. Main Address Mansfield, TX 76063 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: Josh McAda Signature:S Title: President I-ICIQ--�-\ BEFORE ME, the undersigned authority, on this day, personally appeared4gaIC own to me to be the person whose name is subscribed to the fore�ggoing ins rument, an acknowledged to me that he/she executed the same as the act and deed of Ve.W1,-s Pfn5l-a W440Q purposes and consideration therein expressed and in the capacity therein stated. (�mvJv1� GIVEN UNDER MY HAND AND SEAL OF OFFICE this a� day of 4 ip4 1/ , 2024. ? .CRYIS o 869 F 071 a �"'Ji lallo"00 �,41AAA 06 otary Public in and for th State �offexas END OF SECTION CITY OF FORT WORTH Hulen Trials Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 105292 Revised April 2, 2014 00 52 43 - 1 Developer Awarded Project Agreement Page I of SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 11/26/2024 is made by and between the Developer, Bloomfield Homes, LP . authorized to do business in Texas and Contractor, Venus Construction, Inc. , authorized to do business in Texas, acting by and through its duly authorized representative. Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Helen Trails Please 3 City Proiect #105292 FID #30114-0200431-105292-E07685 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 70 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 3.3 Liquidated damages r Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer Two Hundred & Fifty Dollars ($250.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project # 105292 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of Two Million Five Hundred Seventv Eieht Thousand Two Hundred Two & 00I78 Dollars ($2.578.202.78) Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: 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 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 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. 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. 5. Drawings. 6. Addenda. 7. Documentation submitted by Contractor prior to Notice of Award. 8. 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project # 105292 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 MMMIMi\l_I� \ll�ll�MC�l`tl�i[i7�1 6.1 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 saecifically intended to onerate and be effective even if it is alleced or Proven that all or some of the damages being soucht were caused, in whole or in Part, by anv act, omission or neelieence 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. 6.2 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 overate and be effective even if it is alleced or Proven that all or some of the damages beine soucht were caused. in whole or in Part. by anv act, omission or neelicence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the Developer. 7.3 Successors and Assigns. Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project#IOS292 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Venus Construction, Inc. By: ZC>5(' (Signature) V 0AA 4- (Printed Name) Title:"--�e5 �,O�e—w Company Name: Venus Construction, Inc. Address: 1426 S. Main Mansfield, TX 76063 Date: 11 /26/2024 Developer: Bloomfield Homes, LP alit vi;rced By: Clint Vincent (Nov 26,2024095n CST) (Signature) Clint Vincent (Printed Name) Title: Attorney in Fact Company Name: Bloomfield Homes, LP Address: 1900 W. Kirkwood Blvd, #2300B Southlake, TX 76092 Date: 2024-11-26 CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project # 105292 Revised June 16, 2016 POLICY NUMBER: 41 PKG1991901 COMMERCIAL GENERAL LIABILITY CG20341219 19:1R24ZI1191:&l4►yi1411, 1119181:/_1k,[r 2M0:I:10011E 'M»:f_ -4:8NAM911ktey_ N=1111111J4WIN ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT - AUTOMATIC STATUS WHEN REQUIRED IN LEASE AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. B. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 34 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 41 PKG1991901 COMMERCIAL GENERAL LIABILITY CG20381219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS FOR OTHER PARTIES WHEN REQUIRED IN WRITTEN CONSTRUCTION AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured described in Paragraph 1. or 2. above. However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for the person or organization described in Paragraph 1. above are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or CG 20 38 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall applicable limits of insurance. not increase the Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 38 12 19 POLICY NUMBER: 41 PKG1991901 COMMERCIAL GENERAL LIABILITY CG20401219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS FOR OTHER PARTIES WHEN REQUIRED IN WRITTEN CONSTRUCTION AGREEMENT (COMPLETED OPERATIONS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured: additional insureds, the following additional 1. Any person or organization for whom you have exclusion applies: performed operations when you and such This insurance does not apply to: person or organization have agreed in writing "Bodily injury" or "property damage" arising out of in a contract or agreement that such person or the rendering of, or the failure to render, any organization be added as an additional insured professional architectural, engineering or on your policy; and surveying services, including: 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" performed for the additional insured described in Paragraph 1. or 2. above and included in the "products -completed operations hazard". However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. CG 20 40 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall applicable limits of insurance. not increase the Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 40 12 19 POLICY NUMBER: 41 PKG1991901 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 ►'i�1u1=1►11111go]:F-IM1 *19:I=110741WM:jIAA-IM: NA-111711119ey_104111111111111WA PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 41PKG1991901 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - BLANKET This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM Under Covered Autos Liability Coverage, the Who is An Insured provision is amended to include as an "insured" the person or organization who is required under a written contract to be included as an "insured" under this policy, but only with respect to their legal liability for your acts or omissions or the act or omissions of a person for whom Covered Autos Liability Coverage is afforded under this policy. All other terms and conditions of this policy remain unchanged. Endorsement Number: OOCA0115001013 Policy Number: 41 PKG1991901 Named Insured: Venus Construction Co. Inc. dba Venus Construction Company This endorsement is effective on the inception date of this Policy unless otherwise stated herein Endorsement Effective Date: April 16, 2024 00 CA0115 00 10 13 Page 1 of 1 POLICY NUMBER: 41 PKG1991901 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and the Other Insurance — Primary And and supersedes any provision to the contrary: Excess Insurance Provisions in the Motor This Coverage Form's Covered Autos Liability Carrier Coverage Form and supersedes any Coverage and General Liability Coverages are provision to the contrary: primary to and will not seek contribution from This Coverage Form's Covered Autos Liability any other insurance available to an "insured" Coverage is primary to and will not seek under your policy provided that: contribution from any other insurance available 1. Such "insured" is a Named Insured under to an "insured" under your policy provided that: such other insurance; and 1. Such "insured" is a Named Insured under 2. You have agreed in writing in a contract or such other insurance; and a reement that this insurance would be 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". g primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc.,2016 Page 1 of 1 POLICY NUMBER: 41PKG1991901 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Venus Construction Co. Inc. dba Venus Construction Company Endorsement Effective Date: April 16, 2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) POLICY NUMBER: 41 WC11991901 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. (❑) Specific Waiver Name of person or organization (®) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. 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: INCLUDED This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 16, 2024 Policy No. 41 WC11991900 Insured Venus Construction Co. Inc. Insurance Company Arch Insurance Company DATE OF ISSUE: April 16, 2024 Countersigned By Endorsement No. Premium INCL. WC420304B (Ed. 6-14) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Policy Number: 414FP1991901 COMMERCIAL EXCESS LIABILITY CX 24 33 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): ANY ADDITIONAL INSURED. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Paragraph 8. of Section III — Conditions is replaced by the following: 8. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis. However: (1) This condition will not apply to other insurance specifically written as excess over this Coverage Part. (2) The insurance provided under this Coverage Part will not seek contribution from any other insurance available to an additional insured, provided that: (a) The additional insured is a Named Insured under such other insurance; (b) The additional insured is shown in the Schedule; and (c) You have agreed in writing in a contract or agreement that this insurance would not seek contribution from any other insurance available to the additional insured. When this insurance is excess, if no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. b. When this insurance is excess over other insurance, we will pay only our share of the "ultimate net loss" that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of the insurance provided under this Coverage Part; and (2) The total of all deductible and self -insured amounts under all that other insurance. CX 24 33 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 Additional Named Insureds Other Named Insureds Venus Construction Company Doing Business As, Additional Named Insured CLLA Group, LLC Additional Named Insured Midlothian Machinery, LLC Additional Named Insured Tierra X Excavation, LLC Additional Named Insured OFAPPINF (02/2007) COPYRIGHT 2007, AMS SERVICES INC POLICY NUMBER: 41 PKG1991901 COMMERCIAL GENERAL LIABILITY CG20341219 19:1R24ZI1191:&l4►yi1411, 1119181:/_1k,[r 2M0:I:10011E 'M»:f_ -4:8NAM911ktey_ N=1111111J4WIN ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT - AUTOMATIC STATUS WHEN REQUIRED IN LEASE AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. B. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 34 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 41 PKG1991901 COMMERCIAL GENERAL LIABILITY CG20381219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS FOR OTHER PARTIES WHEN REQUIRED IN WRITTEN CONSTRUCTION AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured described in Paragraph 1. or 2. above. However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for the person or organization described in Paragraph 1. above are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or CG 20 38 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall applicable limits of insurance. not increase the Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 38 12 19 POLICY NUMBER: 41 PKG1991901 COMMERCIAL GENERAL LIABILITY CG20401219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS FOR OTHER PARTIES WHEN REQUIRED IN WRITTEN CONSTRUCTION AGREEMENT (COMPLETED OPERATIONS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured: additional insureds, the following additional 1. Any person or organization for whom you have exclusion applies: performed operations when you and such This insurance does not apply to: person or organization have agreed in writing "Bodily injury" or "property damage" arising out of in a contract or agreement that such person or the rendering of, or the failure to render, any organization be added as an additional insured professional architectural, engineering or on your policy; and surveying services, including: 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" performed for the additional insured described in Paragraph 1. or 2. above and included in the "products -completed operations hazard". However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. CG 20 40 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall applicable limits of insurance. not increase the Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 40 12 19 POLICY NUMBER: 41 PKG1991901 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 ►'i�1u1=1►11111go]:F-IM1 *19:I=110741WM:jIAA-IM: NA-111711119ey_104111111111111WA PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 41PKG1991901 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - BLANKET This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM Under Covered Autos Liability Coverage, the Who is An Insured provision is amended to include as an "insured" the person or organization who is required under a written contract to be included as an "insured" under this policy, but only with respect to their legal liability for your acts or omissions or the act or omissions of a person for whom Covered Autos Liability Coverage is afforded under this policy. All other terms and conditions of this policy remain unchanged. Endorsement Number: OOCA0115001013 Policy Number: 41 PKG1991901 Named Insured: Venus Construction Co. Inc. dba Venus Construction Company This endorsement is effective on the inception date of this Policy unless otherwise stated herein Endorsement Effective Date: April 16, 2024 00 CA0115 00 10 13 Page 1 of 1 POLICY NUMBER: 41 PKG1991901 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and the Other Insurance — Primary And and supersedes any provision to the contrary: Excess Insurance Provisions in the Motor This Coverage Form's Covered Autos Liability Carrier Coverage Form and supersedes any Coverage and General Liability Coverages are provision to the contrary: primary to and will not seek contribution from This Coverage Form's Covered Autos Liability any other insurance available to an "insured" Coverage is primary to and will not seek under your policy provided that: contribution from any other insurance available 1. Such "insured" is a Named Insured under to an "insured" under your policy provided that: such other insurance; and 1. Such "insured" is a Named Insured under 2. You have agreed in writing in a contract or such other insurance; and a reement that this insurance would be 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". g primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc.,2016 Page 1 of 1 POLICY NUMBER: 41PKG1991901 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Venus Construction Co. Inc. dba Venus Construction Company Endorsement Effective Date: April 16, 2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) POLICY NUMBER: 41 WC11991901 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. (❑) Specific Waiver Name of person or organization (®) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. 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: INCLUDED This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 16, 2024 Policy No. 41 WC11991900 Insured Venus Construction Co. Inc. Insurance Company Arch Insurance Company DATE OF ISSUE: April 16, 2024 Countersigned By Endorsement No. Premium INCL. WC420304B (Ed. 6-14) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Policy Number: 414FP1991901 COMMERCIAL EXCESS LIABILITY CX 24 33 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): ANY ADDITIONAL INSURED. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Paragraph 8. of Section III — Conditions is replaced by the following: 8. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis. However: (1) This condition will not apply to other insurance specifically written as excess over this Coverage Part. (2) The insurance provided under this Coverage Part will not seek contribution from any other insurance available to an additional insured, provided that: (a) The additional insured is a Named Insured under such other insurance; (b) The additional insured is shown in the Schedule; and (c) You have agreed in writing in a contract or agreement that this insurance would not seek contribution from any other insurance available to the additional insured. When this insurance is excess, if no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. b. When this insurance is excess over other insurance, we will pay only our share of the "ultimate net loss" that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of the insurance provided under this Coverage Part; and (2) The total of all deductible and self -insured amounts under all that other insurance. CX 24 33 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 Additional Named Insureds Other Named Insureds Venus Construction Company Doing Business As, Additional Named Insured CLLA Group, LLC Additional Named Insured Midlothian Machinery, LLC Additional Named Insured Tierra X Excavation, LLC Additional Named Insured OFAPPINF (02/2007) COPYRIGHT 2007, AMS SERVICES INC 0062 13- 1 PERFORMANCE BOND Page I of 2 SECTION 00 62 13 Bond Number: 46BCSJH3211 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Venus Construction. Inc. known as "Principal" herein and, Hartford Fire Insurance ComDanv 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, Bloomfield Homes. LP , authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, Two Million Five Hundred Seventv Eieht Thousand Two Hundred Two & 00/78 Dollars ($2,578,202.78) , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 24-0150 ;and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 26th day of November , 2024, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Hulen Trails Phase 3. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. 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. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project #105292 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of November . 2024. ATOOTS-r: '(Principal) Secretary aM1n`e,,a,o Principal l PRINCIPAL: Venus Construction, Inc. BY: a S /.( Signature S�, �&t:�JkA Ty -f s I A f- P Name and Title / Address: 1426 S. Main Mansfield, TX 76063 SURETY: Hartford Fire Insurance Company BY: Si urc Jordan A Pitts, Attorney -In -Fact Name and Title Address: One Hartford Plaza riarltora, C.onnecticut 116155 Witness as to Surety Telephone Number: 469-661-0314 Melissa Pitts, Bond Secretary *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 Hulen Trails Pit 3 City Project # 105292 0062 14- 1 PAYMENTBOND Paget of 2 SECTION 00 62 14 Bond Number: 46BCSJH3211 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Venus Construction, Inc. , known as "Principal" herein, andHartford Fire Insurance Company ,, a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Bloomfield Homes, LP, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Two Million Five Hundred Seventv Eight Thousand Two Hundred Two & 00/78 Dollars ($2,578,202.78) , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CFA Number 24-0150 : and WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the 26th day of November , 2024, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Hulen Trails Phase 3. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project #105292 Revised January 31, 2012 006214-2 PAYMENTBOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of November 2024. ATTEST: J (Principal) Secretary— Witness as to Principal ATTEST: _ (Surety) Secretary Melissa Pitts Witnes�tSur6l ty Lloyd Ray Pitts Jr PRINCIPAL: Venus Construction, Inc. Signature Name and Title Address: 1426 S. Main Mnnsfjeld TX MAI SURETY: Hartford Fire Insurance Company BY: Signal Tordan A Pitts, Attorney -In -Fact Name and Title Address: One Hartford Plaza Hartford. Connecticut 06155 Telephone Number: 469-661-0314 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. CITY OF FORT WORTH Hulcn Trails Pit 3 STANDARD CJTY CONDITIONS— DEVELOPER AWARDED PROJECTS City Prajcct N105292 Revised January 31, 2012 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BOND, T-11 HartfOne ord,Conne tcut06155 Bond.Claims(a)thehartford.com call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: PITTS FENNELL & ASSOCIATES LLC Agency Code: 46-508944 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Lloyd R. Pitts, Jordan A. Pitts of DALLAS, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 'err ,� ► w' �iT �" �►1 : �•ri� aluc� • 4•utF► V _' . SD7o ! 97 a r + �+ '; ..._.ems• s'3s.....�; • �S:S� ArAtaO YA 'r ro • ,^�t Clc r101>rr' , 5;. Shelby Wiggins, Assistant Secretary Joelle L. LaPierre, Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. y'o ]essica Ciccone 71 t•rQo- . My Commission HH 122280 Expires June 20, 2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 11/26/2024 Signed and sealed in Lake Mary, Florida. �,,�•il'1� �r ``c^�Srs!r M1BY cl ca,•` �/r•Yr •,. � ::�.ccr.,rnr:�: � ►VaT ~ . =-'!ac•newo's - 011,19 7-' t is ;�`►i\ Y079 Keith D. Dozois, Assistant Vice President Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. The Hartford To get information or file a complaint with your insurance company or HMO: Call: Consumer Affairs at 1-800- 451-6944 Toll -free: 1-800-451-6944 Email: bond.claims@thehartford.com Mail: The Hartford Financial Services One Hartford Plaza, T-14 Hartford, CT 06155 Attn: Bond Claims Department The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 Email: ConsumerProtection@tdi.texas.gov File a complaint: www.tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 0062 19 - 1 MAINTENANCE BOND Page 1 of 3 SECTION 00 62 19 Bond Number: 46BCSJH3211 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Venus Construction, Inc. , known as "Principal" herein and Hartford 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, Bloomfield Homes, LP , authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of Two Million Five Hundred Seventv Eisht Thousand Two Hundred Two & 00/78 Dollars ($2,578,202.78) , 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. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 24-0150 : and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 26th day of November 2024, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Hulen Trails Phase 3, and; WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project #105292 Revised January 31, 2012 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 Hulen Trails Ph 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project #105292 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of November „2024. ATTq9T, (Principal) Secretary Y3z'1)n" n�t FLU d h � atocipal ATTEST: rte�,, � &- (Surety Secretary lissa Pitts r - Witness as to Surety Lloyd Ray Pitts Jr PRINCIPAL: Venus Construction, Inc. BY: U-�, 5 r-� IV CI� I Signature Name and Title t Address: 1426 S. Main Mansfield, TX 76063 SURETY: Hartford Fire Insurance Company BY: -� S' ature Jordan A Pitts, Attorney -In -Fact Name and Title Address: One Hartford Plaza Hartford, Connecticut 06155 Telephone Number: 469-661-0314 *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 WORTJI liulcn Trails Ph 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project H105292 Revised January 31, 2012 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BOND, T-11 Hd Plaza HartfOne ord, Connoetcut06155 Bond.Claims(cDthehartford.com call: 888-266-3488 orfax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: PITTS FENNELL & ASSOCIATES LLC Agency Code: 46-508944 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana O Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana 0 Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Lloyd R. Pitts, Jordan A. Pitts of DALLAS, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. c ,/AMr :.eeu.r.ro� e a 190T �` _ �lf�'"'�l• _ _-Jsaroaro`; - _ s ��i yy 3. �,s..unu.•; �••ut!► '., :_ 127 ;^ ti 1Y74J• ozl�;y • AspR.t..:i`�'tMifN � jYA'� 1��, • s h" y' Z7; •� •rN.. Shelby Wiggins, Assistant Secretary Joelle L. LaPierre, Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. i- y. o Jessica Ciccone My Commission HH 122280 Expires June 20, 2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 11/26/2024 Signed and sealed in Lake Mary, Florida. 9E)0- 1Bl� iOAMZY • 4suri�IQ79• } ^'�'•d't l�ry,wMSf�" r.sr.�.' '1?'• Keith Keith D. Dozois, Assistant Vice President Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. The Hartford To get information or file a complaint with your insurance company or HMO: Call: consumer Affairs at 1-800- 451-6944 Toll -free: 1-800-451-6944 Email: bond.claims@thehartford.com Mail: The Hartford Financial Services One Hartford Plaza, T-14 Hartford, CT 06155 Attn: Bond Claims Department The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 Email: ConsumerProtection@tdi.texas.gov File a complaint: www.tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 PAVING 11NIT PRICE BID SECF ION 00 42 0 Deveiaper Awarded Praimcts - PI[UYUSAL FORM HWcn Trsils Phase 1, City Prvjed 4105292 Project Item Information MAST Item Dmcaiption Pawing Facilities 1 1 3211-0400 Hydrated Limea 30Ih4JS.Y. (Reeldeneal) I 2 3211.0400 Hydrated Lirrwe 36lbsJS.Y. (ArWal I 3 3211.0501 6" Lime Trea�tedluhgrade (Residential) 4 3211.0501 6" Llme Treated Subgrade (Arterial) 5 3213.0101 B" Concrete Pavemenl Residentlal) 6 3213,0104 9" Concrete Pavement Arterial) 7 3212,0304 Aaphalt PvmlL Type O (Arlerlal Edge Transftfwl) 0 3213.0301 b' Cone Sidewalk 9 3213.0501 R-1 Ramp 10 3213.0506 P-1 F; 11 3292.0400 Seeding. j`d1ramuich 12 3441-4003 Fumish/lnsfal;l Alum Sign Ground Mount City Std. 13 3741.0001 Treft Control 14 9999.0001 Remove Ex, As halt pavement 15 9999,ti0D2 10' Conc Sidewalk I 18 9999.0004 Connect to Existing Pavement I 17 9%9.0005 R1-1 Slap Sign I 18 9%9.0006 $1 Marker 8(ade paving Subtotal Bid Summary Paving Facilities Subtotal Total Rid This bid is submitted by the entity hated nalow. Company &co Conor any, m. $t "t Addresx 8331 Soultrwast BoWevard City, Slate, Zp Code: Benbmol(, TX 76132 Pbone: a17-735-1600 ir'enrsn or wm w rnmpkle WORT: rvr PENAL ACCEPTANCT .ithie COWRACrcammecet Iron Igprpf idiJ in JlE CimCrai C9edIGP11Y. specification I Unit of I Sid 1.171 it Price B'd Vad at Section No Measure puantlty 321129 TON 253.2 $305.0c, 377.226-001 321129 TOM 56.3 $305.00 S17,171500 321313 BY 18,876 $3.75 $63,285.9p0 , 321129 SY 3,125 $3.75 $11.718.750 321313 SY 15,787 $50.80 $801,979.t3)c 321313 SY 2,951 WAG $250,244.806 32 01 17 SY 192 $186-65 $31.996,800 311320 LF 319 W-45 S11,627.55 32 13 20 EA 4 S3,030.00 $12.120,0 32 13 20 EA 6 $2,770.Ud $n,160_ . 329213 SY 1,836 $3.50 $6,42e, 344130 EA 12 $240.00 $2,880, 3471 13 LS 1 $5.500.00 $5,500. 00 DD DO SY 935 $15,00 $14.025. 00 D0 D0 LF Un $71.00 $93,933 DDDO00 FA 8 $2.200,00 $17/I800. 00 00 00 EA 10 $90.D0 E900.0 00 00 OD EA 48 $46.0.5 52,210.4 11,443,004.40 Gilco 31443,004A0 5�443,vv4.avI Byninu• V - �� re Title. FFes1,'' Dale U a 11/26/2024 END 09 SWITON —4inKllx], after the dwn wisp mr 004512 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION UO 45 12 DAP — PREQUALI1 1CATiON STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvve" box provide the complete major work tvne and actual description as provided by the Water Deuartment for water and sewer and TPW for navina. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Gilco Contracting, Inc. Construction/Reconstruction 1 rj 31l at.; Unlimited The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Giico Contracting, Inc. BY: 6331 Southwest Blvd. Benhrook, TX 76132 &W) " TITLE: (Signature) ���Q� DATE: � 111 5 1 L+ END OF SECTION CITY OP FORT WORTH Hulen Trails Ph 3. CPN #105292 STANDARQ CONSTRUCTION PREQUALIKATION STATEMENT—OEVELOPERAWAROEO PROJECTS 0045 12_PrequaliFication Statement 2015_DAP Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 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. 105292 . 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 ContractinE,. Inc. Company 6331 Southwest Blvd Address Benbrook, TX 76132 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: i i f l 1VLy V vI "VT I Signature: Title: vX06hUnS BEFORE ME, the undersigned authority, on this day, personally appearedW a 11 CCU bwn to me to be the person whose name is subscribed to the for oing instrument, and acknowledged to me that he/she executed the same as the act and deed o�'17 rFiflfYGL'Y7� for the purposes and consideration therein expressed and in the capacity therein stated. VEN D R MY HAND AND SEAL OF OFFICE this day of 2024. E1NfulATUI4NEA Notary Public, State Qf'rGxu Notary Public in and for the State of Texas }• My Commission Expires ry August 12. 2,025 "� ° „`•�' NCiARY 10 13326419 END OF SECTION CITY OF FORT WORTH Hulen Trials Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 105292 Revised April 2, 2014 005243- 1 Developer A%varded Project Agreement Page t of 4 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized Oil 11/26/2024 is made by and between the Developer, Bloomfield Homes. LP , authorized to do business in Texas and Contractor, Gileo Contraetine, Inc. , authorized to do business in Texas, acting by and through its duly authorized representative. Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Haden Trails Phase 3 0tv Project #105292 FID #30119-0200431-105292-E07685 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 50 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer Two Hundred & Fifty Dollars ($250.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until tine City issues the Final Letter of Acceptance. CITY 01' FORT WOR`rH tlulen Trails 11Ir 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS --DAP City Project 4I05292 Revised June 16, 2016 005243-2 Developer Awarded project Agreement Page o1`4 Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of One Million Four Hundred Forty Three Thousand Four & 40/100 Dollars ($1,443,004.40) Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: z:1 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 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 t7. Worker's Compensation Affidavit 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. 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 PrqJect's Contract Documents. 5. Drawings. 6, Addenda. 7. Documentation submitted by Contractor prior to Notice of Award. 8. 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 FORTWOWITI I lulen'lbils Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project 4 105292 Revised June 16, 2016 005243-3 Dcvcloper Awarded Project Agreement Page 3 of Article 6. INDEMNIFICATION 6.1 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 overate and be effective even if it is alleged or vroven that all or sonic of the damages being sought were caused, in whole or in Dart, by anv 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, 6.2 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 nrovision is specifically intended to operate and be effective even if it is alleged or vroven that all or some of the damages being sought were caused, in whole or in Dart, by anv act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement are defined in Article I of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the Developer. 7.3 Successors and Assigns. Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH I lulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DAP City Project 9105292 Revised June 16, 2016 005243.4 De%eloper A%%arded Project Agreement Page 4 of'4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Gilco Contracting, Inc. B (Signature) Loo, M(,QWIUI (Printed Name) Title: \gyp V pplofi onS Company Name: Gilco Contracting, Inc. Address: 6331 Southwest Blvd Benbrook, TX 76132 Date: 11/26/2024 Dei eloper: Bloomfield Homes, LP alit eked By: etint Vincent (Nov 26, 2024 09:58 CST( Clint Vincent (Printed Name Title: Company Name: Bloomfield Homes, LP Address: 1900 W. Kirkwood Blvd, #230013 Southlake, TX 76092 Date: 2024-11-26 CITY OF FORT WORTH Hulen rratls Ph 3 STANDARD CONSTRUCtION SPECIFICATION MCIIMENIS -DAP ( ia_ Project d105292 Revised June 16, 2016 DATE (MM/DD/YYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE I 11/14/2024 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 Aguirrebena Frost Insurance - Fort Worth PHONE FAX 640 Taylor Street, Suite 1000 I (A/C. No. Ext): 817-420-5700 (A/C. Nor 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 INSURER F : COVERAGES CERTIFICATE NUMBER:380922174 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 POLICYNUMBER (MM/DD/YYYY) (MM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY 7091972038 6/20/2024 6/20/2025 EACH OCCURRENCE $ 1 000 000 DAMAGES CLAIMS -MADE OCCUR (RENTED PREMISES (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 �( NON -OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) C X UMBRELLA LAB OCCUR TUUF20492700 6/20/2024 6/20/2025 EACH OCCURRENCE $ 10,000,000 EXCESS LAB CLAIMS -MADE H AGGREGATE $ 10,000,000 DED I X I RETENTION $ n $ D WORKERS COMPENSATION WC791972041 6/20/2024 6/20/2025 X 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 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Hulen Trails Phase 3 City Project #105292 The City of Fort Worth, its officers, employees and servants are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability and Automobile Liability policies evidenced herein are Primary and Non -Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of The City of Fort Worth, its officers, employees and servants in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas Street Fort Worth TX 76102 AUTHORIZEDREPRESENTATIVE USA @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DATE (MM/DD/YYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE I 11/14/2024 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 Aguirrebena Frost Insurance - Fort Worth PHONE FAX 640 Taylor Street, Suite 1000 I (A/C. No. Ext): 817-420-5700 (A/C. Nor 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 INSURER F : COVERAGES CERTIFICATE NUMBER:213115612 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 POLICYNUMBER (MM/DD/YYYY) (MM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY 7091972038 6/20/2024 6/20/2025 EACH OCCURRENCE $ 1 000 000 DAMAGES CLAIMS -MADE OCCUR (RENTED PREMISES (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 �( NON -OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) C X UMBRELLA LAB OCCUR TUUF20492700 6/20/2024 6/20/2025 EACH OCCURRENCE $ 10,000,000 EXCESS LAB CLAIMS -MADE H AGGREGATE $ 10,000,000 DED I X I RETENTION $ n $ D WORKERS COMPENSATION WC791972041 6/20/2024 6/20/2025 X 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 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Hulen Trails Phase 3. City Project #105292 Bloomfields Homes, LP is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability policy evidenced herein is Primary and Non -Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Bloomfields Homes, LP in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Bloomfields Homes, LP ACCORDANCE WITH THE POLICY PROVISIONS. 1900 W Kirkwood Blvd Suite 2300B Southlake TX 76092 AUTHORIZEDREPRESENTATIVE USA @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Bond #022240021 0062 13- 1 PERFORMANCE BOND Page I of 2 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § 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 finnly bound unto the Developer, Bloomfield Homes. LP , authorized to do business in Texas ("Developer') and the City of Port Worth, a Texas municipal corporation ("City"), in the penal sum of, One Million Four Hundred Fortv Three Thousand Four & 40/100 Dollars f$1.443.004.401 , lawful money of the United States, to be paid in Fort Worth, Tatrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obiigees, we bind ourselves, our heirs, executors, adminiistrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for tine construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 24-0150 ;and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 26th day of November 2024, which Contract is hereby referred to and made apart hereof for all purposes as if fully set forth herein, to furnish ail materials, equipment labor and ocher accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Hulen Trails Phase 3. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. 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. CITY OF FORT WORTH llulen Trails Ph 3 STANDAIRD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project k 105292 Revised January 31, 2012 Bond #022240021 00U2I3-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and a]] liabilities on this bond shalt be determined in accordance with the provisions of said statue. I WITNESS W11LREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of November 2024, A'rT ST: (Pr:n pal) Secretary ,F"�w -M Witnes P i .� s as t❑ r nctpal Witness as to Surety; � PRINCIPAL: Gilco Contra ting, Inc. BY: gnat ure Leia McQuien, Vice President, Operations Name and Title Address: 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Fire Insurance Company BY: l • �'� (i_ r �t-ri I A Si=nature Sophinie Hunter, Attorney -In -Fact Name and Title Address' 2200 Renaissance Blvd, Suite 400 King of Prussla, 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 sliall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31. 2012 Huten Trails Ph 3 City Project #105292 SECTION 00 62 14 PAYMENT BOND THE STATE OF TEXAS § COUNTY OF TARRANT § Bond #022240021 006214-1 PAYMENT BON❑ Page I oil KNOW ALL BY THESE PRESENTS: That we, Cilco Contracting. Inc. , known as "Principal" herein, and Liberty Mutual Fire Insurance Company , a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Bloomfield Homes, LP, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One Million Four Hundred Fortv Three Thousand Four & 401100 Dollars ($1.443.004.40) , lawful :Honey of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CFA Number 24-0150 ; and WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the 26th day of November , 2024, Which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Hulen Trails Phase 3. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (arid all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work tinder the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH Ilulen Trails Ph 3 STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project 4105292 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 22S3 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of November 2024. ATTEST: 0 (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: GilcInure ng, Inc, BY: VV�= Leia McQuien, Vice President, Operations Na1ne and Title Address: 6331 Southwest Blvd, Benbrook, TX 76132 SURETY: - Liberty Mutual Fire Insurance Company BY: SignatfnrL _ 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, 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. CITY OF FORT WORTFI IMen Trails Ph 3 STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project#105292 Revised January 31, 2012 Bond #022240021 006219-1 MAINTENANCE BOND Page I of 3 SECTION 00 62 19 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § -I'liat we, Gileo Contractine, Inc. , known as "Principal" herein and Liberty Mutual Fife 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, Bloomfield Homes. LP , authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the SLIM of One Million Four Hundred Forty Three Thousand Four & 401100 Dollars f$1.443.004.401, 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. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 24-0150 ; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 26th day of November , 2024, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to famish all materials, equipment labor and other accessories as defined by law, in the prosecution of tile Work, including any Work resulting From a duly authorized Change Order (collectively ]herein, the "Work") as provided for in said Contract and designated as Hulen Trails Phase 3. and; WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City {"Maintenance Period"); and CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project #105292 Revised January 31, 2012 00b219-2 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 al I 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 sha11 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 Hulen Trails Ph 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project #105292 Revised January 31, 2012 0062 19-3 MAINTENANCE BON17 Page 3 of 3 IN WITNESS WHEREOF, the Principal and [lie Surety have each SIGNED and SEALED this instrument by dilly authorized agents and officers on this the 26th day of November 2024. ATTE T- (Prig ]ci pal} Secretary Itoes. as to Principal ATTEST: _2� mdk,t _ (Surety) Sec ry ;A�t�=S�s to Surety PRINCIPAL: Gilco Contractinq, Inc. Sign turc Leia McQuien, Vice President, Operations Name and Title Address: 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Fire Insurance Company B Y : ��Iitl�id�� L 1J y Si nature Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd, Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-4000 `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 ]nailing address, both must be provided. The date of the band shal I not be prior to the date the Contract is awarded. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CITY CONDITIONS —UEVELOPLR AWARDED PROJECTS City Project !l105292 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 Liberty Mutual Fire Insurance Company Certificate No: 8205468-022020 ��[ .L► utuil, Wausau, Wisconsin SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Liberty Muluaf Fire Insuranca Company, being a Wisconsin Corporation having its principal office in the City of Wausau. State of V1lsconsin does hereby make, constitute and appoint Dan E. Cornell; Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna, Robb Morales; Soplhinic 1-luiner; Tina McEwan; Tonle Petranck at of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attorney(s)-in-fact, with full power and authority hereby con tarred in lheirf is name, place and stead, to sign, execute, acknowledge and deliver in theirfiits behalf, and as theirlts act and deed, without power of redelegation, as follows: Bonds, undertakings, recognixances, 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 attomWs], pursuant to the authority herein given, are hereby ratified and confirmed - ALIT HORITY FOR MAKING APPOINTMENT OF ATTORNEYS -IN -FACT Appointment of Attorneys -in -fact by Liberty Mutual fire Insurance Company are made pursuant to Aftide 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 21at, 2013. Furth ef, the President of Liberty Mutual Fire Insurance Company, executed a Delegation of Authority and authorized the assistant secretary signing below to appoint attorneys -in -fact as may be necessary to act on behalf of Liberty Mutual Fire Insurance Company to make 6 E� ar execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognixances, and other surety obligations. a m cc IN WITNESS WHEREOF, Liberty Mutual Fire insurance Company has caused these presents to be signed by its authorized representalives, and its Corporate Seal to be hereto affixed, Er 3 this 23rd day of April 2021 E a CU iy C Liberty Mutual Fire insurance Company •@ p ? FhRe r�S4,p r0 Q. s) ; RPD.q '0 ,Jg a.p o i�a n R .YTS 1808 a� m a Yb f'sco +s a� By: '.f O cr] 03 's■r * �Ha David M. Carey. Assistant Secretary a 0 o E E w E ffu L�2ct �Jz S Ll Yi °' Attest: " i] N N Heather B. Magee o CID m State of PENNSYLVANIA m E .� County of MONTGOMERY 0 m a The foregoing instrument was acknowledged before me this 23rd day of April 2021 by David M. Carey, an authorized represen{alive of Liberty Mutual Fire lnsurance o 0 2 * Insurance Company. c Cl [T] [fit m c p PAy y 44r� *,•n�yy rr�� CN—l"eaTI of PennsyNarea • H�rary $cal ❑ ❑ ❑ o f,., t. Teresa Pashe2a. Notary Whlic �f Im Z V F. v 5 Y MOal —ry, m%Y �f I . ._3 r�/ OF rfy co m ission Expires klarCi 28. N2S By: 1`- _�+.L .rri !L ha ?ti i°• c� ission number 1126OU y y1vA *, t ter, Aenn �meh orrro Teresa Pastels, Notary Public CERTIFICATE 1, the undersigned, an Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attomey of which the foregoing is a full, We and tarred 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 po*w of attorney was one of the offioers or officials specially authorized by the Board of DlrecWs to appoint attorneys -In -fact as provided in the Unanimous Consent and Vote of the Board of Direclors of Liberty Mutual Fire Insurance Company dated May 21, 2013. This certificate and the above power of attorney may be signed by facsimile ar mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insufance Company evidenced by the Unanimous Consent and Vote of the Board of Direclors 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 arty certificate refatng thereto by facsimile, and any such power of attorney or certiTcate 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 day of LMS-22023 OW21 4`RE f MSG C�pPORTy �y'L �pY �1908tl By: a3 �x'BcoKS�'ya'e Renee C. Llewellyn, Assistant Secretary Liberty mutttiL SURETY 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 (1 11-IA) P. O. Box 149091 Austin, TX 78714-9091 FAX: (5I2) 490-1007 Web: httt)://www.tdi.texas.zov E-mail: Con sum erProtectionl.tdi.texas.gov 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 pail or condition of the attached document. NP706809U[ LMS-1529210115 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 - I A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httn://www.tdi.texas.aov E-mail: ConsumerProtectiongtdi.texas.eov DISPUTAS SOBRE PRIMAS ❑ 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 a condition del documento adjunto. LIGHTING SECUON 00 42 43 Drvrinpar Awarded Pr jrets - PROPOSAL FORM Hulm Truils Phase 3. City Pmject #105292 UNFr PRICE BID Prjmt Itc}n Lt(omuwtiml Bidli l I Description Specification I Dnit oC I Bid Unit Prin I Bid Value Item S--ion No. Measure Ouauti(y Street �ghti�q Facilities 1 05.3(]11 22" CONDT PVC SCH 40 (T) 26 05 33 LF 1 805 $24.63 $19.827.151 I 2 41.1403 NO 6 Triplex OH Insulated Elec Condr E41 3441 10 LF 1,236 $3.11 $3.843.961 3 41.1408 NO 6 Insulated Elec Condr 344110 LF 1,179 3.11 $3,666.691 4 .1833 Tyq� 338 Arm 3441120 EA 17 73.W $6.341.001 5 3441.3201 LEU LidhtingFixture (R-21 I3"1.3201 344120 EA 16 28.W $8,848.W 6 LED Lirhtiry ixture lR-4) 344120 EA 1 2 $428.W $856.W1 7 8 13441.3341 ` Ilurn 11 Poe 3441.3300, illluuimn�9pFoundation TY 1.2, and 4 344120 35 4120 EA 1 EA 1 17 18 $2,981.0(� $%677.Wj $41.868.001 Wood Pole s$s2,326.od 10 II IStreerLig re ial U.7 1 Pole An g 000000 EA 1 1 51',245.uu g1'245 1 S{38,111 Bid Summa %,eet Lightinq Facilities Subtotal $138,32 Total Bid S138,32.8 gj This bid is submitted by the entity listed below: Company: s:6109Independent n Val Construction, Inc. By: ( Street Address: 6109 Sun Valley Drive City, State, Zip Code: Fort Worth, TX 76119 Phone: 817-478-4444 i�gnature v Tue. P—dax D"' 10/14/2024 r.nnna,.nr ag-o, I" WORK for FINAL ACCEPfANcx rdlala 1e norhing d...aner the dole x hen the C—TRAC'T—,u... — In ivn ai pru�hl�d In th<<:enr-Cnoaiti — Eh'D OF.SECTION e1 61n..yr 0045 12 DAP PREQUALIFICATION STATEMENT Page I of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvpe" box Drovide the complete maior work tvDe and actual description as provided by the Water Department for water and sewer and TPW for vavine. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Roadway and Pedestrian Independent Utility Construction, Inc. 02/27/2025 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Ft. Worth, TX 76119 BY: ch d Wolfe (Signature) TITLE: President DATE: 11/26/2024 END OF SECTION CITY OF FORT WORTH Hulen Trails Ph 3, CPN N105292 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 004512_Prequalification Statement 2015_DAP Form Version September 1, 2015 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. 10.5292 . Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Independent Utilitv Construction. Inc. Company 5109 Sun Vallev Drive Address Ft. Worth. TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § By: Richard Wolfe Signature: Title: President 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 executed the same as the act and deed of Independent Utilitv Construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. G �V R Y HAND AND SEAL OF OFFICE this ' day of iViIYY,'i �i .2024. r CHRISTINA GARCIA _i•.' ;ncNotary Puohc. State of Texas Comm Expires 12-20-2024 Notary ID 130940785 o ry Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Hulen Trials Ph 3 City Project #105292 005243-1 Developer Awarded Project Agreement Page I of4 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 11/26/2024 is made by and betwccn the Developer. Bloomfield Homes. LP , authorized to do business in Texas and Contractor, Independent Utilitv Construction, Inc. authorized to do business in Texas, acting by and through its duly authorized representative. Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Hulen Trails Phase 3 Citv Proiect #105292 FID #30114-0200431-105292-E07685 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 40 working days after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty). Contractor shall pay Developer Two Hundred & Fifty Dollars ($250.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Hulett Trails Ph 3 STA DARD CONSTRUCTION SPECIFICATION DOCLIIENTS —DAP City Project =105292 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current fimds of One Hundred Thirtv Eight Thousand Three. Hundred Twentv Three & 80/100 Dollars ($138.323.80) Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: 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 b. Insurance ACORD Forni(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 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. 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. 5. Drawings. 6. 'Addenda. 7. Documentation submitted by Contractor prior to Notice of Award. 8. 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DAP City Project m 105292 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page ±of'4 Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnifv, 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 nrovision is snecifically intended to overate 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 nart. by anv act. omission or ne lg ieence 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. 6.2 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 snecifically intended to overate and be effective even if it is alle eeg I or nroven that all or some of the damages being sought were caused. in whole or in hart. by anv act, omission or neg Uience of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the Developer. 7.3 Successors and Assigns. Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth DiVlsion. CITY OF FORT NORTH Huten trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DAP City Project 4105292 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Independent Utility Construction, Inc. B y: rz_� 1_J 6 4 � �_s - - — I " (Signature) (Printa Name) Title: President Company Name: Independent Utility Construction, Inc. Address: 5109 Sun Valley Drive Ft. Worth, TX 76119 Date: 11/26/2024 Developer: Bloomfield Homes, LP alht l/ked By. ChntVmcent(Nov 26,20240957 CST) I (Signature) (Printed Name) Title: Attorney in Fact Company Name: Bloomfield Homes, LP Address: 1900 W. Kirkwood Blvd, #2300B Southlake, TX 76092 Date: 2024-11-26 CITY OF FORT NORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DAP City Project 105292 Revised June 16. 2016 l DATE (MM/DD/YYYY) ACCW" CERTIFICATE OF LIABILITY INSURANCE I 11 / 14/2024 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 I UUNIAUI Rebecca Mata NAME: The Sweeney Company I PHONE (817) 457-6700 FAX (817) 457-7246 (A/C. No. Extl, (A/C, Nol: 1121 E. Loop 320 South I E-MAIL Rebecca@thesweeneyco.com ADDRESS: P O Box 8720 I INSURER(S) AFFORDING COVERAGE NAIC # Fort Worth TX 76124-0720 I Am Cas Cc of Reading PA 20427 NSURER A . INSURED INSURER B : Continental Casualty CO 20443 Independent Utility Construction, Inc. INSURER C : Continental Insurance Cc 35289 5109 Sun Valley Drive INSURER D : Texas Mutual Insurance Company 22945 INSURER E : Fort Worth TX 76119 I 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 SutlK LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF PULICY EXP IMM/DD/YYYY) (MM/DD/YYYYI LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1,000,000 ❑X UAMAPREMUS IUKEN It S 100,000 CLAIMS -MADE OCCUR I PREMISES (Ea occurrence) S ntractual tXXCU I MED EXP iAnY one person) $ 15,000 A 6076055350 10/31/2024 10/31/2025 I PERSONAL & AOV INJURY S 11000,000 GEN'LAGGREGATE LIMITAPPLIES PER: I GENERAL AGGREGATE S 2.000,000 POLICY FX PRO LOC ❑ JECT I PRODUCTS -COMP/OP AGG S 2,000.000 X OTHER. $1,000 Ded per PD Occ. $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT g 1;000,000 (Ea accident) X ANYAUTO BODILY INJURY (Per person) $ B OWNED SCHEDULED 6076055364 _ AUTOS ONLY AUTOS 10/31/2024 10/31/2025 I BODILY INJURY (Per accident) $ HIRED NON -OWNED PROPERTY DAMAGE I $ _ AUTOS ONLY AUTOS ONLY (Per accident) S X UMBRELLA LIAB OCCUR I EACH OCCURRENCE S 3,000,000 C EXCESS LAB CLAIMS -MADE 7063371403 10/31/2024 10/31/2025 I AGGREGATE $ 3,000,000 10,000 I X I DIED RETENTION $ S WOF KERS COMPENSATION PER OTH- XI I I AND EMPLOYERS' LIABILITY Y / N I STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE D NIA 0010713602 Eq 10/31/2024 10/31/2025 I E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUE (Mandatory in NH) I E.L. DISEASE - EA EMPLOYEE S 1 ,000,000 If yes, describe under DESCRIPTION OF OPERATIONS belay I E.L. DISEASE - POLICY LIMIT $ 1.000,000 Leased/Rented 400,000 Contractors' Equipment Policy A 6076055350 10/31/2024 10/31/2025 Deductible 2,500 DESCRIPTION OF OPERATIONS / LOCATIONS J VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City Project#: 105292. Hulen Trails Phase 3 WC, GL & auto include a blanket automatic waiver of subrogation endorsement & the GL, auto include a blanket automatic additional insured endorsement providing additional insured & waiver of subrogation status to the certificate holder only when there is a written contract between the named insured & the certificate holder that requires such status. The additional insured endorsements contains special primary & noncontributory wording. Umbrella follows form. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 100 Fort Worth Trail AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 I @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD l DATE (MM/DD/YYYY) ACORD`R' CERTIFICATE OF LIABILITY INSURANCE 164.� I 11 / 14/2024 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 ICUNIACI Rebecca Mata NAME: The Sweeney Company I PHONE (817) 457-6700 FAX (817) 457-7246 A/C. No. Ext): (A/C, No): 1121 E. Loop 820 South I E-MAIL Rebecca@thesweeneyco.com ADDRESS: P O BOX 8720 INSURERIS) AFFORDING COVERAGE Fort Worth TX 76124-0720 INSURER A: Am Cas Co of Reading, PA INSURED Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth INSURER B : INSURER C : INSURER D : INSURER E : TX 76119 IINSURERF: Continental Casualty Cc Continental Insurance Cc Texas Mutual Insurance Company 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 bUBM POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) IMM/DD/YYYY) I LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE © OCCUR X Contractual A XCU GEN'L AGGREGATE LIMIT APPLIES PER: POLICY 7 PRO- ❑ JECT LOC X OTHER: $1,000 Ded per PD Occ. AUTOMOBILE LIABILITY X ANYAUTO B OWNED SCHEDULED _ AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY X UMBRELLA LIAB M OCCUR C EXCESS LIAB CLAIMS -MADE DED I XJ RETENTION $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE D OFFICER/MEMBER EXCLUDED? N N / A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below A Contractors' Equipment Policy NAIC # 20427 20443 35289 22945 EACH OCCURRENCE S 1,000,000 UAMAGE 1 U KEN I EU PREMISES (Ea occurrence) 100,000 S MED EXP (Any one person) S 15,000 6076055350 10/31/2024 10/31/2025 PERSONAL &ADV INJURY S 1,000,000 I GENERAL AGGREGATE S 21000,000 PRODUCTS - COMP/OP AGG S 2,000,000 S COMBINED SINGLE LIMIT S 1 (Ea accident) .000,000 BODILY INJURY (Per person) S 6076055364 10/31/2024 10/31/2025 I BODILY INJURY (Per accident) S PROPERTY DAMAGE S (Per accident) S EACH OCCURRENCE S 3,000.000 7063371403 10/31/2024 10/31/2025 I AGGREGATE S 3,000,000 S XI I I STA UTE EERH 0010713602 10/31/2024 10/31/2025 EL EACH ACCIDENT $ 1,000,000 I E.L. DISEASE - EA EMPLOYEE S 1.000,000 I E.L. DISEASE - POLICY LIMIT S 1 000,000 Leased/Rented 400,000 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#: 105292, Hulen Trails Phase 3 WC, GL & auto include a blanket automatic waiver of subrogation endt & the GL & auto include a blanket automatic additional insured endt providing additional insured & waiver of subrogation status to the cert holder when there is a written contract between the named insured & the cert holder that requires such status. The GL additional insured endt contains special primary & noncontributory wording. The policies include an endt providing 30 days notice of cancellation (10 days for non-payment of premium) to the cert holder. Umbrella follows form the underlying policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Bloomfield Homes, LP ACCORDANCE WITH THE POLICY PROVISIONS. 1900 W. Kirkwood Blvd. #23008; AUTHORIZED REPRESENTATIVE Southlake TX 76092 I @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 0061 13-1 PERFORNIANCF. BOND Page I of 2 Bond No. 440622G 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. Indeoendent Utilitv Construction. Inc. , known as "Principal" herein and 8 Westfield Insurance Comnanv , a corporate surety(sttreties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), Io are held and firmly bound unto the Developer, Bloomfield Homes, LP, authorized to do business in I I Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the 12 penal sum of, One Hundred Thirtv-Eiizht Thousand. Three Hundred Twenty -Three Dollars & 13 Eiizhty Cents ($138.323.80) 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 24-0150 ; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the 26th day of November , 20_Z4 which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 23 labor and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Street Lifzhtinp- Facilities to serve Hulen 25 Trails Phase 3. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 28 perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. 32 CITY OF FORT WORTH Hulen Trails Phase 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105292 Revised January 31, 2012 2 3 4 5 6 7 8 0061 13-2 PERFORMANCE BOND Page 2 or2 Bond No. 440622G 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. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 9 instrument by duly authorized agents and officers on this the 26th day of November, 20 24. 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 AT T: (Princtp�ecr ichard Wolfe nes as to Principal Christina Garcia (j_Lod" SAA. - Witness as to Surety Elizabeth Gra PRINCIPAL: INDEPEND,ENT UTILITY CONSTR ION. INC. BY: �- S ture Richard Wolfe. President Name and Title Address: 5109 Sun Valley Drive Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: _ Signature Kyle W. Sweeney. Attorney -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 must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FOR WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Hulen Trails Phase 3 City Project No. 105292 0061 14-1 PAYMENT BOND Page 1 ol`2 Bond No. 440622G I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Independent Utility Construction. Inc. , known as "Principal" herein, 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 Bloomfield Homes. LP, authorized to do I I business in Texas ("Developer"), and the City of Fort Worth, a Texas municipal corporation 12 ("City"). in the penal sum of One Hundred Thirty-Eivht Thousand. Three Hundred Twenty -Three 13 Dollars & Eivhty Cents ($138,323.80) 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 24-0150 ; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the 26th day of November , 2024, which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 23 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 24 said Contract and designated as Street Liehtin¢ Facilities to serve Hulen Trails Phase 3.. 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 Hulen Trails Phase 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Protect No. 105292 Revised January 31, 2012 2 3 4 5 6 7 8 9 10 11 12 13 0061 I4-2 PAYNI NT BOND Page 2 of2 Bond No. 440622G This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26tday of November 2024 ATTE (Pri ci'�4 ecret ichard W Ife LNG Witness as to Principal Christina Garcia ATTEST: (Surety) Secretary Frank A. Carrino _c Witnes as to Surety Elizabeth Gray PRINCIPAL: INDEPENDENT UTILITY CONSTRU N, [NC. BY: Signature Richard Wolfe. President Name and Title Address: 5109 Sun Vallev Drive Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: ignature Kvle W. Sween_ev. 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 shal I not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTI I STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Hulen Trails Phase 3 City Project No. 105292 006219-1 MAINTENANCE BOND Page I of3 Bond No. 440622G I SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Independent Utilitv Construction, Inc. , known as "Principal" herein and 9 Westfield Insurance Comoanv , a corporate surety (sureties, if more than one) duly 10 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), I I are held and firmly bound unto the Developer, Bloomfield Homes, LP, authorized to do business 12 in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in 13 the SLIM of One Hundred Thirtv-Eieht Thousand. Three Hundred Twentv-Three Dollars & Ei6ty 14 Cents ($138,323.80) lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for payment of which sum well and truly be made jointly unto the Developer and the City 16 as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, 17 successors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 24-0150 : and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 26th day of November , 202A, which Contract is hereby referred to and 24 a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 25 labor and other accessories as defined by law, in the prosecution of the Work, including any 26 Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 27 provided for in said Contract and designated as Street Liahtinl? Facilities to serve Hulen Trails 28 Phase 3; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CITY OF FORT WORTH Hulen Trails Phase 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105292 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 o1'3 Bond No. 4406226 1 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 I I noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be tiled 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 Hulen Trails Phase 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105292 Revised January 31, 2012 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 006219.3 MAINTENANCE BOND Page 3 of3 Bond No. 440622G IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26thday of November 2024 AT T: (P nci a) Secre rWolfe Ii�" ✓ `� O)tta Witness as to Principal r'istina Garcia ATTEST: (Surety) Secretary Frank A. Carr' to Witness hf to Surety Elizabeth Gray PRINCIPAL: INDEPENDENT UTILITY CONSTIV TION, IN—C./ BY: Signature Richard.Wolfe, President Name and Title Address: 5109 Sun Valley Drive Fort Worth, Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY Signature Kyle W. Sweeney, Attornev-in-Fact Name and Title Address: 955 Garden Park Drive, Suite 230 Allen, Texas 75013 Telephone Number: 972-516-2600 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Hulen Trails Phase 3 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Projcct No. 105292 Revised January 31, 2012 IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 955 Garden Park Drive, Suite 230 Allen, Texas 75013-3742 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(d.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 Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion 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 companias, coberturas, derechos o quejas al. 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Con sumerProtectionna 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. POWER NO. 4220052 06 General Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center. Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY. corporations, hereinafter referred to individually as a "Company" and collectively as "Companies.' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center. Medina County. Ohio, do by these presents make. constitute and appoint CHARLES D SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, DAVID W. SWEENEY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney is)-ir-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 GUARA6 i cc, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive. any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-1n-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver. any and all bonds. recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder. and any such instruments so executed by any such Attorney -in Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' "Be it Further Resolved, that the signature of any such designated person and the 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. 20=. In Witness Whereof, WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by them- National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 28th day of SEPTEMBER A.D., 2023 . ••. 'r WESTFIELD INSURANCE COMPANY P as u1FA h�,, N:,l';n" corp �, • �c :: i'"'•. WESTFIELD NATIONAL INSURANCE COMPANY Affixed �• am# o E' OHIO FARMERS INSURANCE COMPANY TC TE �r r • � State of Ohio " " By' County of Medina ss.: Gary W. $tumper, NationalSenior Executive and cute 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 it 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 it 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 .•rl, C%Gil/� Seal `''"Rt A !_ k Affixed •�P; ,........ S t 2' State of Ohio a+ d t'David A. Kotnik, Attorney at Law, Notary Public �o County of Medina ss.: ';_ q My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) Te OF O ,.. 1, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect: and furthermore. the resolutions of the Boards of Directors. set out n the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies a: Westfield Center, Ohio, this 26th day of November, 26fi- ,,rN , ,,,,,,, •.•rrrl r,, • ,,,r•rr,..l„r SEAL SEA L /� ; c :"llrr��I►RTERFp t SEAL %b SE.AL '�' / f Secretary iz•'•• '::' Frank A. Carrino,. Secretary 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.................................................................. Article 3 — Contract Documents and Amending ............................ 3.01 Reference Standards .................................................. 3.02 Amending and Supplementing Contract Documents Article 4 — Bonds and Insurance....................................................................... 4.01 Licensed Sureties and Insurers ..................................................... 4.02 Performance, Payment, and Maintenance Bonds ........................ 4.03 Certificates of Insurance............................................................... 4.04 Contractor's Insurance.................................................................. 4.05 Acceptance of Bonds and Insurance; Option to Replace ............. Page 1 1 5 6 6 6 6 6 6 6 ............................... 7 ............................... 7 ............................... 7 ............................... 7 ............................... 9 .............................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services..............................................................................24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination.......................................................................................................................25 Article6 - Other Work at the Site...................................................................................................................26 6.01 Related Work at Site................................................................................................................... 26 Article 7 - City's Responsibilities...................................................................................................................26 7.01 Inspections, Tests, and Approvals.............................................................................................. 26 7.02 Limitations on City's Responsibilities.......................................................................................26 7.03 Compliance with Safety Program...............................................................................................27 Article 8 - City's Observation Status During Construction...........................................................................27 8.01 City's Project Representative.....................................................................................................27 8.02 Authorized Variations in Work.................................................................................................. 27 8.03 Rejecting Defective Work..........................................................................................................27 8.04 Determinations for Work Performed..........................................................................................28 Article9 - Changes in the Work.....................................................................................................................28 9.01 Authorized Changes in the Work............................................................................................... 28 9.02 Notification to Surety..................................................................................................................28 Article 10 - Change of Contract Price; Change of Contract Time................................................................28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................28 10.03 Delays..........................................................................................................................................28 Article 11- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects........................................................................................................................29 11.02 Access to Work........................................................................................................................... 29 11.03 Tests and Inspections.................................................................................................................. 29 11.04 Uncovering Work....................................................................................................................... 30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work................................................................................30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work............................................................................................. 31 Article12 - Completion.................................................................................................................................. 32 12.01 Contractor's Warranty of Title................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection...........................................................................................................................32 12.04 Final Acceptance.........................................................................................................................33 Article13 - Suspension of Work....................................................................................................................33 13.01 City May Suspend Work............................................................................................................ 33 Article14 - Miscellaneous.............................................................................................................................. 34 14.01 Giving Notice.............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ...... 14.03 Cumulative Remedies ....... 14.04 Survival of Obligations..... 14.05 Headings ............................ CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 34 34 35 35 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE I — DEFINITIONS AND TERNHNOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions M. 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 a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. 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 6p.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 parry to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) ,$1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: None Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 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: 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) ❑x 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 11th 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 parry 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. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 DIVISION O1 GENERAL REQUIREMENTS 011100-1 DAP SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 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. 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN #105292 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN #105292 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] I Biel 1ZI] 1M DION 117►1 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN #105292 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 SUBMITTALS/INFORMATIONAL 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended _Received late By Date Remarks Date Rejected CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 0131 19- 1 DAP PRECONSTRUCTION MEETING SECTION 013119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 0131 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 01 32 33 - 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] M Nei IZI] w Braffe 1 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Paget of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 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 '/z inches x 11 inches to 8 '/z 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 01 33 00 - 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August 30, 2013 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 7 The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August, 30, 2013 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August, 30, 2013 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1.4 SUBMITTALS [NOT USED] 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE [NOT USED] 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August, 30, 2013 013513-6 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.> 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August, 30, 2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH DOE NO. XXXX Project !lame: 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH Hulen Trials Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN # 105292 Revised March 20, 2020 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 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 Hulen Trials Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN # 105292 Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised JULY 1, 2011 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised July 1, 2011 0157 13- 1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. Ilk=:130104411meteM A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. fl-IMYi1:3ulY0lI1K A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised July 1, 2011 0157 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised July 1, 2011 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: httvs:Hapes.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 Hulen Trials Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Hulen Trials Ph 3 Revised March 20, 2020 CPN #105292 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: I . Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements L2 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. L3 REFERENCES [NOT USED] L4 ADMINISTRATIVE REQUIREMENTS [NOT USED] L5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN # 105292 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN # 105292 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN # 105292 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN # 105292 Revised April 7, 2014 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Paget of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 017000-3 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 Pagel of 8 SECTION 017123 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 Survev - 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 Survev —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. Survev "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 0133 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised February 14, 2018 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 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) W ter Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 25O linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 25O linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) W ter Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 .0.1ft 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 any time 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 3' 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page I of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding f�► ' : ��/:��1�77\•/uI�M�Y1��:Z�Zy�1�11II.y A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 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 Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. fKI M-1111:3uI10kkI&I A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Paget of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. [prim MZITIJUVAR I 113/:3IL11):3uI10kr.1ski A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 %2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 8/31/2012 D. Johnson 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Revised for DAP Application CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Hulen Trails Ph 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105292 Revised April 7, 2014 GEOTECHNICAL REPORT R NVGE N G E E R GEOTECHNICAL ENGINEERING REPORT HULEN TRAILS PHASE 3 CLEBURNE CROWLEY ROAD FORT WORTH, TEXAS Prepared For: Bloomfield Homes, L.P. 1050 East State Highway 114, Suite 210 Southlake, Texas 76092 Attn: Mr. Art Ferreira January 2024 PROJECT NO. 23-28273 www.roneengineers.com E N G E E R I N G �,- January 29, 2024 Mr. Art Ferreira Bloomfield Homes, L.P. 1050 East State Highway 114, Suite 210 Southlake, Texas 76092 Re: Geotechnical Engineering Report Hulen Trails Phase 3 Cleburne Crowley Road Fort Worth, Texas Rone Report No. 23-28273 Dear Mr. Ferreira.- GEOTECHNICAL ENGINEERING EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, LLC (Rone) is pleased to submit this Geotechnical Engineering Report for the referenced project. The geotechnical engineering services performed for this study were carried out in general accordance with Rone Proposal No. P-36571-23, dated November 29, 2023. This report presents our engineering analyses and recommendations for site grading and pavements with respect to known project and site characteristics. Detailed results of our field exploration and laboratory testing are provided in the Appendix of the report. We appreciate the continued opportunity to be of service to you and look forward to providing additional Geotechnical Engineering and Construction Materials Testing services as the project progresses through the final design and construction phases. Please contact us if you have any questions, or if we can be of further assistance. Respectfully submitted, F�FWR�Rwgm Izaiah Balderas Project Manager Texas Engineering Firm License No. F-1572 .............................�i !??i HT H. IAWRr;4CF .................. I.............. ->120422 �.P .29.2024 Robert Lawrence, P.E. Geotechnical Operations Director DALLAS I FORT WORTH I AUSTIN I SAN ANTONIO I HOUSTON I KANSAS CITY 3201 NE Loop 820, SUITE 180 1 FORT WORTH, TEXAS 76137 1 TEL: 817.717.1040 Page 1 PROJECT INFORMATION..................................................................................................... 1 1.1 Project Description........................................................................................................... 1 1.2 Design Information, Conditions and Assumptions............................................................ 1 2 PURPOSES AND SCOPE OF STUDY................................................................................... 2 3 FIELD INVESTIGATION AND LABORATORY TESTING ...................................................... 2 4 GENERAL SITE CONDITIONS.............................................................................................. 3 4.1 Site Geology.................................................................................................................... 3 4.2 Subsurface Soil Conditions.............................................................................................. 3 4.3 Groundwater.................................................................................................................... 4 4.4 Soluble Sulfates............................................................................................................... 6 5 ANALYSIS AND RECOMMENDATIONS............................................................................... 6 5.1 Seismicity Site Class........................................................................................................ 6 5.2 Potential Vertical Rise...................................................................................................... 6 5.3 Foundation Recommendations......................................................................................... 8 5.4 Building Pad Subgrade..................................................................................................... 9 5.5 Over -Excavation and Moisture Conditioning..................................................................... 9 5.6 Detention/Retention Pond.............................................................................................. 10 6 PAVEMENT RECOMMENDATIONS................................................................................... 11 6.1 Pavement Design Recommendations............................................................................ 11 6.2 Pavement Subgrade Preparation................................................................................... 13 6.3 Pavement Construction and Maintenance Recommendations ........................................ 14 7 SITE PREPARATION AND FILL PLACEMENT................................................................... 14 7.1 Site Preparation............................................................................................................. 14 7.2 Moisture and Density Testing......................................................................................... 16 7.3 Site Grading................................................................................................................... 16 7.4 Construction Observations............................................................................................. 16 8 STUDY CLOSURE............................................................................................................... 17 9 COPYRIGHT 2024 RONE ENGINEERING SERVICES, LLC............................................... 18 APPENDIX A Plate VICINITYMAP.......................................................................................................................................................... A.1 GEOLOGYMAP........................................................................................................................................................ A.2 BORING LOCATION DIAGRAM............................................................................................................................... A.3 LOGSOF BORING...........................................................................................................................................A.4-A.40 KEY TO CLASSIFICATIONS AND SYMBOLS........................................................................................................ A.41 UNIFIED SOIL CLASSIFICATION SYSTEM.......................................................................................................... A.42 SWELLTEST RESULTS........................................................................................................................................ A.43 SOLUBLE SULFATE TEST RESULTS................................................................................................................... A.44 HYDROMETER TEST RESULTS...................................................................................................................A.45a-45c FIELDOPERATIONS................................................................................................................................. LABORATORY TESTING........................................................................................................................... APPENDIX C IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT ....................... Page ...... I..... B.1 ............ B.2 Page ............ CA GEOTECHNICAL ENGINEERING REPORT 1 PROJECT INFORMATION 1.1 Project Description The project consists of developing 144 single family residential lots, with associated utilities and paved roadways in Fort Worth, Texas. A summary of the site description is provided below. Table 1: Project Overview Item Description The site is located within the Hulen Trails subdivision in Fort Worth, Texas. The project Location is located on the north side of Cleburne Crowley Road, south and west of Phases 1 and 2, respectively. Project The project will consist of developing 144 single family residential lots, with associated Description utilities and paved roadways. Aerial imagery indicates that the surrounding property is being mass graded for Existing Site homes. The site is covered with short grasses and sporadic trees. Large quantities Conditions of trees were removed from the site between March 2018 and November 2018., otherwise, the site appears to have remained relatively unchanged since prior to 1995. Based on topographic information from the provided grading plans, the elevations Topography range from approximately 821 to 831 feet. The site slopes from Southwest to Northeast. Geology Grayson Marl and Main Street Limestone Formation, undivided (Kgm) Setting Site vicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A. Boring locations relative to the site plan are shown on the Boring Location Diagram, Plate A.3. 1.2 Design Information, Conditions and Assumptions The following design conditions and assumptions were considered: • The residential structures will be designed to tolerate a PVR of 4 inches. • Grading plans prepared by GM Civil Engineering and Surveying dated December 2023, indicate cuts and fills will be on the order of 1 and 5 feet, respectively within the residential lot development. • Retaining wall appear to be less than 5 feet in height across the development to accommodate the final grading. Rone recommends global stability analysis for walls greater than 5 feet tall. Rone can provide these recommendations if specific walls will be greater in height. • The roadway classifications and projected traffic data were provided were assumed to be similar to the previous phases. 2 PURPOSES AND SCOPE OF STUDY The principal purposes of this study are to evaluate the site subsurface conditions and to develop geotechnical recommendations for the design and construction of earthwork and pavement. For these purposes, the study was conducted in the following phases • Borings were drilled and sampled to evaluate the subsurface conditions at the boring locations and to obtain soil samples. • Laboratory tests were conducted on selected samples recovered from the borings to evaluate the pertinent engineering characteristics of the foundation soils. • Engineering analyses were performed using field and laboratory data to develop preliminary pavement design recommendations. • On -site soils were evaluated for potential sources of fill materials required for the project. As the Geotechnical Engineer of Record serving this project, we recommended that Rone provide assistance during the design phase to confirm the intent of the geotechnical recommendations and be retained to provide oversight during the construction phase. 3 FIELD INVESTIGATION AND LABORATORY TESTING The boring locations were identified in the field by Rone personnel using site benchmarks, landmarks, maps, aerial photographs and a hand-held GPS device. These locations were not accurately located by a registered surveyor. Ground surface elevations at the boring locations were interpolated from topographic site plans provided by the client. The locations and elevations are for general mapping purposes and are accurate only to the extent implied by the technique used in their determination. Subsurface conditions were evaluated by completing a total of 37 borings with the use of a truck - mounted drill rig. The approximate boring locations are shown on Plate A.3, Boring Location Diagram. Sample depth, description of soils and classification (based on the Unified Soil Classification System) are presented on the Logs of Boring, Plates A.4 through A.40. Keys to terms and symbols used on the logs are also included in Appendix A. Laboratory tests were performed on selected samples recovered from the borings to confirm visual classification, determine the pertinent engineering properties of the materials encountered and assess strata and in -situ consolidation states. Test results are presented on the Logs of Boring in Appendix A. Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B. 4 GENERAL SITE CONDITIONS 4.1 Site Geology Based on the subsurface conditions encountered in the borings and the Geologic Atlas of Texas, Dallas Sheet, the site is located within the Grayson Marl and Main Street Limestone, undivided Formation (mapped as Kgm). The USGS Mineral Resources On -Line Spatial Data reference contains the following description of these formations: Grayson Marl The Grayson Marl Formation generally consists of brownish gray clay with thin interbeds of limestone overlying marl. The marl is generally blocky and slickensided. Various quantities of silt, sand, gypsum crystals and ferrous staining may also be present. Main Street Limestone The Main Street Limestone Formation generally consists of fat clays overlying thick limestone, interbedded with thin marl beds. Various quantities of silt, sand, gypsum crystals and ferrous staining may also be present. Please note that the geologic mapping was originally performed using aerial photography. Local variations and anomalies do occur. 4.2 Subsurface Soil Conditions The results of the field and laboratory testing have been used to develop a generalized subsurface profile of the project site. The strata identified in the borings are described below. • Stratum I generally consisted of brown, reddish brown and tan fat clay (CH) and lean clays (CL) with intermittent sand that extends to depths of 2 to 10 feet below existing grade. • Stratum II generally consisted of tan weathered and tan to gray limestone from depths between 2 and 10 feet to the termination depths of approximately 20 feet. A summary of soil properties encountered in the borings is provided in the table below. ule777117Pha Table 2: Generalized Subsurface Profile Soil Property Full Range Estimated Specific Gravity, Gs 2.67-2.70 Percent Fines (%) 22-92 Percent Silt (%) 20-60 Percent Clay (%) 17-38 Liquid Limit 29-92 Plasticity Index 14-67 Moisture Content (%) 2-29 Moisture Increase Potential (%) 1-11 The Logs of Boring in Appendix A should be reviewed for detailed information at specific boring locations. A subsurface profile across the building area is presented in Figure 1 on the following page. Stratification boundaries shown in the Logs of Boring represent the approximate locations of changes in types of in -situ soil. The transition between material types may vary between borings and be gradual and indistinct. Variations will occur and should be expected across the site. 4.3 Groundwater The borings were advanced using continuous flight augers to observe the potential for water seepage during and immediately after drilling. Free water was not observed in the borings during or immediately after drilling. The scope of work did not include long term observations of ground water or perched water conditions. In addition, it is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur following periods of inclement weather. Groundwater can be encountered above any of the less permeable materials at this site, creating a temporary perched water condition, particularly during wet periods of the year. Groundwater levels should be expected to fluctuate throughout the year with variations in precipitation, runoff, irrigation, site topography, utilities and the water levels in nearby surface water features and other factors not evident at the time of the field services. These observations have been made during the course of the field exploration, as indicated on the Logs of Boring. A groundwater study has not been performed. Long-term observations would be necessary to more accurately evaluate the groundwater levels and fluctuations. If these services are desired, Rone would be pleased to provide groundwater level monitoring as an additional scope of services. u e77 ails ase s NORTHWEST Proposed Elevation ---- 835.......................................... u1 815 810 805 800 SOUTHEAST ► 00- ---•8-36 B-3 3-20 Y3 — ej.' _� .............................. Q 15.................. _q_................................................................................................ ,p 1 '3. 5 ................. j, ..... r37 B-8 Plr _24, -�3- 16--_•3-29 / 3"P31- TPl- 32 1 — B-2-8 7-- 0 i284/%33 P11- l B-5 •3-11-- ___-- P11- -- — 3-30 Pl' j %/ / 1 j -- _ 46 _ / 3-21 24 , %% / r25 23. / 22; .. .�.'... --.ter ...... ..................�%_....P2i.3 ....... ...... / OF , % / ,, f . j'. ;5,__ Bq9 _ / 3-22/ T 3-18 � w / ,�a r� 16 .. �. _ -25' 350 / T / 347 -P1. :13 / -pr 34 / l / / / - / 3-12 / % O / � _ /_/z.. /... / / ,. z..... 45` I �...... 39 .. '30 �54A = 450 / 3&_ /_ / OF / = 19 -41- _ ... ... _., ... _ . �.. ......... ............�.z�.... __..... .......................................... _ .. _ ............ _ ._. _ _ ...... ..y............. .................................................. 99 Equally Spaced Along Baseline for Presentation Purposes GENERALIZED SUBSURFACE PROFILE ® Fat Clay R N E FIGURE 1 Hulen Trails Phase 3 !% Lean Clay E N G E E R I N G Cleburne Crowley Road Fort Worth, Texas EST: 1972 835 830 825 820 815 810 805 1900 Water Observations While Drilling -7 At Completion I ®Weathered ® Limestone Limestone RCN E f 4.4 Soluble Sulfates Based on testing performed on selected samples, soluble sulfate levels at the site ranged from less than 100 ppm to approximately 700 ppm indicating negligible sulfate levels. Soluble sulfate levels are generally considered to be high when levels exceed 3,000 parts per million (ppm). Soluble sulfate test results are included in Appendix A. Additional testing is recommended during construction, if higher sulfates are encountered, Rone can be contacted for further guidance. 'ram_\►I_\A'L+�[+ ` � ����7►�i1►�i1�►1�7_r�[�ltb Analyses and recommendations presented in this report are based on data collected during the field and laboratory phases of this and previous studies, as well as our experience and local knowledge of the general site vicinity. The following paragraphs discuss the findings for the subject site, and present recommendations for subgrade improvement. 5.1 Seismicity Site Class The site class for seismic design is based on several factors that include the subsurface profile (soil or rock), shear wave velocity, and strength, averaged over a depth of 100 feet. Since our borings did not extend to 100-foot depths, we based our determinations on the assumption that the subsurface materials below the bottom of the borings were similar to those encountered at the termination depths of the borings. Based on Table 1613.2.2 of the 2018 International Building Code and Table 20.3-1 of ASCE 7-16, we recommend using Site Class C (Stiff Soil / Soft Rock) for seismic design at this site. 5.2 Potential Vertical Rise Direct measurement of swell pressures and soil expansion under the anticipated stress conditions is the most reliable way to account for the factors that dictate volume change potential of clay formations and assess swell -shrink conditions within the vadose zone. These analyses indirectly account for clay mineralogy, clay content, clay mix, soil structure, compaction states and stress states. Results of the overburden swell tests, and swell pressure tests are presented in Appendix A. Based on the results from the swell pressure tests and our experience with other projects in the immediate site area, a design swell pressures between 2,500 and 3,300 psf with an average swell potential of 3 percent was used for design purposes for the Stratum I soil across the site. RCN E J Consequently, potential vertical movement is estimated to range from approximately 1 to 6 inches for a 12-foot-deep active zone or as limited by depth of limestone. For supplemental reference, Potential Vertical Rise (PVR) was estimated in general accordance with the Texas Department of Transportation (TxDOT) Test Method Tex-124-E as an additional means of assessing untreated swell potential. This method is empirical, assumption -based, generalized, and based on the Atterberg limits and moisture content of the subsurface soils at the time of the field exploration. This reference does not account for all factors affecting volume change and swell potential. This procedure was applied for a 12-foot-deep active zone or limited to the depth of limestone with an estimated PVR of approximately 2 to 6 inches. Based on the above analyses, the following parameters have been used to evaluate foundation alternatives and design: Table 3: Untreated Subgrade Movement Potential Estimated Untreated Location Material Active Depth (feet) Swell Swell Potential Pressure (psf) (inches) Block 24: Lots 22 to 30 Block 38: Lots 1 to 9 Native Clay 12 feet 2,500 to 3,300 4 to 6 Block 38: Lots 14 to 24 Remaining Lots Native Clay `6 feet limited by 2,500 to 3,300 1 to 4 Limestone Based on the swell test results, dry unit weights, and estimated PVR using the TxDOT method, we recommend that a PVR of 4'/2 inches be adopted for design. Proper performance of the pad requires that the lots are prepared according to the recommendations provided in Section 5.5 Over -Excavation and Moisture Conditioning and Section 7.0 Site Preparation and Fill Placement. 5.3 Foundation Recommendations Design evaluations have been made for the residential foundation systems based on our current understanding of the project and the available subsurface information. The proposed buildings may be supported on slab foundations. A ground -supported foundation can consist of a conventionally reinforced beam and slab system or a post -tensioned slab foundation system. The foundation should be designed with exterior and interior grade beams able to provide sufficient rigidity to the foundation system to tolerate the vertical soil movements expected at this site as described above. A net allowable soil bearing pressure of 1,500 psf may be used for design of all grade beams bearing in natural or fill soils. Grade beams should be founded a minimum of 12 inches below final grades. The bottom of the beam trenches should be free of any loose or soft material prior to the placement of the concrete. All grade beams and floor slabs should be adequately reinforced to limit cracking as normal movements occur in the foundation soils. Moist soil conditions should be maintained within at least 5 feet of the foundation during its service life. The Post Tensioning Institute (PTI) parameters are estimated based on the method described in the PTI manual (3rd Edition) for designing slab -on -grade foundation systems, the Uniform Building Code guidelines, and "Effective PI" calculations for slab foundations. The recommended PTI foundation design parameters at this site are presented in the following table. Table 4: PTI Foundation Design Criteria Parameter Condition 4'/z-inch PVR Edge Moisture Variation Distance, eR, (feet) Differential Soil Movement, ym (inches) Center Lift 7.5 Edge Lift 4.5 Center Lift 1.8 Edge Lift 2.2 The PTI method incorporates numerous design assumptions associated with the derivation of variables needed to estimate the soil design criteria. The PTI method of predicting differential soil movement is applicable when site moisture conditions are controlled by the climate alone on well - graded lots (i.e. no improper drainage, percolation of water in unlined landscaped areas, utility water leaks or other free water sources). Under climate -controlled conditions, moisture variation within the subgrade soils is reduced, and the resulting differential foundation movements are much lower than movements that can occur due to post -construction movements caused by free water sources near or beneath the structures. Moist soil conditions should be maintained within 5 feet of the foundations during their service lives. A moisture barrier should be used beneath all slab foundations. 5.4 Building Pad Subgrade Based on the provided grading plans, we understand that up to approximately 5 feet of cut or fill may be required to achieve finished pad elevations. All grade -raised fill must be moisture - conditioned according to the guidelines provided below. If larger cuts or fills are planned, we should be contacted to review our recommendations, including moisture conditioning depths and the need for plastic sheeting above the completed pads. 5.5 Over -Excavation and Moisture Conditioning For purposes of subgrade treatment, this site has been divided into two zones. Moisture conditioning and replacement of the existing subgrade soils within Zone 1 should extend to a minimum depth of 4 feet below existing surface elevations or finished pad elevations, whichever is deeper. Following excavation of the active clay, the removed clays can be replaced with moisture and density control and covered with plastic sheeting. Any deleterious materials or rock fragments greater than approximately 4 inches in diameter encountered within the soils should be removed or crushed. The subgrade to receive moisture -conditioned clay should be scarified to a depth of 6 inches, then compacted as indicated in the Table 8 in section 7.1 Site Preparation. The clays to be used as moisture conditioned fill can then be placed and compacted in a similar manner and covered with plastic sheeting. The building pad subgrade should be kept moist prior to slab construction. All finished building pads within Zone 1 should be covered with plastic sheeting to reduce moisture loss following subgrade treatment. The plastic sheeting should be placed atop the moisture treated clay soils at a depth of 8 to 12 inches below the final pad elevation. If plastic sheeting is not installed, it may be necessary to re-evaluate the need for moisture conditioning on these lots prior to construction. Building pads within Zone 2 do not require overexcavation. Building pads receiving 3 feet or more of grade raise fill in Zone 2 should include plastic sheeting similar to Zone 1. Plastic sheeting is not required for lots with less than 3 feet of grade raise. 9J Please reference Table 5 for specific block and lot numbers within Zone 1. The remaining unlisted lots are included within Zone 2. The zones are also indicated on Plate A.3. Table 5: Depth of Moisture Conditioning (by Block and Lot Number) Zone Depth of Over -Excavation (feet) I Block Lots 1 24 22-30 1 4 38 1-91 14-24 1. Measured from Existing Surface Elevations or Finished Pad Elevation, whichever is deeper. 5.6 Detention/Retention Pond In general, the purpose of a detention pond is to temporarily store rainfall runoff and release the water at a controlled rate. Depending on the site, project, global stability considerations, environmental regulations and owners' expectations, the detention pond may need to have a low rate of infiltration into the ground. If permanent water storage is desired (retention pond), a pond lining will be required. The lining may consist of properly placed on -site clay soils, imported clay soils, a synthetic liner, or a combination of these. A hydraulic conductivity (permeability) study was not included in our scope of services; therefore, the following recommendations should be considered as general guidelines for water retention, and not as an assurance that the pond will consistently hold water. Rone would be pleased to provide these as additional services if the Owner desires. If water retention is desired, clay liner material should have a liquid limit greater than 60 and a plasticity index greater than 45. The liner material should be placed in maximum 8-inch loose lifts and compacted to between 92 and 96 percent of the maximum dry density as determined by standard Proctor test (ASTM D698) and at a minimum of 4 percent above the soil's optimum moisture content (min +4%). Please note that the liner will be subject to normal shrink/swell behavior unless water is maintained within the pond, or the pond is irrigated sufficiently to prevent the liner from drying and experiencing the formation of shrinkage cracks. Should water retention be less of a concern, the backfill should be placed in maximum 8-inch loose lifts and compacted to between 95 and 100 percent of the maximum dry density as determined by standard Proctor test (ASTM D698) and within 2 percent of the soil's optimum moisture content (-2% to +2%). J The compacted thickness of the liner should be at least 2 feet. The pond slopes should be 4H:1 V (horizontal to vertical) or flatter to reduce the risk of sloughing of the pond liner. 6 PAVEMENT RECOMMENDATIONS 6.1 Pavement Design Recommendations Based on the subsurface conditions encountered in our borings, the anticipated traffic loading conditions, and our local experience, pavements at this site should consist of Jointed Reinforced Concrete Pavement (JRCP) supported by lime -treated subgrade. Rehabilitation/reconstruction of a rigid pavement section is not typically considered a part of the pavement life cycle. Recommendations for pavement design and subgrade preparation are described in the following sections. When designing residential pavements, subgrade conditions must be considered along with expected traffic loads, pavement type, and design life. For this project, traffic loading conditions were based values presented in Table 3.1 of the City of Fort Worth Pavement Design Manual (Design Manual) for residential, collector, and arterial streets. Based on experience with similar traffic volumes, subsurface conditions, and additional information presented in Section 3 of the Design Manual, the following information was used in our analysis: Table 6: Pavement Design Input Parameters Item Pavement type Subgrade soil description California Bearing Ratio (CBR) Subgrade Subgrade treatment CBR Lime Treated Subgrade Treated subgrade thickness Composite modulus of subgrade reaction, k Traffic growth Design life Residential Annual Design ESALs I Collector Arterial Reliability, R Standard deviation, So Concrete modulus of rupture, S'o Value Jointed Reinforced Concrete Pavement (JRCP) Fat Clay (CH) 3 Lime' 15 6 inches' 220 pci 0% 25 years' 35,000' 100,000' 300,000' 85% 0.39' 620 psi' Hulen Trails Phase 3 E+ R C')N E / Item Value Concrete modulus of elasticity, Eo 4,000,000 psi' Drainage coefficient, Cd 1.0' Load transfer coefficient, J 3.0' Initial serviceability, po 4.5' Terminal serviceability, pt 2.5' 1. Per Section 3 of the Design Manual. The pavement thickness determinations were performed in general accordance with the "1993 AASHTO Guide for the Design of Pavement Structures" guidelines. The minimum pavement sections are presented in the table below. These pavement sections are based on estimated traffic volumes. A more precise design can be made with detailed traffic loading information. Table 7: Recommended Rigid Pavement Sections Roadway Residential Road Residential Collector Arterial Lime Treated Subgrade Thickness (inches) 6 [01 M. Concrete Thickness (inches) 6 7 9 The concrete minimum 28-day compressive strength should be selected based on the expected traffic. As a minimum, reinforcing steel should consist of #3 bars spaced at a maximum of 18 inches on center in each direction. Pavement recommendations are based on the estimated traffic loading conditions and commonly accepted design procedures that should provide satisfactory performance for the design life of the pavement. Concrete pavement should have between 4 and 6 percent entrained air. Hand - placed concrete should have a maximum slump of 5 inches. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to the applicable governing pavement design standards. Saw cutting should be performed in specified locations to control cracking due to shrinkage. Saw cutting should begin as soon as the concrete has obtained enough strength to keep from raveling, but before cracks can be initiated internally. Saw cut depths generally range from '/4 to '/ of the pavement thickness, but should be performed as directed by the civil engineer. RCjNE % 6.2 Pavement Subgrade Preparation All topsoil, vegetation and any unsuitable materials should be removed. The pavement subgrade should be proofrolled with a fully loaded (25 tons) tandem -axle dump truck or similar pneumatic - tire equipment to locate areas of loose subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to placement of engineered fill and after subgrade construction is complete. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, or moisture conditioned (dried or wetted, as needed) and compacted in place. Lime is commonly used to improve clay soils. Approximately 6 to 8 percent hydrated lime by dry weight (27 to 36 pounds per square yard) is typically required to adequately treat the existing soils. The actual lime requirement should be determined after the pavement subgrade has reached final grade. Lime treatment should be performed in accordance with Item 260, current Standard Specifications for Construction of Highways, Streets, and Bridges, Texas Department of Transportation (TxDOT) or applicable standards. The lime treated subgrade should have a plasticity index between 5 and 15, and be compacted between 95 and 100 percent of standard Proctor maximum dry density (ASTM D698) at a moisture content at or above the optimum moisture content (opt +). Lime treating the upper 6 inches of the subgrade soils will not significantly reduce the normal shrinking and swelling of the subgrade that occurs with seasonal moisture fluctuations; however, subgrade treatment will provide a more stable working platform during construction and increase pavement subgrade support. It will also reduce the potential for voids to develop beneath the pavement, and decrease the risk of pavement distress and possible failure. Some differential vertical movements of the pavements should be expected. The treated subgrade should extend a minimum of 2 feet outside the curb line. This will improve the edge support of the pavement and reduce the edge effect associated with shrinkage during dry periods. Sand or other granular fill should not be used as a leveling course beneath the pavement, as these more porous materials increase water migration beneath the pavement, causing heave and strength loss of the subgrade. Utility trenches that lie beneath the pavement must be properly compacted prior to pavement subgrade treatment. RNE 6.3 Pavement Construction and Maintenance Recommendations It is crucial that the moisture content and compaction be maintained until the concrete is placed. If the treated subgrade is allowed to dry prior to the concrete placement, the risk of shrinkage cracks within the pavement surface is greatly increased. Proper drainage should be provided both during and after construction. The pavement surface should be contoured such that surface water drains off, away from the pavement and into inlets. Water allowed to pond on or near pavement surfaces will saturate the subgrade soils and lead to premature pavement failure. Additionally, emphasis should be given to areas where the pavements are placed directly adjacent to building entries. If the subgrade heaves, the pavement could slope toward the building, causing drainage issues that could impede doors opening and closing and create building access/evacuation issues. In order to reduce potential differential pavement movement resulting from infiltration of surface water, all joints should be adequately sealed. Maintenance should include regular observation to identify and seal cracks. A flexible joint material should be used to seal cracks as they degrade, which can occur during the design life of pavements. 7 SITE PREPARATION AND FILL PLACEMENT The following recommendations for site preparation and fill placement may contain elements that do not appear to apply to the presently known conditions at the project site. These items have been included in this report since our experience has been that unforeseen obstacles are encountered on some project sites, and progress can be delayed while written guidance is prepared. While we cannot cover every possible circumstance, we have attempted to address the most frequently occurring issues in this report section. 7.1 Site Preparation Preparation of the site for any future construction should include the removal and proper disposal of all obstructions that would hinder construction. These obstructions should include all abandoned structures, foundations, debris, water wells, septic tanks and loose material. It is the intent of these recommendations to provide for the removal and disposal of all obstructions not specifically provided for elsewhere by the plans and specifications. R CAN E % All concrete, trees, stumps, brush, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and disposed of properly. It is the intent of these recommendations to provide a level surface with no features that would tend to prevent uniform compaction by the equipment to be used. All abandoned utilities that are not removed represent a risk to future performance; if the lines are abandoned in place, they must be fully grouted and capped so that the pipes do not provide a ready conduit for water. All areas to be filled should be disced or bladed until uniform and free from large clods. Soils should be brought to the proper moisture and compacted as indicated in the table below. Following subgrade preparation, the subgrade should be proofrolled with a fully loaded, tandem - axle dump truck or similar pneumatic -tire equipment to locate areas of unsuitable subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to placement of engineered fill and after subgrade construction is complete. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, or moisture conditioned (dried or wetted, as needed) and compacted in place. Relatively shallow weathered limestone was encountered in many of the borings performed at this site. Excavations are likely to extend into these materials, which may be difficult to excavate. Contractors should have experience working in these materials. Table 8: Fill Placement Criteria Plasticity Compaction Density Moisture Item Description Requirement Standard Requirement Requirement General 95% to 100% of Optimum moisture On -site soils grading None ASTM D698 maximum dry to 4% above density optimum moisture Moisture 92% to 96% of Minimum of 4% conditioned fill House pads None ASTM D698 maximum dry above optimum density moisture Imported General 95% to 100% of Optimum moisture general fill grading LL < 60 ASTM D698 maximum dry to 4% above density optimum moisture 0-10' below 95% to 100% of At least 2% above grade None ASTM D698 maximum dry optimum moisture Utility backfill density On -site soils Minimum 100% of Minus 2% to plus >10' below None ASTM D698 maximum dry 2% of optimum grade density moisture Below 98% to 100% of At or above Pavement fill None ASTM D698 maximum dry pavement density optimum moisture PAGE 115 R CAN E J 7.2 Moisture and Density Testing Field density and moisture content tests should be performed by the geotechnical engineer or his representative. Density tests should be taken in each layer of compacted fill below the disturbed surface. If the materials fail to meet the specified moisture and/or density, the lift should be reworked as necessary to obtain the specified moisture content and compaction. The recommended moisture content and density should be maintained until placement of the overlying lift, or construction of overlying flatwork. Failure to maintain the moisture content and compaction could result in excessive soil movement and can have a detrimental effect on overlying structures such as sidewalks and pavement. The contractor should provide some means of controlling the moisture content and compaction (such as water hoses, water trucks, etc.). Maintaining subgrade moisture and compaction is always critical, but will require extra effort during warm, windy and/or sunny conditions. Density and moisture testing is recommended to provide some indication that adequate earthwork is being provided; however, the quality of the fill is the sole responsibility of the contractor. Satisfactory test results are not a guarantee of the quality of the contractor's earthwork operations. 7.3 Site Grading Site grading operations, where required, should be performed in accordance with the recommendations provided in this report. The site grading plans and construction should strive to achieve positive drainage around all sides of the proposed pavement. Inadequate drainage around structures built on -grade will cause excessive vertical differential movements to occur. 7.4 Construction Observations In any geotechnical study, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings; however, anomalies in the subsurface conditions are quite often revealed during construction. The potential for the presence of varied geologic formations and significantly different support conditions at this site, which could result in changes in our design recommendations, increases the risk of damaging soil movements at this site. It is recommended that Rone be retained to observe earthwork operations and foundation construction, and perform materials evaluation and testing during the construction phase of the project. R CAN E I This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. We recommend that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers, and the geotechnical engineer. 8 STUDY CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site with little variance beyond that found by the borings. If Rone is not serving a monitoring role during construction as advised, and different subsurface conditions from those encountered in our borings are observed or appear to be present in excavations, Rone must be advised promptly so that these conditions can be evaluated and our recommendations can be reassessed as may be necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, Rone should be promptly informed and retained if necessary if the changed conditions warrant review and reassessment. It is important that Rone be retained to assist in design reviews or review those portions of the plans and specifications that pertain to earthwork to ensure the plans and specifications are consistent with the recommendations provided in this report. It is also advised that Rone provide oversight and monitoring services during construction to ensure that the design requirements during earthworks construction are provided correctly and implemented effectively. RONE This study has been prepared for the exclusive use of the client and their designated agents for specific application to design and construction of this project. We have exercised a degree of care and skill exceeding that ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. The engineering services and solutions provided herein are considered advanced, and while design and construction controls are improved, no warranty, expressed or implied, can be made or intended. 9 COPYRIGHT 2024 RONE ENGINEERING SERVICES, LLC. This report is a work product containing advanced engineering services. This report is in its entirety is the sole property of the Client, Rone Engineering and its affiliates. Use of this report is subject to all copyrights. This report may be used in practice or referenced by any project party as necessary, solely for the party's role on the project for which this report is prepared. Beyond that use no part of this report may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this report must include all copyright notices and registered trademark designations (0) and non -registered trademark designations (TM) FIELD EXPLORATION Subsurface conditions were defined by 37 sample borings located as shown on the Boring Location Diagram, Plate A.3. The borings were completed at locations staked in the field by Rone personnel. The borings were advanced between sample intervals using continuous flight auger drilling procedures. The results of each boring are shown graphically on the Logs of Boring. Sample depth, description, and soil classification based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of Boring are presented in the Appendix section of the report. Relatively undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter tube samplers at the locations shown on the Logs of Boring. The tube sampler consists of a steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a'/4 inch diameter piston is pushed into a relatively undisturbed sample at a constant rate to a depth of approximately '/4 inch. The results of these tests are presented at the respective sample depths on the Logs of Boring. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples of stiff and/or granular materials were obtained using split -barrel sampling procedures in general accordance with ASTM D1586. In the split -barrel procedure, a disturbed sample is obtained in a standard 2-inch OD split -barrel sampler driven 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of the standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the Logs of Boring at the depth of sampling. The samples were sealed and returned to our laboratory for further examination and testing. 1101 The rock and rock -like materials encountered in the borings were evaluated with a modified version of the Texas Cone Penetration test. Texas Department of Transportation (TX -DOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each hammer blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot- pounds of energy per blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at the respective test depths as blows-per-6-inches on the log of boring. In hard materials (rock or rock -like), the penetrometer cone is driven and the resulting penetration distances are recorded in inches for the first and second sets of 50 blows, for a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the Logs of Boring. Groundwater observations during and at completion drilling are shown on the Logs of Boring. Upon completion of the borings, the boreholes were backfilled with auger cuttings to ground level. -Al R J LABORATORY TESTING Laboratory tests were performed on selected samples retrieved from the borings to evaluate the engineering characteristics of the subsurface materials, and to provide data for developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and/or the laboratory, and were later refined based on results of the laboratory tests performed. Classification Tests All recovered soil samples were classified and described, in part, using the Unified Soil Classification System (USCS). Visual classification of soils was verified by index testing, including natural moisture content, Atterberg limits, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). All testing was performed in general accordance with applicable American Society for Testing and Materials (ASTM) procedures as follows: Test Atterberg Limits Percentage of Particles Passing the No. 200 Sieve Moisture Content Dry Unit Weight Unconfined Compressive Strength — Soil Swell Test Soluble Sulfate Concentration Unconfined Compression Strength Test - Soil ASTM Standard Number D4318 D1140 D2216 D2167 D2166 D4546, Method B TEX-145-E A cylindrical specimen is subjected to axial load at a constant rate of strain until failure occurs. Strengths determined by this test are tabulated at their respective sample depths on the Logs of Boring. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs. RONE Swell Test In the swell test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. Detailed swell test results are tabulated in Appendix A. Unconfined Compression Strength Test - Soil In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant rate of strain until failure occurs. Strengths determined by this test are tabulated at their respective sample depths on the logs of boring. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs. ION Lrrf" M`Orwso.r xa.T,r. R E ENG LERING v y 6 H rW� w I lw.r.. mtmw Nrvrnc (•.ne. Mv.\ll.r �N 8 n, r. r . • [Iu.eY aPl l,r4 •Iltln.a. Cutr Cr. in t e MCPNelSon BdAevaCG MCPr..r �. -!r E; t SCALE:NTS i.+•nr..•Iree r... � •k � t k S,�' •'n.� � t ��� � BnrIXue �rre 3C ceaaar lire � �' LI f v,r MeM 9�j � •�i �Wrlb Vad Pl\w.Y W�+rr Y4 , rMrPaM leaver llY Cr—h- tw BWvn nna Pn5Y4 fYne^ d' crM+r.r mr.e 5 }� Q { lNe leaf o-r.e IHe LNt PYe FrrJr�r•V (v'JI.TrM I,w •� � q s....tl M„l.� .�s«.ic�,... ,.d -ko,rw Bn.a 4YU M.ea Yar., Urer. SITE M,�, ; P , .n♦ v.•W.rye or•.. D. MFYC �Bn,•1 r rUJ\'low -Gr B,4„,r.. ,nr 3 Nur^M1irratrr.\ �teti � � -Werra Cave r, •g Pmt hwr {f L Wler r,rlw �. • M<q,W vrua lure .Frr M•.t Drwe i CC C+rner a..y Mrm � M1vrrm.lr•v E eburne LIM" Rona r l r r•M Ur... `�° tnn e•n tr, - �t r�1(ur•Irr Bill Johnson g Carrrr and ierhna/ngy Center at' - ♦ Bo }j + z Compka _ t• i 3 ` Crovrley Plovel R-d (-my Plover Roca frnlyrry, Pi—, Roan S ir.r rax gn,e 4 Plate A.1 PROJECT NO: 23-28273 VICINITY MAP DRAWN BY: I.B. DATE: 1/18/2024 Hulen Trails Phase 3 Cleburne Crowley Road Fort Worth, Texas APPROVED BY: R.L. DATE: 1/18/2024 II III 11 II �.w ii 11 1 11 11111 1101 1 1111.11 11010 11 NO 0 B-2 � .itoCxlf J B-3j J, J ; B-5 L �- L • B-7! n J. 441 .. r 1 WATER LILY LANE !=��EN 19" B-20 4 rr ri � i ro Legend Zone 1 4 Feet moisture condition below existing surface elevation or finished pad, whichever is deeper. ra 17 - r —�/ ti A r t � w 1 1 �7 gln I re�rrr�rwLr�rnzur I ��-_ r �e A WRV7i6rfQSTJ rf TWTRWSS•8f7.e<6 / AD�Fut AWAM1] 113-6 _ oil _ 1 I O - 1 iIOCKZI J ry I rx 1 PW f I I I I I !. � 26 !f 1L J7 I J I I r Al 7�s IfI� PM�AS 2 VE pE R VO1 NT .111 `� B-17 fLB-18 1_ B-19 !+ r tt I I I B-22 _ B-23 B-24 B-25 ♦ tMENTF1ELD DANE T � 1 yo I I I - B-27 ar B-28 B-29 low •• ww !J !f 27 !r 20 r9 r7 rf rS I I I I I B-30 B-31 1342 13-3 _ 1f ' JS V 2A p I Jn Imo;. x Bt �— CLE6l1RRE CIIUkLE1 RulV„ii '� III Zone 2 ' No moisture - conditioning required. Plate A.3 tNG JNG b1Jmisilo LOCATION DIAGRAM e Hulen Trails Phase 3 Cleburne Crowley Road Fort Worth, Texas PROJECT NO: 23-28273 DRAWN BY: I.B. DATE: 1/18/2024 APPROVED BY R.L. DATE: 1/18/2024 Log Project No. B-1 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R N E Block 40, Lot 1 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R I N G 32.585580 N While Drilling Not Observed 12-13-23 Longitude At Completion Not Observed -97.396990 W End of Day Not Measured a y N O N 0.4 c N y N E C U>2 M � a C dN C . Stratum Ua Z d ._ a N> W M v (D 0 0 C iw Approximate Surface Elevation = 831.8 feet 3 O a rn 04) a X Mm a W LL-FL-PI 0 2 3 Z y o c o M y FAT CLAY WITH SAND (CH) - brown 4.50 22 829.8 WEATHERED LIMESTONE - tan 25-50/5" 9 5 26.8 LIMESTONE - tan with occasional clay seams 50/1Y2' 50/1' '/d 8 _L 50/'/." 50/'%' 10J= — _ gray _ 50/'/z' 50/%' Z 50/'%' 2 Boring Terminated at Approximately 20 Feet Proposed Elevation = 832.5 Feet Approximate Grading = 0.7 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate AA Log Project No. B-2 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road E Block 39, Lot 34 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R I N G 32.58561 ° N While Drilling Not Observed 12-13-23 Longitude At Completion Not Observed -97.39603° W End of Day Not Measured a y a y m a mN c m e _ 4-O C > 2 U N.+ Z d U?� d N a£ ;a. � Stratum Description Z o o w m to E > `md ° y�a 'y,d a — ca O N w '0 a a Approximate Surface Elevation = 827.5 feet 3 O to 04) a W d a rn LL-PL-PI 0 2 3 Z rn o c o D v /,M FAT CLAY WITH SAND (CH) - brown 0 5 WEATHERED LIMESTONE - tan 5 LIMESTONE - tan -gray 15—=— S Z 2U��B07.5 Boring Terminated at Approximately 20 Feet Proposed Elevation = 826.7 Feet Approximate Grading = 0.9 Feet Cut Material boundaries are approximate, in situ, transitions may be qradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 24-12-30 N=42 9-15-50/5" 50/1" 50/%" 50/%" 50/%" 50/'Y2' 50/%" 4.00 81 72-26-46 27 15 88 64-21-43 23 Plate A.5 Log Project No. B-3 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R NFNG Block 39, Lot 3 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R 32.58531° N While Drilling Not Observed 12-13-23 Longitude At Completion Not Observed -97.396430 W End of Day Not Measured °\• CL H d toN c rn Q, y y CT t a L0Q ° c r � >.2 E o U 3:C_mA moa Stratum Description o o5N o E o 6Ea rn W Approximate Surface Elevation = 830.0 feet 3 O 0 m IY a° in LL-PL-PI M to o � v FAT CLAY WITH SAND (CH) - brown 828.0 WEATHERED LIMESTONE - tan with clay and limestone seams �i 5 — —� 1C 820.0 r i� v LIMESTONE - tan = o 15—=— _ gray Z 0.0 20'81 Boring Terminated at Approximately 20 Feet Proposed Elevation = 829.6 Feet Approximate Grading = 0.4 Feet Cut Material boundaries are approximate. in situ, transitions may be qradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 50/2" 22/6" 26/6" 5-6-8 N=14 50/1'V 50/%" 50/%" 50/'/i' 50/'/z' 50/%" 3.00 24 7 8 69 40-15-25 15 Plate A.6 Log Project No. B-4 23-28273 Hulen Trails Phase 3 Cleburne Crowley Road Boring Location y Block 40, Lot 5 Fort Worth, Texas 9GE VNG Latitude Water Level Observations (feet) Date 32.584960 N While Drilling Not Observed 12-13-23 Longitude At Completion Not Observed -97.39700° W End of Day Not Measured o H CL > ' o Ny c rn w oa t m a C •a o a° >•c Stratum Description � M o zm � m rc Eea E a= m £ > it m m ° d o a y m a a — Ta o a M rn w � ) O ai Approximate Surface Elevation = 832.0 feet 3 v a a W 0>, a m LL-PL-PI i d rn a uE v SANDY FAT CLAY (CH) - brown to reddish brown with limestone pieces 1 WEATHERED LIMESTONE - tan LIMESTONE - tan i r 3 s i i 15J= i i i = i gray i Z i =4 812.0 2G Boring Terminated at Approximately 20 Feet Proposed Elevation = 829.0 Feet Approximate Grading = 3.0 Feet Cut _Material boundaries are aooroximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 4.00 28 4.00 57 52-20-32 19 0.5 100 50/6" 2 50/'/z' 50/%d' 50/1" 50/'/z' 50/%" 50/'%' Plate A.7 Log 13-5 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road _ R9GE NFNG Block 39, Lot 30 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N E R 32.584990 N While Drilling Not Observed 12-13-23 Longitude At Completion Not Observed -97.39604° W End of Day Not Measured r a H o c m t a o w E 2 c >.2 U Stratum Description �° °�' o z �� m -' U a �= m a CL m m a 'm > in —y - CL E DO rn W Approximate Surface Elevation = 825.8 feet 30 vi 0 4)L a lX ain LL-PL-PI 2 rn o V v �� FAT CLAY WITH SAND (CH) - brown to reddish brown 0 1.8 WEATHERED LIMESTONE - tan 5.8 LIMESTONE - tan L I I - 1 T 1 y 1 A I 15--= �_ i i L I Z - gray i 2�05.8 Boring Terminated at Approximately 20 Feet Proposed Elevation = 825.4 Feet Approximate Grading = 0.4 Feet Cut Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 3.00 79 59-24-35 25 3.00 27 94 4,400 50/6" 9 50/1" 50/'%' 50/1" 50/%" 50/1'/2" 50/1" Plate A.8 Log B-6 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R NFNG Block 24, Lot 16 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R 32.584990 N While Drilling Not Observed 12-13-23 Longitude At Completion Not Observed -97.39549° W End of Day Not Measured a y N N y Y c C M a c CL ~ U d H EY ° Z °1� O d c vi y E 2 O �- a�i" Stratum DescriptionCL Z o e a y I ; e CL m rn O > y (D ° y 'v 'a > y — ° a m w o a a Approximate Surface Elevation = 822.9 feet 3 O cn aci a10i a W R �' a CO) LL-FL-PI ° 3 Z rn o c o U FAT CLAY WITH SAND (CH) - brown to reddish brown with limestone pieces 5 818.9 WEATHERED LIMESTONE - tan with clay seams 815.9 LIMESTONE - tan =i S 15� _ gray 2�,802.9 Boring Terminated at Approximately 20 Feet Proposed Elevation = 824.5 Feet Approximate Grading = 1.6 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 4.5+ 18 4.5+ 81 70-25-45 29 0.7 88 14-20-50/2" 12 50/1 Y2 50/1" 50/1" 50/Y2' 50/1 Y2' 50/Y2' Plate A.9 Log B-7 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road ' R N E Block 39, Lot 7 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R I N G 32.584700 N While Drilling Not Observed 12-12-23 Longitude At Completion Not Observed -97.396430 W End of Day Not Measured c a H d a N O0 N 6 CD d N a 4) C o t �_ m a C o _ ~ c YAll Stratum Description m o >.2 , z a U m� o �_ Z G1J Q o a d w C °' > °' m 0) a_e C CL rn E rn W Approximate Surface Elevation = 827.5 feet 3 O (ai a X rn > a Cn LL-PL-PI w 2 m m o u E 0 FAT CLAY WITH SAND (CH) - reddish dark brown with calcareous nodules 3.50 26 3.75 84 62-23-39 25 24.5 1-8 WEATHERED LIMESTONE - tan with limestone pieces 14-50/6" 13 522.5 LIMESTONE - tan with occasional clay seams 50/13/4" 6 50/'/2"50/1 S- " 0/1 ' 5'/2 = 50/'%' S 50/%' 15 T Z gray — 50/'%' 807.5 50/'/;' 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 828.1 Feet Approximate Grading = 0.6 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.10 Log Project No. B-8 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R NFNG Block 40, Lot 9 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R 32.584350 N While Drilling Not Observed 12-12-23 Longitude At Completion Not Observed -97.396990 W End of Day Not Measured a H Rl o rn WrC t W C CL wZ a&I E mo O U> d On mta CL N Stratum Description = e -' Eo E ° s aC0m> -° wa V ECO w Approximate Surface Elevation = 828.7 feet 3 O to a W a CO) LL-PL-PI o M ; Z N o c 0 U FAT CLAY WITH SAND (CH) - dark brown to brown with calcareous nodules 2.75 21 5- - with ferrous staining 7 WEATHERED LIMESTONE - tan 1C 818.7 LIMESTONE - tan with occasional clay seams T� i r i = i i = i i 15—=— i = L - gray I { _ 1 = 2C—�808.7 Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.5 Feet Approximate Grading = 1.2 Feet Cut Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 3.50 23 99 4,000 4.5+ 72 52-17-35 18 0.6 100 50/4" 5 50/%" 50/%" 50/3/4" 50/Y4" 50/'/z 1 50/'/a" Plate A.11 Log Project No. B-9 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 39, Lot 26 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.584390 N While Drilling Not Observed 12-12-23 Longitude At Completion Not Observed -97.39604° W End of Day Not Measured O H >y U a E a = Stratum Description o o N N ma a w Approximate Surface Elevation = 824.0 feet 3 O m 0A SANDY FAT CLAY (CH) - dark brown to brown with calcareous nodules 5 19.0 WEATHERED LIMESTONE - tan 17.0 LIMESTONE - tan with occasional clay seams S 15- �r _ gray Z 20____,_7,804.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 825.3 Feet Approximate Grading = 1.3 Feet Fill 50/5" 50/%" 50P/2" 50/'/2' 50/'/2' 50P/2" 50/%" R NE ENG E E R I N G e o � a� m N N yy, C o•- o mrc z mE U pQ1 p, v J N C l�C ill! > m a W a i» LL-PL-PI i 1.75 24 2.75 28 4.50 70 75-21-54 28 ib a w a t a Cf C O o } �m 0a 3 C O to DU Material boundaries are approximate. in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A. 12 Log B-10 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R NVG Block 24, Lot 20 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R 32.584350 N While Drilling Not Observed 12-12-23 Longitude At Completion Not Observed -97.395490 W End of Day Not Measured op a y N N IN o 0 rn d N c y a t P a C o F c do a >.2 U m.4 c z �E W._ U �+ o0 c y Stratum Description � Z o a a J e 1 G >, 0. d N E M > p N ., ._ 'O .y > N G1 = �, t�1 E N to Approximate Surface Elevation = 822.0 feet 30 Cn a.. IY a m LL-PL-PI i rn In� U FAT CLAY WITH SAND (CH) - dark brown with calacreous nodules 8.0 WEATHERED LIMESTONE - tan with limestone pieces 4.0 LIMESTONE - tan with occasional clay seams 10—=— ' J= =i 15—Z— gray Z 802.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 824.4 Feet Approximate Grading = 2.4 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 1.25 19 3.00 81 68-23-45 27 1.6 89 22-50/4" 22 58-20-38 4 50/1" 50/1" 50/3/4' 50/%" 50/%" 50/%" Plate A.13 Log Project No. B-11 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 39, Lot 11 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.583990 N While Drilling Not Observed 12-12-23 Longitude At Completion Not Observed -97.39643° W End of Day Not Measured a �, c d c a a- Stratum s IS o a a w Approximate Surface Elevation = 826.2 feet 3: O m FAT CLAY WITH SAND (CH) - dark brown with calacreous nodules 824.2 WEATHERED LIMESTONE - tan 17-24-50/6" 22.2 LIMESTONE - tan with occasional clay seams 50/1'/=" 50/1" 5 S 50/1" 50/'%' 10— { Z - gray 50/%" 50/%" 15T 50/'/i' 806.2 50/'/;' 2C T Boring Terminated at Approximately 20 Feet Proposed Elevation = 826.8 Feet Approximate Grading = 0.6 Feet Fill R NE ENG EERING 0 O C rn a y 'v y C Y O 0 O ._ O Z L e J d Q � C C l6 N d En a X a N LL-PL-PI i 3.75 22 9 6 Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Plate A.14 Drilling Method: Continuous Flight Augers Log Project No. B-12 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road � Block 24, Lot 25 Fort Worth, Texas !ERFN)G Latitude Water Level Observations (feet) Date E N G E 32.58387° N While Drilling Not Observed 12-8-23 Longitude At Completion Not Observed -97.39495° W End of Day Not Measured a y a o N rn c m t a ° ~ o a ao E Z°E a o V iu NcaL oui .CF° Ea Stratum Description C ° J wc CL y E w 4) � c Qd w Approximate Surface Elevation = 821.0 feet 3 o vai a� a m LL-PL-PI i m o � 0 0A SANDY FAT CLAY (CH) - dark brown with calcareous nodules 61 816.0 WEATHERED LIMESTONE - tan with limestone pieces 1C � 811.0 LIMESTONE - tan 15-J= — _ - gray Z _ 2u 1.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 826.3 Feet Approximate Grading = 5.3 Feet Fill Material boundaries are approximate: in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 8-11-16 N=27 50/1'W 50/'/," 50/'%' 50/Y4" 50/%" 50/'/a" 4.5+ 62 64-25-39 20 2.6 89 4.5+ 18 4.5+ 20 63 64-23-41 17 Plate A.15 Log B-13 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 24, Lot 29 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.583870 N While Drilling Not Observed 12 Longitude At Completion Not Observed -97.39417' W End of Day Not Measured a it! c _ > ° cai Q E a = Stratum Description z o ocn M w as a Approximate Surface Elevation = 822.5 feet 3 O rn SANDY FAT CLAY (CH) - brown with occasional limestone pieces and ferrous deposits 1 814.5 WEATHERED LIMESTONE - tan 812.5 LIMSTEONE - tan n i 15�=— _ - gray I _ Z i = 20_,802.5 Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.3 Feet Approximate Grading = 4.8 Feet Fill 50/6" 50/'/=' 50/%" 50/'/z' 50/'/z' R E t E N G E E R I N G e � = a a a mYN1 o a— _ RM CD v.S Z E y c 0 E CL o a X a Co LL-PL-PI 2 rn � v 2.50 26 4.50 17 4.50 19 103 17,000 4.50 60 52-21-31 16 2.5 101 5 Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A. 16 Log B-14 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R N E Block 39, Lot 22 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R I N G 32.583670 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.396040 W End of Day Not Measured 41 T O C W G1 C d Y O N d .+ O ._ = ° U .O a to O 0> H F r d w > V Stratum Description Z o Z t e W- Q-� 2 a d N 13 M D C7 d ° �� a W 'O ' W j a — 3 O O' co w Approximate Surface Elevation = 825.0 feet 3: O N ma`0i IL W �°' a m LL-PL-PI O 2 Z w o v �� SANDY FAT CLAY (CH) - brown with calcareous nodules E 9.0 WEATHERED LIMESTONE - tan with ferrous staining and calcareous nodules 5.0 LIMSTEONE - tan r ` —_ LU W O W N L O N d 15—=— t (D _ o = gray a� m a = aD N m co 20 T �805.0 Boring Terminated at Approximately 20 Feet a Proposed Elevation = 825.7 Feet a 0 c Approximate Grading = 0.7 Feet Fill a 0 0 L N 0 O Ol C .o Material boundaries are approximate; in situ, transitions may be gradual. N Driller: Total Depth F Drilling Method: Continuous Flight Augers 18-14-11 N=25 50/1" 50/'/2' 50/1'/2" 50/'/Z' 50/1" 50/%" 4.5+ 16 4.5+ 67 64-26-38 13 4.5+ 12 10 Plate A.17 Log Project No. B-15 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R N E Block 36, Lot 4 Fort Worth, Texas Latitude Water Level Observations (feet) Date ENG E E R I N G 32.583580 N While Drilling Not Observed 12-12-23 Longitude At Completion Not Observed -97.396990 W End of Day Not Measured a y N 04 y N c C tT a C CL o c >.2 U m y Z° y U Y Stratum Description -J �° 2-1 o �� m y E > ma a,a 'yam y m of rn w Approximate Surface Elevation = 829.0 feet 30 w a W a in LL-PL-PI 2 (0o D U FAT CLAY WITH SAND (CH) - reddish dark brown to tan with calcareous nodules Ii 0 WEATHERED LIMESTONE - tan with occasional clay seams 0 LIMSTEONE - tan S J= gray 15� Z to-�09.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.3 Feet Approximate Grading = 1.8 Feet Cut Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 4.00 80 57-24-33 26 4.5+ 16 50/5" 17 50/1" 50/1" 50/Yz' 50/ Y4" 50/3/4" 50/Y4" Plate A.18 Log Project No. B-16 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 39, Lot 15 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.583330 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39644° W End of Day Not Measured _ O H to C > O U a E Stratum Description rn M w a s a Approximate Surface Elevation = 827.2 feet 3 O rn SANDY FAT CLAY (CH) - brown with calcareous nodules and limestne pieces 5 1.2 WEATHERED LIMESTONE - tan 1G i 817.2 LIMSTEONE - tan r S. v r LU N O N _ N L O U1 15—= - gray L E 0 v ^_ d m m a a) 2 'O U N 2G T 807.2 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 828.3 Feet a 0 c Approximate Grading = 1.0 Feet Fill a 7 O L V! m O m C .o Material boundaries are approximate, in situ, transitions may be gradual N Driller: Total Depth 28-38-46 N=84 50/1'/2" 50/1" 50/1" 50/'/2' 50/'/2' 50P/2' R NE E N G E E R I N G e O m w d r C a•— o m42 c C m e J d d 'O .y > N 0 4)CDtL X aL m ILL-FL-FillT 4.5+ 16 4.5+ 16 4.5+ 54 72-26-46 12 8 8 w o. w 0 t G O C 0 O y E- ch a c a O to In DU Plate A.19 Drilling Method: Continuous Flight Augers Log B-17 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R!ERVGBlock 38, Lot 2 Fort Worth, TexasLatitude 9GE Water Level Observations (feet) Date E N 32.583420 N While Drilling Not Observed 12-8-23 Longitude At Completion Not Observed -97.395350 W End of Day Not Measured r a y a W a.a~ o N rn d U) c w C t 0 a c E �O Stratum Description y E Z d Eo J UC = wc° HC a o rn E z °1a "E. cm ��a a a m = CL SE M m w M.0 a Approximate Surface Elevation = 822.7 feet 3: O rn mm a tY ryir� rad a rn LL-PL-PI 0 2 3 z U) o co V SANDY FAT CLAY (CH) - dark brown to brown with calcareous nodules 3.00 27 2.7 LIMSTEONE - tan with occasional clay seams L I _ D i 15—'= — _ - gray I i = Z i = 20 T A02.7 Boring Terminated at Approximately 20 Feet Proposed Elevation = 826.5 Feet Approximate Grading = 3.8 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 50/%" 50/%" 50/%" 50/%" 4.5+ 19 4.5+ 17 4.5+ 67 73-26-47 16 4.5 111 4.5+ 69 71-22-49 15 4.5 111 23,200 Plate A.20 Log Project No. B-18 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 38, Lot 6 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.583400 N While Drilling Not Observed 12-8-23 Longitude At Completion Not Observed -97.39454° W End of Day Not Measured O N O H C >16 .2 U E a Stratum Description E p to E w :: a H rn W A a a Approximate Surface Elevation = 823.5 feet 3 O rn FAT CLAY WITH SAND (CH) - brown to reddish brown J/ with calcareous nodules 00 0000 5 —// J/ J/ 815.5 10— WEATHERED LIMESTONE - tan with occasional clay seams LIMSTEONE - tan _ - gray { L �,� 803.5 20-� Boring Terminated at Approximately 20 Feet Proposed Elevation = 828.0 Feet Approximate Grading = 4.5 Feet Fill 50/6" 50/1" 50/'/i' 50/%" 50/%" R !IRF E N G E e C c O L N a dy N C M .— O N O Z c E m occa ;-J to to °v c m vNi a', m E as W a m LL-FL-PI i to In 2.50 23 4.5+ 24 4.5+ 74 92-25-67 16 5.7 98 4.5+ 17 6 Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Plate A.21 Drilling Method: Continuous Flight Augers Log B-19 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R NVG Block 38, Lot 10 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R 32.583390 N While Drilling Not Observed 12-8-23 Longitude At Completion Not Observed -97.39375° W End of Day Not Measured G H y o N rn d c m t C tT a C '>.2 E a C Stratum Description - t- Z J V d yc m m ra oE u Em w IL Approximate Surface Elevation = 824.0 feet 3 O U) a X a 'm LL-PL-PI 2 rn o 0 0 FAT CLAY WITH SAND (CH) - brown to reddish brown with calcareous nodules 5 9.0 WEATHERED LIMESTONE - tan with occasional clay seams and limestone nodules 15.0 LIMETEONE -tan 1 r aD Cr �i m tan clay seam `o C -gray E 15—=— a� E o a v m m CL (D N - T L y `7 m 2804.0 o Boring Terminated at Approximately 20 Feet Proposed Elevation = 826.5 Feet Approximate Grading = 2.5 Feet Fill Material boundaries are approximate, in situ, transitions may be qradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 1.00 27 2.50 73 59-23-36 27 4.5+ 1 22 15-19-30 7 N=49 50/%' 50/'%' 50/%" 50/%" 50P/2" 50/%" Plate A.22 Log Project No. B-20 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 36, Lot 8 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.582950 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39700° W End of Day Not Measured _ O a C i .2 IL V a E a � Stratum Description z o o oa a y w Approximate Surface Elevation = 830.0 feet 3 O to j SANDY LEAN CLAY (CL) - dark brown with calcareous nodules j I.'fl R 9GE NFE N E R I 0 O O � N N N ate. C .E 0 0 O oZ . ca ZJ 2 c m uNi m a a x a in LL-PL-PI 2 2.75 67 41-17-24 18 4.5+ 22 0 WEATHERED LIMESTONE - tan with occasional clay seams 50/4" 9 LIMESTONE - tan -gray 15—=— S Z 2C Ti8,0.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 829.3 Feet Approximate Grading = 0.8 Feet Cut 50/%" 50/%" 50/Yz' 50/%" 50/% 50/%" w a N) t a Im C Z a.4 o 47 0a o W 0 DU Material boundaries are approximate, in situ, transitions maybe gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.23 Log B-21 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R Block 39, Lot 18 Fort Worth, Texas !ERIVNG Latitude Water Level Observations (feet) Date ENG E 32.58303° N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39604° W End of Day Not Measured a N N o CD N y n c y t c a C o Y£ d c w >. U Stratum Description Z — o Z o a J o a E m yr = p u>i w ::a H a. Approximate Surface Elevation = 825.5 feet 3 O (0 cm a W a� a in LL-PL-PI m 2 (n o uE U SANDY FAT CLAY (CH) - dark brown to brown with calcareous nodules 0 1.5 WEATHERED LIMESTONE - tan 5.5 LIMESTONE - tan - gray 15J= — _ —Z 2u Ti805.5 Boring Terminated at Approximately 20 Feet Proposed Elevation = 825.8 Feet Approximate Grading = 0.3 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 50/5" 50P/2" 50/%" 50P/," 50P/2" 50/3/+" 50/%' 4.5+ 4.5+ 24 16 iG Plate A.24 Log B-22 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road _ R NE Block 38, Lot 24 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R I N G 32.583070 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39559° W End of Day Not Measured . CL H o m yaN. c m t a .° F o a�i ' U E Z m E V c uyi E °' w Stratum Description z o e Q -' e CL m E ID o O m ., .— mo m 'y> •' v_r — y o vE N w oa a Approximate Surface Elevation = 823.2 feet 3 O w dd a w cyom a in LL-PL-PI o 2 3 c o SANDY FAT CLAY (CH) - reddish dark brown to brown with calcareous nodules 1.75 22 5 J 14.7 WEATHERED LIMESTONE - tan with occasional clay — seams 1 810.2 ' LIMESTONE - tan 15—=— —� - gray i,803.2 2u T Boring Terminated at Approximately 20 Feet Proposed Elevation = 826.5 Feet Approximate Grading = 3.3 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 3.75 21 4.5+ 22 4.5+ 70 59-21-38 17 1.6 108 50/6" 7 50/1" 50/'/z' 50/%" 50/%" Plate A.25 Log B-23 Project No. 23-28273 Hulen Trails Phase 3 Cleburne Crowley Road Boring Location Block 38, Lot 20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.583090 N While Drilling Not Observed 12- Longitude At Completion Not Observed -97.39488° W End of Day Not Measured _ a C ~ � N C a. > U a E Q Stratum Description J z o o M w a Approximate Surface Elevation = 825.1 feet O rn �� SANDY FAT CLAY (CH) - reddish dark brown to brown with calcareous nodules 1 , , i , n on 9.1 WEATHERED LIMESTONE - tan with occasional clay seams 5.1 LIMESTONE - tan _ gray 3 ;_ _ , i = , 2�Z�B05.1 Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.7 Feet ' Approximate Grading = 2.5 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 16-50/6" 50/'%" 50/'/z' 50/3/." 50/%;' 50/'/z' 50/Y4" R E N G E !ERVG 3 e � o c a N N N N E C OI U C Z a J 00 od C Q 3 a C w m. w c° 5E coo 41 m W in cL in LL-PL-PI i rn oo � U 3.00 15 4.5+ 69 57-23-34 20 0.6 96 4.5+ 15 9 9 10 7 Plate A.26 Log Project No. B-24 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 38, Lot 16 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.58308° N While Drilling Not Observed 12-8-23 Longitude At Completion Not Observed -97.39426° W End of Day Not Measured _ O > a. U a T Stratum o 0 N a ll W Approximate Surface Elevation = 824.8 feet top 3: o rn /, J/ FAT CLAY WITH SAND (CH) - brown with calcareous nodules X 5 8.8 WEATHERED LIMESTONE - tan with occasional clay seams 814.8 1 G LIMSTEONE - tan with occasional clay seams gray with occasional clay seams 15- = — Z 20 r—i8o4.8 Boring Terminated at Approximately 20 Feet Proposed Elevation = 829.0 Feet Approximate Grading = 4.2 Feet Fill 26-27-50/3" 50/'/=" 50/%" 50/%" 50/%;' 50/%" 50/'/z' if qGE N G E E R 0 o >� d N 41 Y C C M •- O O a c Z J 01 Q I c� y C M ) > a)a W a m LL-PL-PI i 2.75 27 4.00 27 4.5+ 77 65-26-39 20 8 9 w aw to r a M c .O C 50 c c a O co o 7U Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.27 Log B-25 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R9GENFNG Block 38, Lot 12 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N E R 32.583080 N While Drilling Not Observed 12-8-23 Longitude At Completion Not Observed -97.393590 W End of Day Not Measured c CL H a� o N c N a=' m o t m a C � -ac Y E w .c a >° U Stratum Description �° P 04 o z �� dE J U o �= ao mv, w d T a I.N �� o �` (D 'O `� a - oa rn W Approximate Surface Elevation = 825.5 feet 3 O vi a W N a in LL-PL-PI 1/1 i W o � v FAT CLAY WITH SAND (CH) - brown to reddish brown with calcareous nodules 4.5+ 84 63-26-37 29 1.3 78 c a 9.5 WEATHERED LIMESTONE - tan with occasional clay seams 2.5 LIMSTEONE - gray with occasional clay seams 15—=— S 2u Ti,805.5 Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.8 Feet Approximate Grading = 2.3 Feet Fill Material boundaries are approximate', in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 14-32-40 N=72 36-40-50/2" 50/1%" 50/1" 50/%" 50/%' 4.5+ 4.5+ 17 m Mi 56 32-13-19 10 is Plate A.28 Log Project No. B-26 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 36, Lot 14 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.582560 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39604° W End of Day Not Measured _ aa � >C Uop Em Stratum Descriptiona zc rn Eco a�i •�• a H w Approximate Surface Elevation = 826.5 feet 30 a. W FAT CLAY WITH SAND (CH) - reddish dark brown R !ERFNG E N G E..000J) O C of �; N is C m « - a •— o o � Z 171 J 07 a � C INII � m H IL W a in LL-PL-PI i 3.00 19 3.00 22 WEATHERED LIMESTONE - tan with occasional clay seams 36-50/4" 5 LIMSTEONE - tan gray 15J= — Z T' 806.5 2C Boring Terminated at Approximately 20 Feet Proposed Elevation = 826.1 Feet Approximate Grading = 0.4 Feet Cut 50/3" 11 50/1" 50/%=" 50/%<" 50/%" 50/'/a" Material boundaries are approximate; in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.29 Log B-27 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R OF Block 37, Lot 3 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E 32.582630 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39522° W End of Day Not Measured w a y N N w o N = N .�, C c 2 a C 4= 0 Y £ r V Stratum Description _j z E` Z J a c tyit a >, a v m > m o Q •S m� �o .y _ D 0 a E O M w m Ma a Approximate Surface Elevation = 826.5 feet 3 O N 4i 4) C a Of > A a)0 a rA !� LL-PL-PI 2 m 3 Z` N a C 0 c� OA FAT CLAY WITH SAND (CH) - reddish brown to dark brown with calcareous nodules 5 1.5 WEATHERED LIMESTONE - tan with occasional clay seams 1G 816.5 LIMETEONE - tan L r I - gray I � i L = -T i = 2C T 806.5 Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.3 Feet Approximate Grading = 0.8 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers 50/6" 50/5" 50/%" 50/%" 50/%" 50/'%' 50/'Y4" 1.75 26 4.5+ 82 56-22-34 21 1.7 111 4.5+ 13 5 15 Plate A.30 Log Project No. B-28 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 37, Lot 7 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.582640 N while Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39457° W End of Day Not Measured o. C ~ c c > c a U a E a r- Stratum Description Z o p NE w H Approximate Surface Elevation = 826.7 feet 3 O a. CA LEAN CLAY (CL) - reddish brown to tan with calcareous nodules with pieces of limestone 822.7 \ WEATHERED LIMESTONE - tan 7 LIMESTONE - tan with occasional clay seams S s� 15� Z 2�06.7 Boring Terminated at Approximately 20 Feet Proposed Elevation = 828.4 Feet Approximate Grading = 1.7 Feet Fill 26-28-50/2" 50/3/," 50/%" 50/%" 50P/2" 50/'/2" 50/%" R NVGENG E E R 0 o � y N y w C n •— o 00 d Z yE U p O N C A N > aL IX a CO LL-PL-PI 2 2.25 15 4.5+ 19 71 33-15-18 11 Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Plate A.31 Drilling Method: Continuous Flight Augers Log B-29 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R N E Block 37, Lot 11 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G EE R I N G 32.582630 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39392° W End of Day Not Measured r a y y W o N to i-, « c �; s C 2) a C CL o f 3"' c C a >° L) .+ N °'} O Z ._ y E O 'd U O m rn a Stratum Description - 0 o r e a J o < C CLE 0 N E _d w N H E C 1�0 N> fA d CL V E rn w Approximate Surface Elevation = 827.2 feet 3 O Cn aa. . IX CL CO)LL-PL-PI i rn o U LEAN CLAY (CL) - dark brown tan with calcareous nodules with pieces of limestone 4.5+ 92 37-14-23 11 4.5+ 89 29-13-16 11 0.7 114 WEATHERED LIMESTONE - tan with occasional clay seams 5 822.2 LIMESTONE - tan with occasional clay seams , " 50/1 /_ S 50/1'/<" � 10 gray 50/'%" 50/''/d' _ 50/'/2' 50/%d' Z 50/%" 50/'%" �807.2 2 Boring Terminated at Approximately 20 Feet Proposed Elevation = 829.0 Feet Approximate Grading = 1.8 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Plate A.32 Drilling Method: Continuous Flight Augers Log B-30 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road / R9GEqFNG Block 37, Lot 26 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N 32.582310 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.395570 W End of Day Not Measured r a H y H 0 N � d .y, C a C Q a- Stratum Description > y z Ua. G1 �' o 5 Z e N.E U aJ e N V! y N E > Nd O dV •y> y O G y w Approximate Surface Elevation = 826.1 feet 3 O co a X a in LL-PL-PI 2 U)o D U LEAN CLAY WITH SAND (CL) - brown with calcareous nodules 2.50 23 824.1 WEATHERED LIMESTONE - tan with occasional clay seams 30-38-42 6 N=80 50/4'/:" 9 21.1 50/4" 5 LIMESTONE - tan with occasional clay seams _L 50/ " 16 50/'% 10J= — _ gray _ 50/2" 7 50/1 " 15— 50/1" 2 Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.3 Feet Approximate Grading = 1.2 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.33 Log B-31 Project No. 23-28273 Hulen Trails Phase 3 Boring LocationCleburne Crowley RoadBlock NE 37, Lot 22 Fort Worth, Texas 9GE 9�NG Latitude Water Level Observations (feet) Date 32.582310 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39488° W End of Day Not Measured a H N N y .. = C 21 C ~ Y£ 2 o Y a�i " U Stratum Description z E y o Z °1 a y e c vi N _j �> t = E 0 E rn y w :: 0 ~ Approximate Surface Elevation = 829.6 feet 3 O CO)a c c�a a W 0> a in LL-PL-PI � m i to o u � v LEAN CLAY WITH SAND (CL) - brown to tan with calcareous nodules - with ferrous staining 4.5+ 78 48-20-28 17 4.5+ 17 5 — j 4.5+ 71 30-16-14 15 0.0 111 823.6 WEATHERED LIMESTONE - tan with occasional clay seams 32-50/4" 8 LIMESTONE - tan with occasional clay seams 50/1'/2" 50/1" 10 1 J= - gray 50/1 " _ 50/'/z' 15—=— 50/1" 50/'/z' 2�,809.6 Boring Terminated at Approximately 20 Feet Proposed Elevation = 828.6 Feet Approximate Grading = 1.0 Foot Cut Material boundaries are approximate. in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.34 Log B-32 Project No. 23-28273 Hulen Trails Phase 3 j Boring Location Cleburne Crowley Road R N E Block 37, Lot 18 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E E R I N G 32.582310 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39424° W End of Day Not Measured '\• a N W T V1 a o N M N N �E m C t a C o0 C H E Stratum Description do >.2 z U 04 o 0 Z o m._ Q J U o 00 a is E > °' °' 0 —._ d 'rn > y _ m 0 E O w Approximate Surface Elevation = 828.5 feet 3 O a w aoia`0i a W �m a (n LL-FL-PI 0 2 3 2 N o c o v LEAN CLAY WITH SAND (CL) - brown to tan with ferrous staining 4.5+ 12 j/ 4.5+ 10 824.5 WEATHERED LIMESTONE - tan with occasional clay seams 10-17-45 13 5 N=62 822.5 LIMESTONE - gray 0/1/2 5'%' 6 1G /1" 50/'/=' 7 15— Z 808.5 50/1 " 50/1" 2G Boring Terminated at Approximately 20 Feet Proposed Elevation = 831.5 Feet Approximate Grading = 3.0 Feet Fill Material boundaries are approximate. in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.35 Log Project No. B-33 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road Block 37, Lot 14 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.58231° N while Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.393590 W End of Day Not Measured a � O T Q E a Stratum Description 0 N Ecc _y N w Approximate Surface Elevation = 828.2 feet jLEAN CLAY (CL) - brown to tan with calcareous 1/ deposits 5— / 822.2 WEATHERED LIMESTONE - tan with ferrous staining 1 � 818.2 LIMESTONE - gray r w LU 6 O 0 N L O iU D E— a� _ L E 0 m n m v, a _ — — 2 ID N 20 T A08.2 o Boring Terminated at Approximately 20 Feet U Proposed Elevation = 830.7 Feet Approximate Grading = 2.4 Feet Fill 0 c a 0 0 L N 0 O 0) C .o Material boundaries are approximate; in situ, transitions may be gradual. N Driller: Total Depth F Drilling Method: Continuous Flight Augers 9R NE E N G E E R I N G rn O N � Q r > c U r �� Z E a`�E d ► Co N Q N � N'O N ai C M Ul a, � O v a W a m LL-FL-PI 4.5+ 4.5+ C y t N a C C U m 0 C C 41 V E to UU 9 10 4.5+ 92 36-15-21 10 2.9 117 19-20-3 9 N=23 50/2" 7 50/1" 50/2" 6 50/1" 50/'/=" 50/%" Plate A.36 Log Project No. B-34 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road R9ERFNEE Block 36, Lot 18 Fort Worth, Texas Latitude Water Level Observations (feet) Date E N 32.581850 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39601° W End of Day Not Measured c $ y y c N rn y N ;� C r 2) a C O C > M 0 +-' Z G> � d to w Stratum Description �° E o cm J Q d o w d Q N E�z G1 > o N d ;.__ a) �� y j y_ Vl d = oa V E rn w Approximate Surface Elevation = 828.0 feet 30 vi a it a co LL-PL-PI i N o U LEAN CLAY WITH SAND (CL) - dark brown with calcareous nodules 1.75 27 4.5+ 25 / 823.5 WEATHERED LIMESTONE - tan with occasional clay 5 t818.0 seams 4.5+ 5 50/3" 11 50/2" 1G LLIMESTONE - tan = gray 50/2" 9 50/1" 50/1'Y2' 50/1" 9 2u T �808.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 827.1 Feet Approximate Grading = 1.0 Feet Cut Material boundaries are approximate. in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.37 Log B-35 Project No. 23-28273 Hulen Trails Phase 3 Cleburne Crowley Road Boring Location Block 36, Lot 22 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.581850 N While Drilling Not Observed 12- Longitude At Completion Not Observed -97.39522° W End of Day Not Measured _ a � C H c a. > C U a E a A Stratum Description � z o in to w am a Approximate Surface Elevation = 829.5 feet 3 0 to //A= SANDY LEAN CLAY (CL) - brown to tan with calcareous O/M nodules 5- 5 WEATHERED LIMESTONE - tan with ferrous staining and occasional clay seams 10- 15.5 LIMESTONE -tan to gray j 1 = i t309.5 20— Boring Terminated at Approximately 20 Feet Proposed Elevation = 828.1 Feet Approximate Grading = 1.5 Feet Cut 28-50/6" 50/1'Y2" 50/1" 50/" 50/" R NE E N G E E R I N G 3 e C G ZA Q C d L N Q d N d« N o y U) a '= C 2) o m C .o 0 E z dE � y mu, S Vy E C <0 y o Y aa co LL-FL-PI 2 corA U 4.25 20 4.00 19 4.5+ 16 3.25 63 29-14-15 15 0.0 114 11 U 7 Material boundaries are approximate, in situ, transitions may be qradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.38 Log B-36 Project No. 23-28273 Hulen Trails Phase 3 Cleburne Crowley Road Boring Location Block 36, Lot 26 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.581840 N While Drilling Not Observed 12- Longitude At Completion Not Observed -97.394560 W End of Day Not Measured _ o H V! C iY U a E a Stratum Description 10 P 0 W N '' W ;, d o E- Approximate Surface Elevation = 830.8 feet 3 O ai // SANDY LEAN CLAY (CL) - brown to tan with calcareous ��An nodules 5- 10- - with ferrous staining WEATHERED LIMESTONE - tan with ferrous staining and occasional clay seams LIMESTONE - gray T 15—=— i 1= IL S i = —_— 2,810.8 Boring Terminated at Approximately 20 Feet Proposed Elevation = 830.8 Feet Approximate Grading = 0.0 Feet Cut 46-50/5" 50/1'/+" 50/%" 50/1 " 50P/2" R 9GE NFNG E N E R 3 w o � CD o CD •' m t N a mo lV c . r a •- C o iv C .o 0 E Z m c 0 or- C Q o i- cM viy w = 0E o o aL X a m LL-PL-PI z co ti 4.5+ 21 4.50 15 4.5+ 68 44-20-24 16 0.0 118 9,400 4.5+ 17 14 8 9 Material boundaries are approximate. in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.39 Log B-37 Project No. 23-28273 Hulen Trails Phase 3 Boring Location Cleburne Crowley Road RN EBlock 36, Lot 37 Fort Worth, TexasLatitude 9GI Water Level Observations (feet) Date E N E R I N G 32.581840 N While Drilling Not Observed 12-11-23 Longitude At Completion Not Observed -97.39376° W End of Day Not Measured c ° a °'a c a ::y c c rn „ r C t m a o0 $ C N _ a E Stratum Description >.2 Z U E" o Z L o y a J U ; o C N a o m E w rni c� ui> m = CL N W Approximate Surface Elevation = 829.0 feet � O f— ai a W a m LL-PL-PI i m o c°�E v jLEAN CLAY (CL) - brown to tan with calcareous nodules j 4.5+ 91 37-15-22 11 825.0 WEATHERED LIMESTONE - tan with occasional clay seams 28-36-50/5" 7 5 823.0 LIMESTONE - tan 50/1" 50/1" 7 1G i I = _ gray l ,_ n i 50/2" 50l1'/2' 8 15— — i i L T I _ 809.0 50/'/" 50/'/z' 9 2G Boring Terminated at Approximately 20 Feet Proposed Elevation = 831.1 Feet Approximate Grading = 2.1 Feet Fill Material boundaries are approximate, in situ, transitions may be gradual. Driller: Total Depth Drilling Method: Continuous Flight Augers Plate A.40 SOIL OR ROCK TYPES �'��►''� Undocumented Fill r////ALean Clay (CL) Gravelly Lean Clay (CL) r//A Fat Clay (CH) ° Gravelly Fat Clay (CH) PAV Clayey Gravel (GC) I I Silt (ML) Poorly -Graded Sand (SP) • ' Well -Graded Sand Clayey Sand (SC) (SW) N E .9. ER I N G v V JWell -Graded Gravel (GW) ��__E;J: Marl Weathered Shale Shale � z � ,{ f� //Weathered Limestone F F i I I I Limestone I I DRILLING AND SAMPLING METHODS i Shelby Split Texas Tube Spoon Cone Pen I . I H CFA HSA Rock Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50 % Passing No. 200 Sieve) Consistency Penetrometer Reading, (tsf) Very Soft < 0.5 Soft 0.5 to 1.0 Firm 1.0 to 2.0 Hard 2.0to4.0 Very Hard > 4.0 Coarse Grained Soils (More than 50 % Retained on No. 200 Sieve) Penetration Resistance (Blows / Foot) 0to4 4to10 10 to 30 30 to 50 Over 50 Soil Structure Calcareous Slickensided Laminated Fissured Interbedded Descriptive Item Very Loose Loose Medium Dense Dense Very Dense Unconfined Compression, (psf) < 1000 1000 to 2000 2000 to 4000 4000 to 8000 > 8000 Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that ate slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Composed of alternated layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to hard in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS Plate A.41 m N Cl) a� a� in 0 0 N O z U) C ins -0 `m � rn .S m CU U) C� C CU U E a� 0 CU C c0 L O E (n 0 0 N 'i " CU (D a) O E Grp. Laboratory Classification Major Divisions Sym. Typical Names Criteria R VNG Well graded gravels, E N G E E GW gravel -sand mixtures,co o a 0 little or no fines D (D )2 D. c rn c C = — greater than 4: C = --'--- between 1 and 3 0 U D . D x o so .N Poorly graded gravels, � v v GP gravel -sand mixtures, Not meeting all gradation requirements a � .a little or no fines 0 (n for GW > (0 V% M0 a)o ? N -0 O z Silty gravels, gravel - =3 o- U E cn cn 5 Liquid and Plastic limits Liquid and plastic -- C: GM sand - silt mixtures L T 2 below A line or P.I. limits plotting in ° a) a) greater than 4 hatched zone Cr w 0 o c� a U° between 4 and 7 -r a °' z :� Liquid and Plastic limits are borderline o > Q o GC Clayey gravels, gravel E O C� above "A" line with P.I. cases requiring use E v m - sand - clay mixtures o w �' greater than 7 of dual symbols CD > a CU cn a SW Well graded sands, 0 c D. (po� o N gravelly sands, little or c .o c _ _ Cu -greater than 6: C� ------ between 1 and 3 .N -0 N ° no fines c0 t -° T o DxD 10 W c v a) m CU ° W Poorly graded sands, `N° W 4- Not meeting all gradation requirements U) ._ c� Sp gravelly sands, little or � N o C: (1)m cu P for SW (0 to a' no fines (1) � n .� Z Silty sands, sand silt M (UU)U) a � CLN (U�' = Liquid and Plastic limits Liquid and plastic s SM mixtures o a Q u s Q below A line or P.I. limits plotting 'a 1w Q C f° " � °`o less than 4 between 4 and 7 (1)° � ° o are borderline o N a Q o Clayey sands, sand E -6 2 J 2 "' Liquid and Plastic limits cases requiring use E C: �- E SC clay mixtures y (V a 5 above "A" line with P.I. of dual symbols o o Za greater than 7 Inorganic silts and very fine ML sands, rock flour, silty or T Cn clayey fine sands, or clayey 60 T — silts with slight plasticity LO Inorganic clays of low to .E -0 CL medium plasticity, gravelly 50 w clays, sandy clays, silty = clays, and lean clays (n J OL Organic silts and organic silty clays of low plasticity w 40 0 z Inorganic silts, micaceous MH or diatomaceous fine sandy U 30 (n .- c0 or silty soils, elastic silts V) � � a U rno U') CH Inorganic clays of high 20 E r_ plasticity, fat clays � � w Organic clays of medium to 10 OH high plasticity, organic silts 2' Peat and other highly 2 " 0) Pt organic soils O CL Jl-ML. ML and OL 1/ 0 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM Plate A.42 R N E N G E E R I N GE SWELL TEST RESULTS Hulen Trails Phase 3 Cleburne Crowley Road Fort Worth, Texas Rone Project Number: 23-28273 Depth Liquid Plastic Plasticit Initial Final Load Swell Boring (feet) Limit Limit y Index Mc (%) Mc (%) (psf) (%) B-4 3 52 20 32 20 24 375 0.5 B-6 3 70 25 45 29 32 375 0.7 B-8 5 52 17 36 16 21 625 0.6 B-10 3 68 23 45 28 32 375 1.6 B-12 1 64 25 39 25 29 125 2.6 B-13 7 52 21 32 20 24 875 2.5 B-17 7 73 26 47 16 22 875 4.5 B-17 9 71 22 49 16 30 1125 4.5 B-18 5 92 25 67 13 28 625 5.7 B-22 7 59 21 37 20 23 875 1.6 B-23 3 57 23 34 23 25 375 0.6 B-25 1 63 26 38 28 30 125 1.3 B-27 3 56 22 34 20 24 375 1.7 B-29 3 29 13 15 12 17 375 0.7 B-31 5 30 16 14 16 19 625 0.0 B-33 5 36 15 21 10 16 625 2.9 B-35 7 29 14 15 14 16 875 0.0 B-36 5 44 20 25 17 20 625 0.0 Plate A.43 R NE F N G F F R I N G SOLUBLE SULFATE TEST RESULTS Hulen Trails Phase 3 Cleburne Crowley Road Fort Worth, Texas Rone Project Number: 23-28273 Boring Depth (feet) Sulfates (ppm) B-5 2-4 <100 B-8 0-2 200 B-12 4-5 <100 B-13 2-4 <100 B-17 4-6 <100 B-18 2-4 <100 B-22 4-6 660 B-25 2-4 220 j B-31 4-6 333 B-33 0-2 <100 Plate A.44 U.S. Standard Sieve Opening In Inches U S Standard Sieve Numbers Hydrometer o $ S o 0 i 100 •r �r 0 o 0 • O N e Z Z 90 Z — Z 0 o r 80 -Z— I Z \ 70 ` t 60 \ y 50 - c LL 40 — a 30 20 10 0 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend I Sample No I Depth (ft) I Gravel (%) I Sand (%) I Silt (%) I Clay (%) I USCS �- B-6 2-4' 0.0 16.6 47.9 35.5 CH Material Description CLAY, grayish brown, with fine silt. R NE E N C. E E R 1 N 6 GRAIN SIZE ANALYSIS Hulen Trails, Phase-3 Fort Worth, Texas Rone Engineering Services, LLC. 23-28273 1 Plate A.45a 100 90 80 — 70 — a+ t 60 — 50 LL c 40 - — a� m a 30 -- 20 -- 10 -- 0 - - 1000 U.S. Standard Sieve Opening In Inches U S Standard Sieve Numbers Hydrometer Q Z N� G \� Z a d Z 100 10 1 Grain Size - mm Legend Sample No Depth (ft) Gravel (%) Sand (%) --6- 1 B 1 8.5-10 3.5 38.6 R NE E N (� L! 12 N C 8 6 0 o c 6 o 0 o S Z 8 N Z 0.1 0.01 0.001 Silt (%) I Clay (%) I USCS 19.7 + 38.1 CH Material Description SANDY CLAY, Light gray & moderate brown, with fine silt. GRAIN SIZE ANALYSIS Hulen Trails, Phase-3 Fort Worth, Texas Rone Engineering Services, LLC. 23-28273 1 Plate A.45b 100 90 70 — r tsi 4' 60 50 — c U- c 40 — m P L m a 30 — 20 - - U.S. Standard Sieve Opening In Inches U S Standard Sieve Numbers Hydrometer o 0 '0 o Z z Z Z Z S d ` Z 0 N I Z 10 0 --- 1000 100 10 1 Grain Size - mm Legend Sample No Depth (ft) Gravel (%) Sand (%) --A— B-31 1 0-2 0.0 22.5 R NE L N C. L L R I N C, 0.1 0.01 0.001 Material Description CLAY, grayish brown, with fine silt. Silt (%) I Clay (%) 60.2 17.3 USCS CL GRAIN SIZE ANALYSIS Hulen Trails, Phase-3 Fort Worth, Texas Rone Engineering Services, LLC. 23-28273 1 Plate A.45c APPENDIX B APPENDIX C . Pnntnnhninni Cnninnnninn Qnnnnf The Geoprofessional Business Association (GBA) has prepared this advisory to help you — assumedly a client representative — interpret and apply this geotechnical-engineering report as effectively as possible. In that way, you can benefit from a lowered exposure to problems associated with subsurface conditions at project sites and development of them that, for decades, have been a principal cause of construction delays, cost overruns, claims, and disputes. If you have questions or want more information about any of the issues discussed herein, contact your GBA-member geotechnical engineer. Active engagement in GBA exposes geotechnical engineers to a wide array of risk -confrontation techniques that can be of genuine benefit for everyone involved with a construction project. Understand the Geotechnical-Engineering Services Provided for this Report Geotechnical-engineering services typically include the planning, collection, interpretation, and analysis of exploratory data from widely spaced borings and/or test pits. Field data are combined with results from laboratory tests of soil and rock samples obtained from field exploration (if applicable), observations made during site reconnaissance, and historical information to form one or more models of the expected subsurface conditions beneath the site. Local geology and alterations of the site surface and subsurface by previous and proposed construction are also important considerations. Geotechnical engineers apply their engineering training, experience, and judgment to adapt the requirements of the prospective project to the subsurface model(s). Estimates are made of the subsurface conditions that will likely be exposed during construction as well as the expected performance of foundations and other structures being planned and/or affected by construction activities. The culmination of these geotechnical-engineering services is typically a geotechnical-engineering report providing the data obtained, a discussion of the subsurface model(s), the engineering and geologic engineering assessments and analyses made, and the recommendations developed to satisfy the given requirements of the project. These reports maybe titled investigations, explorations, studies, assessments, or evaluations. Regardless of the title used, the geotechnical-engineering report is an engineering interpretation of the subsurface conditions within the context of the project and does not represent a close examination, systematic inquiry, or thorough investigation of all site and subsurface conditions. Geotechnical-Engineering Services are Performed for Specific Purposes, Persons, and Projects, and At Specific Times Geotechnical engineers structure their services to meet the specific needs, goals, and risk management preferences of their clients. A geotechnical-engineering study conducted for a given civil engineer 0 will not likely meet the needs of a civil -works constructor or even a different civil engineer. Because each geotechnical-engineering study is unique, each geotechnical-engineering report is unique, prepared solely for the client. Likewise, geotechnical-engineering services are performed for a specific project and purpose. For example, it is unlikely that a geotechnical- engineering study for a refrigerated warehouse will be the same as one prepared for a parking garage; and a few borings drilled during a preliminary study to evaluate site feasibility will not be adequate to develop geotechnical design recommendations for the project. Do not rely on this report if your geotechnical engineer prepared it: • for a different client; • for a different project or purpose; • for a different site (that may or may not include all or a portion of the original site); or • before important events occurred at the site or adjacent to it; e.g., man-made events like construction or environmental remediation, or natural events like floods, droughts, earthquakes, or groundwater fluctuations. Note, too, the reliability of a geotechnical-engineering report can be affected by the passage of time, because of factors like changed subsurface conditions; new or modified codes, standards, or regulations; or new techniques or tools. If you are the least bit uncertain about the continued reliability of this report, contact your geotechnical engineer before applying the recommendations in it. A minor amount of additional testing or analysis after the passage of time — if any is required at all — could prevent major problems. Read this Report in Full Costly problems have occurred because those relying on a geotechnical- engineering report did not read the report in its entirety. Do not rely on an executive summary. Do not read selective elements only. Read and refer to the report in full. You Need to Inform Your Geotechnical Engineer About Change Your geotechnical engineer considered unique, project -specific factors when developing the scope of study behind this report and developing the confirmation -dependent recommendations the report conveys. Typical changes that could erode the reliability of this report include those that affect: • the site's size or shape; • the elevation, configuration, location, orientation, function or weight of the proposed structure and the desired performance criteria; • the composition of the design team; or • project ownership. As a general rule, always inform your geotechnical engineer of project or site changes — even minor ones — and request an assessment of their impact. The geotechnical engineer who prepared this report cannot accept r responsibility or liability for problems that arise because the geotechnical engineer was not informed about developments the engineer otherwise would have considered. Most of the "Findings" Related in This Report Are Professional Opinions Before construction begins, geotechnical engineers explore a site's subsurface using various sampling and testing procedures. Geotechnical engineers can observe actual subsurface conditions only at those specific locations where sampling and testing is performed. The data derived from that sampling and testing were reviewed by your geotechnical engineer, who then applied professional judgement to form opinions about subsurface conditions throughout the site. Actual sitewide-subsurface conditions may differ - maybe significantly - from those indicated in this report. Confront that risk by retaining your geotechnical engineer to serve on the design team through project completion to obtain informed guidance quickly, whenever needed. This Report's Recommendations Are Confirmation -Dependent 'I he recommendations included in this report - including any options or alternatives - are confirmation -dependent. In other words, they are not final, because the geotechnical engineer who developed them relied heavily on judgement and opinion to do so. Your geotechnical engineer can finalize the recommendations only after observing actual subsurface conditions exposed during construction. If through observation your geotechnical engineer confirms that the conditions assumed to exist actually do exist, the recommendations can be relied upon, assuming no other changes have occurred. 7hegeotechnical engineer who prepared this report cannot assume responsibility or liability for confirmation -dependent recommendations if you fail to retain that engineer to perform construction observation. This Report Could Be Misinterpreted Other design professionals' misinterpretation of geotechnical- engineering reports has resulted in costly problems. Confront that risk by having your geotechnical engineer serve as a continuing member of the design team, to: • confer with other design -team members; • help develop specifications; review pertinent elements of other design professionals' plans and specifications; and • be available whenever geotechnical-engineering guidance is needed. You should also confront the risk of constructors misinterpreting this report. Do so by retaining your geotechnical engineer to participate in prebid and preconstruction conferences and to perform construction - phase observations. Give Constructors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can shift unanticipated -subsurface -conditions liability to constructors by limiting the information they provide for bid preparation. To help prevent the costly, contentious problems this practice has caused, include the complete geotechnical-engineering report, along with any attachments or appendices, with your contract documents, but be certain to note conspicuously that you've included the material for information purposes only. To avoid misunderstanding, you may also want to note that "informational purposes" means constructors have no right to rely on the interpretations, opinions, conclusions, or recommendations in the report. Be certain that constructors know they may learn about specific project requirements, including options selected from the report, only from the design drawings and specifications. Remind constructors that they may perform their own studies if they want to, and be sure to allow enough time to permit them to do so. Only then might you be in a position to give constructors the information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Conducting prebid and preconstruction conferences can also be valuable in this respect. Read Responsibility Provisions Closely Some client representatives, design professionals, and constructors do not realize that geotechnical engineering is far less exact than other engineering disciplines. This happens in part because soil and rock on project sites are typically heterogeneous and not manufactured materials with well-defined engineering properties like steel and concrete. That lack of understanding has nurtured unrealistic expectations that have resulted in disappointments, delays, cost overruns, claims, and disputes. To confront that risk, geotechnical engineers commonly include explanatory provisions in their reports. Sometimes labeled "limitations;' many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenvironmental Concerns Are HgJ Covered The personnel, equipment, and techniques used to perform an environmental study - e.g., a "phase -one" or "phase -two" environmental site assessment - differ significantly from those used to perform a geotechnical-engineering study. For that reason, a geotechnical-engineering report does not usually provide environmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated subsurface environmental problems have led to project failures. If you have not obtained your own environmental information about the project site, ask your geotechnical consultant for a recommendation on how to find environmental risk -management guidance. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, or similar issues in this report, the engineer's services were not designed, conducted, or intended to prevent migration of moisture - including water vapor - from the soil through building slabs and walls and into the building interior, where it can cause mold growth and material -performance deficiencies. Accordingly, proper implementation of the geotechnical engineer's recommendations will not of itself be sufficient to prevent moisture infiltration. Confront the risk of moisture infiltration by including building -envelope or mold specialists on the design team. Geotechnical engineers are not building -envelope or mold specialists. GEOPROFESSIONAL BUSINESS SEA ASSOCIATION Telephone: 301 /565-2733 e-mail: info@geoprofessional.org wwwgeoprofessional.org Copyright 2019 by Geoprofessional Business Association (GBA). Duplication, reproduction, or copying of this document, in whole or in part, by any means whatsoever, is strictly prohibited, except with GBAs specific written permission. Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission of GBA, and only for purposes of scholarly research or book review. Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind. Any other firm, individual, or other entity that so uses this document without being a GBA member could be committing negligent / FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApprovall Spec No. IClasssification Manufacturer Model No. Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flow[ite 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Water &Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 * 33 05 13 Manhole Frames and Covers McKinley It. Works Inc. A 24 AM 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 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 33 05 13 Manhole Frames and Covers Neenah Casting 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MR32FTWSS-DC 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Can Lock/MPIC/T-Gasket 06/01/17 3405 13 30" Dia. MH Ring and Cover, (Lockable) CI SIP Industries 2290 (32") 12/05/23 3405 13 30" Dia. MH Ring and Cover, (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 OS 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 Bev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Moosson Pamtight * 33 05 13 Manhole Frames and Covers Neenah Casting * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 09/03/24 X9 10 Manhole, Precast Concrete ' Oldcmtle Precast Inc. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 10/07/21 r9 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 03/07/23 33 3920 Manhole, Precut Concrete AmeriTex Pipe and Products, LLC 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 I Wastewater Access Chamber I Ouickstream Solutions, Inc. Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * EI-14 Manhole Rehab Systems Ouadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. EI-14 Manhole Rehab Systems AP/M Permaf rrm 4/20/01 EI-14 Manhole Rehab System Strong Company 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System 08/30/06 General Concrete Repair FlexKrete Technologies SPL Item #49 48" I.D. Manhole w/ 32" Cone 72" I.D. Manhole w/ 32" Cone 48", 60" I.D. Manhole w/ 32" Cone Manhole, 32" Upemng and Mat top, (No Transition Cones) Reinforced Polymer Concrete 60" & 72" I.D. Manhole w/32" Cone 48" I.D. Manhole w/32" Cone 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I.D. Manhole w/32" Cone Meyer Polycrete Pipe Type 8 Maintenace Shaft (Poomt) Reliner MSP Strong Seal MS2A Rehab System MH repair product to stop infiltration Vinyl Polyester Repair Product Updated: 9-3-24 National Spec l Size ASTM D2240/D412/D792 ASTM C-443/C-361 SS MH Traffic and Non -traffic area ASTM 3753 Non -traffic area Non -traffic area 24"x40" WD 24" Dia. 24" Dia. ASTM A48 & AASHTO M306 24" Dia. ASTM A48 & AASHTO M306 30" Dia. ASTM A536 AASHTO M306-04 ASSHTO MI 05 & ASTM A536 ASTM A 48 ASTM A 48 ASTM A 48 ASTM A 48 ASTM C 478 ASTM C-443 ASTM C 478 ASTM C 478 ASTM C 478 ASTM C 478 ASTM C-76 ASTM C-76 ASTM C-77 ASTM C-478; ASTM C-923; ASTM C-443 ASTM D5813 24" dia. 24" dia. 24" Dia. 30" Dia. 30" Dia. 30" Dia 30" Dia 30" Dia 30" Dia 30" Dia. 30" Dia. 30" Dia. 30" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. 48" 48" 48" w/32" cone 72" 48", 60" 48" to 84" LD 48" to 72" 60" & 72" 48" 48" & 60" 48" & 60" Non Traffic Areas For use when Std. MH cannot be installed due to depth Mrs. Use * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. IClasssification I Manufacturer Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious I 05/20/96 EI-14 Manhole Rehab Systems Spravrou, I12/14/01 Coating for Corrosion protection(Exterior) ERTECH I01/31/06 Coatings for Corrosion Protection Chesterton I8/28/2006 Coatings for Corrosion Protection Warren Environmental 33 OS 16, 33 39 10, 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams I Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/161 I* 33 05 13 Manhole Insert Knutson Enterprises I* 33 05 13 Manhole Insert South Westem Packaging I * 33 05 13 Manhole Insert Nofiow-Inflow I 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. I 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. I Water & Sewer - Pine Casing Snacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. 04/22/87 Casing Spacers Cascade Waterworks Manufaeturing 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator 05/10/11 Stainless Steel Casing Spacer Powerseal 0.19/18 Casing Spacers BWM 03/19/18 Casing Spacers BWM 011-2 33 M 13 Casing Spacers CCI Pipeline Systems 09/03/24" W l3 Casing Spacers Ract (Completely HDPE) I I Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) Model No. Spray Wall Polyurethane Coating Series 20230 and 2100 (Asphatic Emulsion) Are 791, SIHB, SI, S2 S-301 and M-301 RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) Made to Order - Plastic Made to Order - Plastic Made to Order - Plastic Lifesaver - Stainless Steel TetherLok - Stainless Steel Carbon Steel Spacers, Model SI Stainless Steel Spacer, Model SSI Casing Spacers Stainless Steel Casing Spacer Coated Steel Casing Spacers 4810 Powerchock SS-12 Casing Spacer(Stamless Steel) FB-12 Casing Spacer (Coated Carbon Steel) for Non_rressme Pipe and Grouted Casing CSC12, CSS12 Per Manufacturers Requirements (Sewer Applications Only) National Spec ASTM D639/D790 Acid Resistance Test ASTM D 1248 ASTM D 1248 ASTM D 1248 * 33 11 10 Ductile It. Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe Artericaut Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile It. Pipe American Ductile Iron Pope Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatin [s/EDoxv 33-39-60 (01108/13) 02/25/02 Epoxy Luting System Sauereisen, Inc 12/14/01 Epoxy Lining System Ertech Technical Coatings 04/14/05 Interim Ductile Iron Pipe Coating Induron 01/31/06 Coatings for Corrosion Protection Chesterton 8/28/2006 Coatings for Corrosion Protection Warren Environmental Sewer - Coatinr/Polvurethane Sewer - Combination Air Valves 05/25/18 33-31-70 1 Air Release Valve A. -I. USA, Inc. Sewer - Pipes/Concrete * E I-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co Inc. * EI-04 Conc. Pipe, Reinforced Hydro Conduit Coporation * EI-04 Conc. Pipe, Reinforced Hanson Concrete Products * E I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. Sewer - PiDe Enlarement Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation McConnell Systems McLat Construction TRS Systems Trenchless Replacement System Sewer- PiDe/Fiber0ass Reinforced/33-31-13(1/8/13) 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. 03/22/10 3331 13 Fiberglass Pipe (FRP) Ameron 04/09/21 3331 13 Glass -Fiber Reinforced Polvmer Pipe (FRP) Thompson Pipe Group 13101123 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries 09/03/24 1 r33 31 13 Fiberglass Pipe (FRP) Superlit Bom Sanayi A S I S—Gard 210RS Erlich 2030 and 2100 Series Protecto 401 Are 791, SIHB, Sl, S2 S-301 and M-301 LA County 9210-1.33 ASTM B-117 Acid Resistance Test D025LTP02(C mposite Body) All. C 76 Class III T&G, SPL Item #77 ASTM C 76 ASTM C 76 ASTM C 76 Polyethylene Polvethykne Polyethylene Hobas Pipe (Non -Pressure) Boadstrand RPMP Pipe Thompson Pipe (Flowtite) Fiberstrong FRP MW Superht FRP Updated: 9-3-24 Size I I Structures Only I Sewer Applications I Sewer Applications I For Exterior Coating of Concrete Structures Only I I For 24" dia. I For 24" dia. I For 24" dia. I For 24" dia. I For 24" dia I I I I I I Up to 48" Up to 48" Up to 48" 8" - 12" (Sewer Only) I I I 3" thin 24" 4" thin 30" 4" thin 30" I I I I I I Ductile Iron Pipe Only Sewer Applications Sewer Applications I I I I I I 2" I I I I I I I I I I PIM Com., Piscam Way, N.J. Approved Previously I Houston, Texas Approved Previously I Calgary. Canada Approved Previously I I ASTM D3262/D3754 I I ASTM D3262/133754 I ASTM D3262/133754 I ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, ASTM 3754, AW WA C950 * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH® WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Pioe/Polvmer Pioe 4/14/05 Polymer Modified Concrete Pipe Amdech USA Meyer Polycrete Pipe ASTM 03, A276, F477 8" to 102", Class V 06/09/10 E I-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polvmer Concrete Pipe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe Phillips Dnscopipe, Inc. Opficore Ductile Polyethylene Ape ASTM D 1248 8" * High -density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" High -density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - P1Des/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-13 DR -Id PVC Pressure Pipe P,pelife letstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thin 12" Sewer - Piues/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (1M Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thin 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co, Inc. (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, Ina.(Westlake) Gasketed PVC Sewer Main Finings ASTM D 3034 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. IClasssification Manufacturer Model No. National Spec Water - Aunurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 IDouble Strap Saddle Ford Meter Box Co, Inc. 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AW WA C800 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AW WA C800 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2.1. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Ine. L22-77NL AW WA C800 FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AW WA C800 FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AW WA C800 B-25000N, B-24277N-3, B-20200N-3, H- AW WA C800, ANSF 61, 5/25/2.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 B-25000N, B-20200N-3, B-24277N-3,H- AW WA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 B-25000N, B-20200N-3,H-15000N, H- AW WA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 01/26/00 Coated Tapping Saddle with Double SS Straps JCM[ Industries, Inc. #406 Double Band SS Saddle 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steep JCM Industries, Inc. 412 Tapping Sleeve ESS AW WA C-223 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AW WA C-223 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 02/29/12 33-12-25 Tapping Sleeve (Coated Steep Romac FTS 420 AW WA C-223 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST Stainless Steel AW WA C-223 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST III Stainless Steel AW WA C-223 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-]EPAF FTW Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) None � Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 ease ValvEI-11 [mobin:ti-AirRel ombintionAir Release Valve EI-11 ombination Air Release Valve Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant 03/31/88 E-1-12 Dry Barrel Fire Hydrant 09/30/87 E-1-12 Dry Barrel Fire Hydrant 01/12/93 E-1-12 Dry Barrel Fire Hydrant 08/24/88 E-1-12 Dry Barrel Fire Hydrant E-1-12 Dry Barrel Fire Hydrant 09/24/87 E-1-12 Dry Barrel Fire Hydrant 10/14/87 E-1-12 Dry Barrel Fire Hydrant 01/15/88 E1-12 Dry Barrel Fire Hydrant 10/09/87 E-1-12 Dry Barrel Fire Hydrant 09/16/87 E-1-12 Dry Barrel Fire Hydrant 08/12/16 33-12-40 Dry Barrel Fire Hydrant Water - Meters 02/05/93 E101-5 Detector Check Meter 08/05/04 Magnetic Drive Vertical Turbine GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. Valve and Primer Corp. APCO #143C, #145C and #147C Updated: 9-3-24 Size 1"-2" SVC, up to 16" Pipe 1"-2" SVC, up to 24" Pipe 1"-2" SVC, up to 24" Pipe 1"-2" SVC, up to 24" Pipe 3/4" and 1" 1 h" and 2" 2" 1-1/2" 1„ 2" 1-112" 1" 1"-2" Taps on up to 12" Up to 30" w/12" Out Concrete Pipe Only 4"-8" and 16" U p to 42" w/24" Out Up to 24" w/12" Out Up to 30" w/12" Out 4" to 30" Class "A 1"&2" 1/2" 1"&2" 1", 2" & 3" American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 American Darling Valve Shop Drawing No. 94-18791 AW WA C-502 Clow Corporation Shop Drawing No. D-19895 AW WA C-502 American AVK Company Model 2700 AW WA C-502 Clow Corporation Drawings D20435, D20436, B20506 AW WA C-502 ITT Kennedy Valve Shop Drawing No. D-80783FW AW WA C-502 M&H Valve Company Shop Drawing No. 13476 AW WA C-502 Shop Drawmgs No. 6461 Mueller Company A-423 Centurron AW WA C-502 Shop Drawing FH-12 Mueller Company A-423 Super Centurion 200 AW WA C-502 U.S. Pipe & Foundry Shop Drawing No. 960250 AW WA C-502 American Flow Control (AFC) Waterous Pacer WB67 AW WA C-502 EJ (East Jordan Iron Works) WaterMaster 5CD250 Ames Company Model 1000 Detector Check Valve AW WA C550 4" - 10" Hersey Magnetic Drive Vertical AW WA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 FORT WORTH® IApprovall Spec No. IClasssification Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13) 12 11S 334142 PVC Pressing Pipe 12/05/23 33-I1-12 PVC Pressure Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Manufacturer Model No. National Spec Size AWWA C900, AWWA C605, Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AWWA C900, AWWA C605, I Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" AWWA C90AWWA A C605, 09/03/24 33-I1-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM D1784 4"-16" AWWA C900, AWWA C605, 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 I1 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe 1-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe 1-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSIMSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - PioesNalves & Fittintr-s/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings 'tar Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E I-07 Duaile Iron Fittings Griffin Pope Products, Co. Mechanical Joint Fittings AWWA C 110 * E I-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 E I-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 EI-07 MI Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box Co./Um-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/CI16/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA C111/CI16/C153 4" to I" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI11/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-I1-I1 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-I1-I1 Mechanical Joint Retainer Glands Star Pipe Produces, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-I1-I1 Mechanical Joint Retainer Glands Star Pipe Produces, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. �Classsification Manufacturer Water Piues & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) - alves Resilient Wedged Gate Valve w/no Gears American Flow Control I12/13/02 Resilient Wedge Gate Valve American Flow Control I08/31/99 Resilient Wedge Gate Valve Amerman Flow Control I05/18/99 Resilient Wedge Gate Valve Amerman Flow Control I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve Amerman Flow Control I 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Company I 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company I* E1-26 Resilient Seated Gate Valve Kennedy I E1-26 Resilient Seated Gate Valve M&H I* E1-26 Resilient Seated Gate Valve Mueller Co I 11/08/99 Resilient Wedge Gate Valve Mueller Co. I 01/23/03 Resilient Wedge Gate Valve Mueller Co. I 05/13/05 Resilient Wedge Gate Valve Mueller Co. I 01/31/06 Resilient Wedge Gate Valve Mueller Co. I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. I 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 EI-26 Resilient Seated Gate Valve Stpckham Valves & Fittings I 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 I Water - Pioes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. I * E1-30 Rubber Seated Butterfly Valve Mueller Co. I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. I06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. I 04/06/07 EI-30 Rubber Seated Butterfly Valve M&H Valve I 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) I 09/03/24 1 33 1221 lRubbar Seated Butterfly Valve American AVK Company I Water - Polvetl vlene Encasement 33-11-10 (01/08/13) Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SO 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SO 6647) Series A2360 for 18"-24" (SO 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SO D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ FlowMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AW WA C504 Butterfly Valve Class 250B I 05/12/05 E1-13 Polyethylene Encasment Fhasol Packaging Fulton Enterprises I 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware I 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket I 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP I Water - Samuline Station I 03/07/23 33 12 50 Water Sampling Station Kupf le Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury 09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc Model BSS01-36-MUDG2-CSD-NL, Freeze I Proof, Hasp for Locking Access Hatch Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/211,I Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 I Automated Flushing System Kupferle Foundry Company Eclipse 09700 (Portable) Updated: 9-3-24 National Spec Size AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C509 AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C509 AW WA C515 AW WA C515 AW WA C515 AW WA C515 AW WA C 509, ANSI 420 - stem, AW WA/ANSI C115/An21.15 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C105 AW WA C105 AW WA C105 AW WA C105 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 —1 LLD 8 ,it LLD 8 unit LLD 8 out LLD As shown in spec. 33 12 50 =NJ The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review ofproducts which meet the Fort Worth Water Department's Standard Specifications during utility construction pr jeets. 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 ofthe 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 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Class A (Sidewalk ADA Ramos, Driveways, Curb/Gu11er, Median P—aaml) 033000 Mix D—m hou,mou Concrete Company 30CAF029 033020 Mu Design Argos DIOOOOO1043S 03 30 00 Mu D—m Argos DI0000001055 033000 Mix Design B1g Town Concrete 302050-1 033000 M. Design Bumco Texas 30UIOIAG 033000 M. Design Bumco Texas 30USOOBG 033000 M. Design Carder Concrete FWCC502001 033000 M. Design Carder Concrete FWCC502021 03 30 00 M. Design Charley, Concrete 3759 03 30 00 M. Design Charleys Concrete 4502 03 30 00 M. Design Chishohn Trml Reds M. C13020AE 03 30 00 Mix Design C,ry Concrete Company 30HA2011 03 30 00 Mix Design Cow Town Red, M. 253-W 03 30 00 Mix Design Cow Town Redi M. 250 03 30 00 Ma Design Cow Town Red, Ma 350 033000 Mix Demga Esttada Ready Mu R3050AEWR 03 30 00 Mix Demga GCH Concrete S—es 27H4000 033000 Mix Dmga Hokun-SOR, lac 1261 033000 Mix Demgn Holcun-SOR, fc 5177 03 30 00 Mu Demgn Holcun - SOR, lac. 5409 033000 M. Demm fgmm Cm— &Aggregates 2MWR-147QW 033000 M. Demm fgmm Cm— &Aggregates 2MWR-70J235( 03 30 00 M. Dmm L,qu,d Slone C301D 03 30 00 M. Deng, Mart. Manetta R2136214 03 30 00 M. Deng, Mart. Mametta R2136014 03 30 00 M. Demgu Martin Manetta R2136N14 03 30 00 M. Demg, Mart. Memetta R2136R20 03 30 00 M. Deng, Mart. Memetta R2136N20 033000 M. Demg, Mart. Memetta R2141K24 03 30 00 M. Demgn Mmt. Mametis R2136R14 03 30 00 M. Deng, Mart. Memetta R2136KI4 03 30 00 M. Demgu Mart. Mum. R2131314 03 30 00 M. Demgn Mart. Mum. R2132214 03 30 00 M. Demgn Mart. Marietta D9490SC 03 30 00 Ma Demg, NBR Ready Mu CLS A-YY 033000 Ma Deng, NBRReady Mu CLS A -NY 033000 Mix Des.g Osbum 30A50MR 03 30 00 M. D"am Rapid Red, Mix RRM5020A 03 30 00 Mu Design Rapid Red i M. RRM5525A 03 30 00 Mu Demgo Red, -Mix IOL11504 033000 M. Demga Re&M. 10JI1524 033000 M. Demga Red, -Min VOJ11524 03 30 00 Mix Deng, SRM Concrete 30050 033000 M. Demgi Tenant Concrete FW5025A 033000 M. Demgi Tenant Concrete CP5020A 033000 M. Demga Tomeat Concrete 7CFW5020A 033000 M-Design Tarr ant Concrete 775525A2 03 30 00 MLx Design Titan Ready Ma 3020AE 033000 Ma De:- Tme Gnt Red,M, 0250230 03 30 00 Mu Degn Tme Gm Red, Ma 0250 2301 Class CIP (In? Rai Manholes, Junction Boxes, Cnxmaeamxl, Bloeldne. Collars, Li¢hipole Foundation.) 03 30 00 Ma Design Amencao Concrete Company 40CNF065 03 30 00 M. Design Argos DI000000I061 03 30 00 Mu DZm Argos BIOOO0001055 033000 M. Design Argos BIO00001615 03 30 00 Mix Deng, Charkys Concrete 4502 033000 M. Deng, Bum- Texas 7OUSOOBG 03 30 00 Mix Demga Cow Town Re rh Ma 255-2 03 30 00 M. Demg, Cow T.—Red, Ma 355 03 30 00 Mix Design Cow Town Red, M. 255 03 30 00 Mix Demg, Cow Town Red, M. 270 03 30 00 Mi. Demgn Cow Town Red, M. 370 03 30 00 Mix Design Cow Town Red, M. 353 03 30 00 Mix Demgn Cow Towv Red, M. 257 03 30 00 Mix Demgn Cow Towv Re& M. 357 033000 M. Demgn Hokw-SOR, lac. Ml 033000 MDeng, a Hokau -SOR, lac 1551 033000 Mix Deng, Hokau -SOR, lac 5409 033000 Mix Des,ga Lepid Some C361DNFA 03 30 00 Mix Demga Mamm Marietta R2141230 03 30 00 Mu DZm Mart. Manetm R214IR24 03 30 00 M. Design Mart. Manetta R2146R33 03 30 00 M. DMm Martin Msnetta R2146K33 03 30 00 M. Demm Mart. Manetis R2142233 03 30 00 Ma DZm Marl. Monett. R2136224 03 30 00 M. Design Mart. Mametta R2141233 03 30 00 M. Demg, Mart. Man . R2146038 03 30 00 M. Deng, Mart. Memetta R2146R35 03 30 00 Mix Demgn NBR Ready M. CLS PI-YY Demgn NBR Ready M. TX C-YY Demgn NBRRedyMu TXC-NY Design Rapid Red, Mix RRM5320A MOOMix Demgn Rapul Red, M. RRM602OASS Demgn Red,-M. IRJ11524 Demgn Red,-Mue5611524Ma DemM Red, -Ma IOK115C4 3000 p,� Concrete for Sidewalk. & ADA Ramps 3000 p., Concrete for Sidewalks, Curbs 3000 p., Concete for fle6, Junclmn Bones, Manholes, Channel L.ers, Sidewalks, Dnv row , Curb & Gulley 3000 pm Concrete for Curbs and Sidewalk. 3000 psi Concrete Mu for Fl—u& 3000p a Concrete Mix for Sidewalks 3000 psi for Sidewalk., Duo—. s, Ramps, Curb & Gutter, Flatwork 3500 p., concrete for Sidewalk., Duo—. s, Ramps, Curb & Gutter 3000 psi Concrete M. for Sidewalk. 3000 psi Concrete M. for Sidewalk. 3000 p„ Concrete for Dnvewsys, Curb & Gutter 3000 psi Conuete Mix for Block.g, Sidewalk., Fl—mk, Pad. 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 3000 psi CO.— Mix for Sidewalks, Dnvewsys, ADA Ramps 3000 psi Concrete Mix for Sidewalks, Dnve W, ADA Ramps 5 00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Wlets, and Manholes 4000 psi Concrete f for Sidewalks, Ramps, Headwalls, Wlets, and Stom, Drain Stmcmres 3000 psi Cpnuete Mix for Sidewalks 3000 psi Cpauete Mix for Sidewalks 4000 ps, Concrete Mre for Sidewalks, h I N 3000 ps, Concrete Ma for Sidewalks, ADA Ramps 3000 pm Concrete for Sidewalks, ADA Ramps 3,000 p a Concrete for Sidewalks, Approaches, and Drweways. 3,OOO psi Concrete for Sidewalks & Ramps 3,000 psi Concrete for Sidewalks & Ramps 5.00 sacks / 3,000 psi concrete for Sidewalks 3 000 psi Concrete for Sidewalks and Ramps 3 000 psi Concrete for Sidewalks and Ramps 4 000 psi Concrete for Junction Boxes, Sidewalks and Ramps SDO .asks / 3,500 psi Concrete for Sidewalks and Ramps 3 000 psi concrete for sidewalks and ramps 3 000 psi Concrete for Sidewalks & Ramps 3 000 psi Concrete for Sidewalks & Ramps 3 000 psi Concrete for Sidewalks & Ramps 5 00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, sad Curb & Gutter 5 00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Cmb & Gutter 5 SK / 3,000 psi Concrete for Sidewalks 3000 psi Coamue for Curb, Gu0u, Driveways, Sidewalk, Ramps 3600 psi Concrete for Valley Gutters, S,dew.1k,, Approaches, ADA Ramps 6.00 Seeks / 4,000 p., Concrete Mre for Sidewalks, Curb & Gutter, Sewu Manhole, fles, & Jumhun Boxes 3000 pm Concrete M. for Dnveways, Sidewalks, ADA Ramps 3000 psi Concrete M. for Curb & Gmlu 3 000 psi Concrete for Sidewalk., Ramps, flet., Junction 13—, Thmst Block., Curb and Gulley, Dnveways, Bamu Ramp 3000 psi Concrete Mix for Curb & Gutter, Dnveways, S,dewallte, ADA Ramps 3000 ps, Concrete Ma for Curb and Gutter 3000 psi Concrete for Sidewalks 3600 pm Concrete M. for Sidewalks, Dnve Approaches, ADA Ramp, Curb and Gutter 3000 psi Concrete for Sidewalks 3000 psi Concrete M. for Flatwork, Curb & Gutter, Drwewms, Sidewalk., ADA Ramps 3000 psi Co— Mix for Curb & Gutter, Dnvewsy,, Sidewalks, ADA Ramps ps, Con"t, for Manholes & Utilitv Shuctmes p„ Concrete f,, fle6, Boxes, Encasement, Blocking ps, Concrete for fle6, J—dom Boxes, Manholes, Channel Liners, S,dewaW, Dnvewmy , Curb & Gul(u p„ Concrete for flak, Boxes, En ... emen5 Blocking pm Concrete M. for Sidewalks, Blocking psi Concrete M. for Storm D.. Stmcmres, Dnveways, Screen Walls, Collars ps, Concrete Ma for f1M,, Thm.t Blmk g, Concrete Encasemmt p„ Concrete M. for 1.1-, Thmst Blmk g, Concrete Encasement psi C--m Ma for FWtwork flea, Thmst Blocking Concrete Encasement PA Co— Mix for Cast -in -Place Box Culverts psi Co— Mix for Cast -in -Place Box Cul— psi Concrete Ma for Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safely End Treatments, Non-TxDOT Re anam Walls psi Comets ma for Valley Gum,, Ughtpole Foundetm, pe, Comets M. for Valley Gutte., Ughtmle Foundatmns pm Concrete M. for So— Dre. Structures, Sanitary Sewer Manholes, Jumm. Box psi Concrete Mix for Blocking psi Co— Mix for Sidewalks, (lets I ps, Concrete for Retaining well, dnveway, Jumm, box apron, approach ps, Concrete for Manholes, late[, & Headwalls, Valve Pads Seeks / 4,000 psi Concrete for Junction Box, Box Culvert, Sidewalks and Ramps. Seeks / 4,000 psi Concrete Mrs for CB Sewu Manholes Sacks / 4,000 psi Concrete M. for CB Sewu Manholes ) psi Concrete for Manholes, (lets & Headwalls DO psi Concrete for Curb flats DO pa Concrete for Storm Structure., I IG., Blocking & Encasement DO ps, Coacrete for flats, Soun Dmm Soria—, 1 Sacks / 4,500 p., Concrete for flats, Manhole., and Headwall. D Sacks / 4,000 p„ Conuete for Collate, Manholes, Box Culverts 10 p„ Concrete M. for Curb flets 10 p„ Conuete M. for Curb flets 10 psi Co— for Blockmg 10 ps, Concrete for Strom Dram SO -to s 10 psi CO.— Mu for Th.. Blocks, Valve Pads 10 psi ConcrMe Mi, for Cast -in -Place Storm Dram Su-mres 10 pm Concrete for Thm.t Blocks, Valve Pads 3-5" Slump; 3-6%A1r 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Slump; 36%Air 3-5" Slump; 36%Am 3-5" SWmp; 36%Am 3-5" Stamp; 3-6% An 3-5" Stamp; 3-6% An 3-5" SWmp; 3-6% An 3-5" SWmp; 3-6% An 3-5" Slump; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" SWmp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" SWmp; 36%Am 3-5" SWmp; 36%Am 3-5" SWmp; 36%An 3-5" SWmp; 3-6% Au 3-5" SWmp; 36%A. 3-5" SWmp; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3�5" Slump; 3-6% Au 335" u Slump; 4.5-7.5%A 7-5- Slump; 3-6% Au 75" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Skimp; 36%A,, 3-5" Slump; 36%Air 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Skimp; 36%An 3-5" SWmp; 36%Am 3-5" SWmp; 36%Am 3-5" SWmp; 36%A. 3-5" SWmp; 36%A. 3-5" SWmp; 3-6% An 3-5" SWmp; 3-6% An 3-5" SWmp; 3-6% Au 3-5" Slump; 0-3%An 3-5" Slump; 36%An 3-5" Slump; 3-6% At, 3-5" Slump; 36%Air 3-5" Slump; 36%Am 3-5" Slump; 36%An 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% Au 3-5" SWmp; 36%As, 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Slump; 36%An 3-5" Slump; 4.5-7.5%An 3-5" Slump; 36%Am 3-5" Slump; 36%A,, 3-5" SWmp; 36%Am 3-5" SWmp; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% An 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 36%An CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 03 30 00 Mu Desa Redi-Ma 156115C4 4000 psi Concrete for CIP Stoma Draw StmcWres 3-5" SWmp, 36% Air 03 30 00 Mu Des Redi-Ma IOL21524 4000 psi Concrete Mu for Manholes 3-5" SWmp, 36% Air 03 30 00 Mu Des Redi-Ma 145P25P4 4500 psi Concrete for Sturm Draw StmcWres 3-5" SWmp, 36% Air 033000 Mu Des a SRM Concrete 35050 3500,i Bllmk, and Collars 033000 Mu Desa Tartan[ Concrete FW5320A 300 Concrete M,Thmat 3-5"SWmp, 3L%Air 03a 100 M Crete TCFW6025AI 4000 psi Concrete for Manholes 3-5" Stamp, 3fi%Air Its, Rr` ervells. Culverts. Dr led Shafh) Drilled Shafts m 111110 Mix D:sagn Bumco Texas 36U500BG 3600 psi Concrete Mu for Lighting and Traffic Signal Foundations (Drilled Shafts) 5 5-7 5" Stamp; 3-6 Air 03 30 00 Mix fi s gn Cow Town R:di M. 360-DS 3600 psi Concrete for Drilled Shaf /Li¢htmg and Traffc Signal Foundation (DfiRW Shafts) 5 5-7 5" Stamp; 3-6 Air 03 30 00 Mix Deign Holcvn - SOR, fc. 1822 3600 psi Concrete for (Drilled ShaftslILightine and Traffic Signal Foundations 5 5-7 5" Stamp; 0-3 % Air 03 30 0 Mu Desgn Holctm - SOR, fc. 1859 4000 psi Concrete for (Drilled Sha(fsl/Lightfeund Traffic Signal Foundations 5 5-7 5" Stamp; 36% An 033000 0 M. fi vg fgram Concrete & Aggregates IOLQS50N 3.600 psi Concrete for (Drilled Shafts)/Lightmg and Tmf i, Signal Foundations 5 5-7 5" Stamp; 36% 'Air 03 30 00 M. Design Liquad Stone C361DHR 3.600 psi Concrete for (Drilled ShaftVLightmg and Trnffic Signal Foundations 5 5-7 5" Stamp; 36%A r 03 30 00 M. Design Mart. Manetm U2146N41 6.44sacks /3.600 psi Concrete for (Drilled Shafts) / Lighting and Tmfic Si I Foundations 5-7" Stamp; 36% Air 03 30 00 M. Design Mart. Mane U2146K45 6.65 sacks / 3.600 psi Concrete for (Drilled Shafts) / Lighting and Tmfic Signal Foundations 5-7" Slump; 3-6%A r 03 30 00 Mix Design Mart. Manetta U2146R41 6.44 sacks / 4,500 psi Concrete for (Drin'd Piers)/Lieht Pole bases. 5-7" Slump; 36% Air 03300 0 Mix Design NBR Ready M. 135R2524 3500 psi Concrete for (Drilled Shaft) Ughtpole Foundations 5 5" Slump; 3-6% Air 03 30 00 Mix Design NBR Ready Mu 135K0524 3500 psi Concrete for (Drilled Shaft) Ughttole Foundations 11 Slump; 3-6%Air 03 30 00 Mix Design Reda-Ma 80L115D5 3600 psi Concrete for fDrM d Shafts) /Ltata.a and Tmfic Signal Foundations 5 5-7 5" Slump: 36%Air Other Applicafons 033000 Ma DZv Argos D10000001083S 4000 psi Concrete for Valve Pads, fiefs, Structures, Headwalls, Thm,t Blocking 3-5" Slump; 36%Air 03 30 00 Mix Design Argos D10000001083 4000 pat Concrete for Valve Pada, fiefs, Structures, Headwalls, Throat Blocking 3-5" Slump; 36%Air 03 30 00 Mix Design Argos D10000001681 4000 psi Concrete for Headwalls, R: rng Walls, Box Culverts, Valley Gutters 3-5" Slump; 36% Air 033000 3 30 00 Mix fi s ga Carder Concrete FWCC602001 4000 psi Concrete for Storm Dm. Shuch.es, Manholes, Headwalls, R: rng Walls, Valley Gutters, Dnve Approaches 3-5" Slump; 36% Air 033000 Mu Deso Ch.W Concrete 4518 4000 psi Concrete for Headwalls, WWgwalls 3-5"SWmp, 3fi%Air 03 30 00 Mu D* Ch.Ws Concrete 5642 4000 pi Concrete for Storm Draw Stra W s 3-5" SWmp, 3fi%Air 033000 Mu Design City Covcrete Comravy 40LA2011 4000 pai Concrete Mafor Storm Draw 3tmCWres 3-5"Slump; 3fi%Air 033000 Mix Desigp Cow Toav Redi Ma 260-2 3600 psi Coverete Ma fr Box Culverts, Headwals 3-5" SWmp; 36% Air 03 3000 Ma Design Cow Town Redi Ma 360-1 3600 psi Covcrete Ma fr Box Culverts, Headwals, W Wgwalls 3-5" Slump; 36% Air 03 30 00 Mu Design Cow Tovm Rer i Mu 260-1 3600 psi Concrete Mu for Headwalls 3-5" Slump; 3fi%Air 03 30 00 Mu Design Estrada Ready Mu R3655AEWR 5.50 Sacks / 3,600 psi Concrete for Headwalls, W Wgwalls, sad Culverts 3-5" Slump; 3fi%Air 03 30 00 Mix Desigp OCH Coverete Services GC114000 4000 psi Coverete fr fr Sidewalks, Ramps, Headwals, fiefs, and Storm Draw Sfuctures 3-5" SWmp; 3fi% Au 03 300 Mu Design Holchn - SOR, fc. 1851 4500 psi Covcrete fr Stom Dram Structures, Hand Placed Pavfg 3-5" SWmp; 3fi% Air 03 3000 Mi. Design Martin Marietta 310LBP 3,600 psi Concrete for Retamfg Walls 3-5" Slump; 4-7 % Air 033000 M. Design Martin Marietta R2141R30 5.85SK/4,OOOmi CoveretefrBox Culverts&Headwalls 3-5"SWmp; 3fi%Air 03 3000 Mix Design Marti. Mariefta R2146035 4,000 psi Concrete for Manholes, fasts & Headwalls, Valve Pads 3-5" Slump; 3-6% Air 03 30 00 Ma D.- Redi-Mix 10LI I5C4 3600 psi Coverete for Manhole, flef, ]unction Box, Headwall 3-5" Slump; 3fi % Air03 3000 Ma Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, R...Wall, Collets 3-5" Slump; 3fi % Air03 033000 Ma Design SRM Concrete 35022 3,600 pst Concrete for ]..lion Box, Retaining Walls 3-5" Slump; 3fi % Air\\03 M. DVA 30 00033000 Mu Dcs�� TRarmnt Concrete FW6020A2 4000 psi Concrete Mi. for Storm D.. SWctures 3-5" SWmp, 36%Air l:luss P (Machfe Pla:edrPavf¢) 32 13 13 Ma Design Argos D10000001617 3600 pet Cpna for Mach.e Paced Pavfg 1-3" Slump; 36% Air 32 l3 13 Mix Desagu Bag Town Co...Ie 360060-1 3600 pet Concrete Cor Mach.e Placed Paz 1-3" Slump; 36% Air 32 13 13 Mix Desagu Bag Town Concrete 362060-1 3600 pea Concrete for Mach.ce Placed Paving 1-3" Slump; 36% Air 321313 Mix Desaeo Cinder Concrem FWCC552091 3600 psa for Machine Placed Pay.g 1-3"Slump;36 Air 321313 Mix Desaeo Cinder Concrete FWCC602091 4000psa for Mach.:Placed Pay.g 1-Y ,mp; 3-6 32 l3 13 Mix D:,aga Charleys Concr:m 5167 3600 psa Concrete Ma for Mach.: Placed Pay.g 1-3" Slump; 3-6 An' 321313 Mix Desagn Caty Concrete Company 36LA2011 3600psa Concrete Mixfor Mach.e Placed Pay.g 1-3"SWmp; 36%Aar 33 l3 13 Mix Desagn Cow Towv Rerh Mix 257-M 3600 psi Concrete Mix for Mach.e Placed P.rag 1-3" Stamp; 36 % Av 32 13 13 Mix D:sagn Cow Town R:der Mix 357-M 3600 psi Coaa Mix for Mach.. Placed Pay.9 1-3" SWmp; 3-6% Av 32 l3 13 Mix D:,agn Cow Town R:der Mix 260-M 4000 pai Concrete Mix for Mach.: Placed Pay.a 1-3" SWmp; 3-6% AQ 32 l3 13 Mix D.- Cow Town R:der Mix 360-M 4000 psi Concrete Mix for Mach.. Placed Pavrag 1-3" SWmp; 36 % Av 321313 Mix D:,agu Estrada Ready Ma TD3655AEWR 550 Sacks/3,600 pai Concrete for Mach.e Placed Pay.g 1-3"SWmp; 36%Art 32 l3 13 Mix D:,agn fgrarn Concrete & Aggregates 2MWR-056PS5D5 4000 pat Concrete Mach.: Placed P-rag 1-3" SWmp; 36 % Art 321313 Mix fi saga Mart. Maraetta Q2141R27 569 sack,/4,000 pai Concrete for Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 32 13 13 Ma D:sago Martin Marietta Q2141K30 4,000 pst Concrete for Mach.: Placed P-rag 1-3" Slump; 36 % t 32 13 13 Mix Desagn NBR Ready Mix TX C SF-YY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Pay.g 1-3" Slump; 36 % t 32 13 13 Ma Des- NBR Ready Mix TX C SF -NY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Pay.g 1-3" Slump; 36 % t 32 13 13 Ma Desagn SRM Cancre[e 40025 4000 psi Concrete for Machine Placed Pay.g 1-3" Slump; 36 % t 32 13 13 Ma De,- Tarrant Concrete FW5520AMP 3600 psi Concrete fm Machine Placed Pay.g 1-3" Slump; 36 % Av 32 13 13 Mix D:sagn Tme Gnt Redi Mu 0255 2301 3600 psa Concrete Mu for Machine Placed Pavrag 1-3" SWmp; 3.56.5 % An 32 13 13 Mix Des�n„n¢) Tme Gnt Redi Mix 0260 2302 4000 psa Concrete Mu for Mach.e Placed Pay.g 1-3" Slump: 3.56.5%An Class H (Han PWced P 32 13 13 Mix D:sago Amencan Concrete Company 45CAF076 4500 pea Concrete for Hand PI—d Pavig 3-5" Slump; 36% Air 32 13 13 Ma Desagn Argos D10000001273 4500 psa Concrete Cor Hand Placed Paving 3-5" Slump; 36%Air 32 13 13 Ma Desgn Argos D10000001737 4500 psa Concrete for Hand Placed Pay.g 3-5" Slump; 36% Air 32 13 13 Ma Desagn Argos D10000002107 4500 psa Concrete for Hand Placed Pavag 3-5" Slump; 36 ' Air 32 13 13 Mix Desagn Argos D10000001791 4500 psi Concrete for Hand Placed P.,ng 3-5" Slump; 3_6 AQ 32 13 13 Mix Desagn Argos D10000001103 4500 pat Concrete for Hand Placed Pay.g 3-5" Slump; 3b% An' 321313 Mix D.- BagDC—Ie CM14520AE 4500 psa Concrete for Hand Placed Pay.g 3-5"SWmp; 36%t 321313 Mix fi,ga Bag Town Concrete 452065-1 4500 pea hand placed pay.g 3-5"SWmp; 36%Aar 321313 Mix Desagn Bag Town— 450065-1 4500 pea hand placed pay.g 3-5"SWmp;36%An 32 l3 13 Mix D:saga Bumco Texas 451J500BG 4500 psa Concrete Mix for Hand Placed Pay.g, Storm Shucmres M', Slump; 36%An 3213313 Mix Desagn CarderConcrete FWCC602021 4500 pea concrete for Hand Placed P.rag 3-5"SWmp; 36%Art 32 13 Mix Desagn Charley e Covcrete 4609 4500 pat Concrete Mix for Hand Placed Pay.g Manhole, 3-5" Imp 36 % Av 32 13 13 Mix D:eagn Charley, Concrete 6103 4500 psa Concrete Mix for Hand Placed Pa.Maah.I. 3-5" SWmp; 36 % Aa 32 l3 13 Mix Desagn Ctty Covcrete Company 45NA20E 4500 pat Concrete Mix for Hand Placed P-rag 3-5" S.36 % Av 32 13 13 Ma De,- Cow Town R:dt Mix 265 4500 psi Concrete Mix for Hand Placed Pay.g 3-5" Slump; 3-6% t 32 l3 13 Mix Desagn Cow Town R:da Mix 365 4500 psi Concrete Mix for Hand Placed Pay.g 3-5" Slump; 36% Av 32 13 13 Mix De,- Estrada Ready Mix R4560AEWPJ 6 00 Sacks / 4,500 psi Concrete for Hand Placed Pay.g 3-5" Slump; 46%Aa 32 l3 13 Mix Desagn GCH Concrete Servces GCH4500 4500 psi Concrete Hand Placed Pay.g 3-5" Slump; 36 % Av 32 13 13 Ma D:sagn H.I.-- SOR, fc 1851 4500 psi Concrete fm Sturm Drava Structures, Hand Placed Pay.g 3-5" Slump; 3-6% Art 32 13 13 M. fi vga fgrem Covcrete & Aggregates 2MWR-161PS5EM 4500 psa Concrete M. for Hand Placed P.rag 3-5" Slump; 3.56.5%Air 32 13 13 Mix Desagn fgmm Concrete & Aggregates 2MWR-161UV5DM 4500 psa Concrete for Hand PI—d Pavfg 3-5" Slump; 36'Air 32 13 13 Mix fi sa Ingram Concrete & Aggregates 2MWR-IOMQSSON 4500 psa Concrete for Hand PI—d Pavfg 3-5" Slump; 36% Air 32 13 13 Mix Desagn Mart. Man:tm R2146N35 6.11 s's / 4,500 psa concrete for Hand Place Pay.g, flets, Manholes, Headwalls 3-5" Slump; 36% Air 32 13 13 Mix Design Mart. Man:ha R2146R36 6.17 / 4,500 psi Concrete for Hand Placed P.rag 3-5" Slump; 36%Air CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 32 13 13 Mu Design Marietta 32 13 13 Mu Design (Marlin Manl. Marietta 32 13 13 Mi. Design Manl. Marietta 321313 Mi. Design Martin Marietta 321313 Mi. Design Martin Marietta 321313 Mix De ore Martin Mariana 321313 Mi. Design Martin Marietta 321313 Mix Desigp Martin Marietta 321313 Mi. De um Martin Marietta 32133331 Mu Desigp Martin Marietta 32 1 Ma Design Moot Marietta 321313 Mi. Design Mom. Marietta 32 13 13 Mi, Design NBR Ready Mu 321313 Mi, Design NBR Ready Mi. 321313 Mix Desigp Osbum 32 13 13 Mix Desrgn Rapid Redi Mi, 32 13 13 Mix Desum Redi-M. 321313 Mix Design Redi-M. 32313 Mix Design Redi-M. 321313 Ma Dcsign Redi-Mix 32 13 13 Ma Design SRM Concrete 321313 Ma Design SRM Concrete 321313 Mix Desum Tenant Covcrata 321313 Mix Desigp Tomm C..oreta 321313 Mi. Design Tenant C..crete 321313 Ma Desigp Titan Ready Ma 321313 M. Desigp Tne(irit Redi M. 32 13 13 Ma Design Tme Grit Redi Ma 32 13 13 4vlix Desk e Tme Grit Redi M. lass HE h Earl��trength Paving) 321313 .Dcsign BigDConcmte 321313 M. Design Bunco Texas 321313 Mi. Design Charleys Concrete 32 l3 13 M. Design Cow Town Redi M. 321313 M. Desigp Cow Tovm Redi M. 32 l313 M. Design Cow To-Redi M. 321313 M. Design Cow To-Redi M. 321313 Mix De um Eumuda Ready Ma 321313 M. Design H'Icim -SOR, fc. 321313 Mix De ore Liquid Stone 321313 M. D:um Mom. Marietta 321313 Ma Desum Redi-M. 321313 M. Desigp SRM Concrete 321313 Mix Desigp SRM Concrete 321313 Mix D. 4m Tana.t Concrete 1 `` Tt C als3 S �rid�p abs.p Slabs of Direct TracChoenrRchr.eAteJ h Slabs DcT di3213Mirox CwTown 32 3 13 Mi. Design Cow Town Redi M. 32 l3 13 . Desipp Co, Town Redi Mix 32 13 13 . Design Estrada Ready M. 321313 ix Desum Mani Marietta 321313 Mi.Design Martin Marietta 32 l3 13 . Design NBR Ready M. 32 l3 13Mi. Design NBR Ready Ma 321313 i,Desigp Redi-Ma 3`2 L3 13 .esk DAT SRM Concrete Concrete Base moth Repair 03o ix Dciggn IBumouTes 3316 1 Mx Der B.-Tea n344 rolled Low Sre, Material 0334 13Mx Desn Bumco Texas 033413 Mix Design Carder Concret 0334 Mix Design Carder Coocr i 033413 M. Desipp CityConcrete Company 03 34 13 M. Design Cow Town Redi M. 0334 13 M. Design Mani. Marietta 033413 M. Desigp NBR Ready M. 033413 M. Desigp Tomout Co.— apnrrete ' 1313700 N& Design (Martin Marietta 31 37 00 M. Design Manf Marietta A-uhall Pavf¢ 9/92022 32 12 16 Ma Design 9/92022 32 12 16 Ma Destg. 9/9/M22 32 216 Ma Destgo 5/l/2024 321216 Mix Destgo 9/9/2022 32 1216 Mix De:om 9/9/2022 32 1216 M, Detgo 12/5/2022 33 1216 Ma Design 9/9/2022 32 12 16 Mix Destg' 9/92022 32 12 16 M. Desum 9/92022 32 12 16 Ma Destgo 9/9/2022 32 1216 Ma Desgn 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 6.22 sack / 4,500 psi Concrete for Hand Placed Paving 6.60 Sacks / 4,500 psi Concrete Mi. for Hand Placed Paving 6.60 Sacks / 4,500 psi Concrete Mi. for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi C_o b, for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving, flats 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 6.50 Sacks / 4,500 psi Concrete fo.. and Placed Paving 6.50 Sacks / 4,500 psi Conerte for Hand Placed Paving 6 SK / 4,'00 psi Concrete for Hand Placed P-ing 4500 psi Concrete for Hand Placed Paving 4500 psi Concrete Ma fr Hand Placed P-ing 4500 psi Concrete Ma for Hand Placed Pavmg, Stmm Drain Stmetm. 4500 psi Concrete Mix fr Hand Placed Pavfg 4500 psi Concrete Ma for Hand Placed Pavfg, Smrm D.in Stmctures 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4500 psi Coverete M. Fl ood and Placed Paving 4500 psi Concrete Ma for Hand Placed Paving 4100 psi Concrete Ma for Hand Placed Paving 4500 psi Concrete for Hand Place d Paving 4500 psi Concrete Ma for Hand Placed Paving 4500 psi Concrete Ma for Valley Gaffers, Hand Placed Pavfg 5000 psi Concrete for Hand Placed Paving 14500AE 4500 psi Concrete for High Early Strength Paving 55U120AG 4000 psi Concrete M. for High Early Strength Pavfg 6589 4500 psi Concrete M. for High Early Strength P-ig 370-INC 4500 psi Concrete fr HES Pavfg 375-NC 5000 psi Concrete for HES Paving 370-NC 4500 psi Concrete for HES Paving 380-NC 4500 psi Concrete for HES Paving 4575AESC 7.50 Sacks l4,500 psi (3,000 psi A 3-d y) Concrete for HES Pavfg 2125 5000 psi Concrete for HES Paving C451DHR-A 4500Mi Concrete for HES Pavfg R2161K70 6,000 psi (3,000 psi (d, 24 fs.) for HES Pavfg 10NI 1507 4500 psi (2600 psi ( ), 24 fs.) Covcxete M. to, HES Pavfg 50310 5,000 psi Concrete for HES Pavfg 40326 4,500 (3,000 (� 3-0ays) psi Concrete fr HES Pavfg FW6520AMR 4500 (3000 psi (a), 3-daw psi HES Pavfg FW7520AMR 4500(3000 psi(43-= psi Concrete HES Paving 260 4000 psi Concrete M. for Bridge Slabs, Box Culverts, Headwalls 360 4000 psi Concrete M. for Bridge Slabs, Box Cuhens, Headwalls 365-STX .00 psi Concrete for Bridge slabs, top slabs ofd -t traffic culverts, approach slabs-TXDOT Class S-No Fly Ash R4060AEWR 6.00 Sacks / 4,000 psi Concrete for Bridge Slabs, Top Slabs, and Approach Slabs M7842344 4,000 psi Concrete for Bridge Deck R2146P33 6.01 sacks / 4,000 psi w b, for Bridge Deck TX S-NY 5.50 Sacks / 4000psi Concrete M. for Class S Slab Pavfg -No Fly Ash TX S-YY 4.50 Sacks / 4000psi Covcxete M. to, Class S Slab P-ing 156115D4 4000 psi Bridge Slabs D100008553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab 10YH50BF Concrete Base MateriAf.,Treneh Repah 08Y450BA 8100psi 00 psi Concrete Mm for Base for Trench Repair OIY69OBF 100 psi Coo to M& f r Plowable Fill FWCC 59101 50-150 pai Plowable Fill -CL M FWFF237501 50-150 psi Plowable Fill - CLSM I1-350-FF 50-150 psi Concrete fr Flowoble Fill-CLSM M.#9 70 psi Plowable Fill-CLSM FLOW25A 50 psi Concrete for Plowable Fdl/CLSM FTW FLOW FILL 150psiconcretefor Plowable FWFF150CLSM 50-150 psi Plowable FW-CLSM psi Concrete for Rim., IR2:41030 R246033 I4,00' 4,000 psi Concrete for Ripmp Am- Asphalt FTSB117965 FT51H l7965 PG64-22 Type B Fme Base AusOn Asphalt FT1B139965 FTIBI39965 PG64-22 Type B Fme Base AusOn Asphalt FT1BI17.2 FTIB117.2 PG64-22 Type B Fme Base Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course Reynolds Asphalt 1112B 1112B PG6 -22 Type B Fme Base Reynolds Asphalt lb l2B 1612B PG64-22 Type B Ffe Base Surmount Pavmg 3076BV6422 3076BV6422 PG62-22 Type B Fme Base Surmount Paving 341-BAAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fme Base TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fme Base TXBIT 44-211305-17 44-211305-17 PG64-22 Type BF,, Base TXBIT 2, 1305(1757) 2"1 il5 (1757) PG64-22 Type B Fme Base 31" Shun', 36%Air 31:: Shun,, 36%Ah 3-5Slump " Sh,,6 3-Air 31" Slump, 3-6 Air 31:: Slump, 36% 1 3-5" Slump, 36%Am 3-5" Slump, 36%Ak 3-5" Slump; 4.5-7.5%Ah 3-5" Slump; 361,Air 3-5" Slump; 36 % Ah 3-5" Slump; 3-6% Air 3-5" Slump; 33-6% Air 3-5" Slump; 36%Air 3-5" Slump; 36 % Air 3-5 . Slump; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Ai'3-5" Slump, 36% Air 3-5" Slum', 36%Air 3-5" Slum,, 36%Air 3-5" Slum,,6% 3Air 31 Sfmp, 3-6 Air 3-5" Sfmp, 36% Air 3-5" Sfmp, 3" t 3-5" Slump, 3'%Air 3-5" Slump; 3.56.5%Air 3-5" Slump; 36%Ak 31:: Slump, 36% Air 3-5" Shun,, 36%Air 3-5" Shun,, 36% Air 3-5" Slump, 36%Air 31:: Sfmp, 36% Air 3-5" Sfmp, 3-6% Au 3-5" Slump, 36%Air 3-5" Slump; 36%Air 3-5" Sfmp; 36%Air 3-5" Slump; 3-6% Ah 3-5" Slump; 36 % Air 3-5" Slump; 4.56.5%Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Su; 36%- 3-5" Shun', 36% Air 3-5" Slump, 36%Air 46 Slum', 36%1 3-5" Sfmp, 4.5-7.5%Au 3-5" Sfmp, 36'Au 3-5" Slump, 36%Ai, 3-5" Slump, 36%Ah 3-5" Stump 36%Air 3-5" Slump; 3-6% Ah Plowable, 8.5-11.5%Ah 11.1 Shun,, 36%Ah Plowable, 8.5-11.5%Ah 3-5" Slump, 8-12% AirFlowab, 8.5-11.5%Ah Plowable, 8-12%Air 7-9" Slump, 8-11%Air 8-12" Slump. 5-15%Air 7-]0" Slump. 8-12%Air Plowable; 8-12%Air 31:: Shun', 36%Ah 3-5" Shun,, 36%Air CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 9/9/2022 32 12 14 IMi. Design ITXBIT 4/1/2024 32 12 16 Mix Design TXBIT electable WfI 9/9/2022 321320 1mySurface DW$-Pavers Pi ne Hall Brick(Wffig- Salem, NC) 9/9/2022 321320 DWS-Pavers Westem Brick Co (Houston, TX) 9/9/2022 321320 DWS-Compmk' 9/9/2022 321320 DWS-Composite ADA Solu0ons(Wdnmgmn, MA) 4/72023 32 DWS-Pavers ADA Somtions(Wrhrffic.m, MA) Silicone Joint See"', 9/92022 132 B 73 1 Joint Scalant Dow 9/9/2022 32 13 73 Joini Sealant Tremco 9/92022 32 13 73 Joint Scalant Pecom 9/9/2022 32 13 73 Join[Scalant Crafty Utility Trench Embedment Sand 9/9/1022 33 05 10 Embedment Sand Silver Creek Materials 9/92022 33 05 10 Embedment Sand Crouch Matenele 9/9/2022 33 OS 10 Embedment Sand F and L Dvt Movers 9/9/ . 33 OS 10 Embedment Sand F and L Out Movers 9/9,022 33 05 10 Embedment Sand I. Top Mad. Manama I64-224125-18 PG I64-224125-18 PG70-22 Type D Fine Sod- 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Tvue D Fme Surface Tactile Pavers Detectable Waning Pavers Annoy Tile Umtage Bnck CIP Composie Paver Detectable Wammg Pavers 890SL 0SL-Cold Applied,Sin,1cComponent,Silicone Joint Sealant 900SL 0SL-Cold Applied, Single Comppnen[Silicone Joint Sealant VWS—, MOSL 0SL-Cold Apphcd, Smglc Component, Silicone Joint Seelant RoadSaver Sihwne Silicone - Cold Applied, Single Component, Sihco" Joint Sealant Utility Embedment Sand Utdiry Embedment Sand Utdiry Embedment Sand Utdiry Embedment Sand Un1uy Embedment Sand Storm Sewer - Manholes & Beses/Frarnes & Cueers/Stoodard JRound) 33-05-13 9282018 33 OS 13 MaNmle Prance aid Covers AcceCaat (Oovi Steel Company, LTD) #220605 MHRC #220605 (Size- "24" Dia) 9/2/218 330513 Manhole Cover Ncenah Foundry IMRC NF-1274-T91 NF-1274-T91(Size-32"Dia.) 928/2018 330513 Manhole Frames and Covers Ncenah Foundry NF-1743-LM(H,—d) NF-1743-LM(Hinged)(S¢e-32"Dia.) 928/2 18 3305 13 Manhole Frame Ncenah Foundry NF-1930-30 NF-1930-30 (Si. - 32.25" Di.) 928/2018 330513 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV(Size-32"Cie I 4/320:9 330513 Manhole Frames and Covers SIP Industries++ 2279ST 22795T (Size-24"Di. ) 4/3/2 9 330513 Manhole Frames and Covers SIP Industries++ 1280ST 22805T (Size-32"Dia) 10/8/2020 330513 Manhole Frames and Covers EJ I Formally East Jordan I— Works) EJ 1033 Z2/A EJ1033 Z2/A(Size -32.25"Dia.) 3/82024 3305 13 Curb Inlet Covers SIP Industries — 2296T 2296T (Size -'"24" Die.) 6/18/2024 33 05 13 Carb Inlet Covers SIP lndastrics — 12279STN 22795TN (Size -24" Dia) •*Note: AOnew developmen and new heaafleden manhole lids shall meet the minimum 30-inrh opening regmlremenras specified in Ciry Specica 'en 330 Any..He, openng ckes will only be allowedfar exhd g manholes the require repM—flames and rovers. Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Cmb Iolcrs F.ocrne 10/82020 33 4920 Curb Inlets F. c- 10/8/2020 33 49 20 Curb Inlets Fonema 10/8/2020 33 49 20 Curb Inlets Fonema 10/8/2020 33 39 20 Manhole F. cone 10/8/2020 33 39 20 Manhole Fort 10/8/2020 33 39 20 Manhole Fort 10/8/2020 333920 Manhole Fort 10/8/2020 333920 Manhole Fort 10/8/2020 333920 Manhole Fonema 3/19/2021 334920 Curb Inlets Thompson Pipe Group 3/19/2021 334920 Curb Inlets Thompson Pipe Group 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Grovp 3/19/2021 33 39 20 Manhole Thompson Pipe Grovp 3/19/2021 33 39 20 Manhole Thompson Pipe Grovp 3/19/2021 333920 Maohole Thompson Pipe Grovp 3/19/2 21 333920 Manhole Thompson Pipe Group 3/19/2 21 333920 Moulin]. Thompson Pipe Group 3/19/2 21 33 3920 Manhole Thompson Pipe Gmup 3/19/2021 333920 Manhole Thompson Pipe Group 3/1912 21 33 3920 Manhole Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Group 3/19/2 21 333920 Manhole Thompson Pipe Grovp 3/19/2 21 33 39 20 Manhole Thompson Pipe Group 3/19/2 21 33 39 20 Manhole Thompson Pipe Group 3/19/2021 33 39 20 Manhole Thompson Pipe Group 13/192021 33 4920 Drop Inlet Thompson Pipe Group 13/19/2021 334920 Drop mlct Thompson Pipe Group �3/19/2021 334920 Drop mlct Thompson Pipe Group �8/28/2023 334910 Manhole Oldc.de 8282023 334910 Manhole OldcasHe 8/28/2023 33 49 10 Manhole Oldcectle 8/28/2023 33 49 10 Munhole Oldcastle 8/28/2023 33 49 10 Manhole Oldcastle 8/28/2023 334910 Manhole Oldcasde 8/28/2023 334910 Manhole Oldcastle 8/28/2023 334910 Manhole Rinker Materials 8/28/2023 333920 Cufilvldt Thompson Pipe Group 8/28/2023 33 39 20 5VO'Riser Curb hrlet 15 k 3' Riser Thompson Pipe Group 8/28/2023 333920 Cuff Inlet 20'x 3' Riser Thompson Pipe Group 1/12/202' 334920 Drop to I Aooff.. Pipe&Products 1/12/2024 334920 Drop Her AmenTcx Pipe&Prodcts 1/19/2024 334920 Manhole AmenTex Pipe&Products 1/19/2024 334920 Manhole AmenT"Pipe&Products 1/192024 334920 Manhole ArocnTex Pipe&Products 1/19/2024 334920 Manhole AmenTex Pipe&Products 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 1/19/2024 334920 Manhole AmeriTex Pipe&Products 1/19/2024 33 49 20 Manhole Amerfiex Pipe &Products 1/19/2024 334920 Maolmle Ameniez Pipe&Prod-N 7/162024 33 49 20 Cod INets Tcz Pipe &Products 7/162024 33 49 20 Cod INets A —Tez Pipe &Products •*Note:Pre-ea Wets are Weredfar the .nagelportionlehe sr vrr eft inl onty. Smge Rpedon 10,14 I -PRECAST" ` ( (Size -10' X 3'1 ]Ox3-006-PRECAST'Size - 1O' X 3) IOx4.5407-PRECAST" (Size - 10' X 4.5) IOx4.1,42e0-PRECAST'* (Size- l0'X4.5) 4X4A09-PAST�SSize44' X 4O 5X54 ] O-PRECAST-TOP (Size - 5' X 53 5X54 O-PRECAST-BASE(Size-5'X51 5X6411-PRECAST-TOP (Size - 6' X 6) 5X6411-PRECAST-BASE (Size - 6' X 6) 40X3-405-PRECAST INLET" (Size -10' X 31 45X3-005-PRECAST INLET' (Size-IS'X 3, 20X3-005-PRECAST INLET" (Size -20' X 71 4X4409-PRECAST TOP (Size - TX 4) 4X4409-PRECAST BASE (Si. -T X 4) 4X4412-PRECAST 4-FF RISER (Size - TX 4� 5X54 10-PRECAST TOP (Sic - 5' X IT 5X54 O-PRECAST BASE (Size-5'X IT 5X54 2-PRECAST 5-FF RISER (Size-5'X 5� -6X641 l-PRECAST TOP (Size-FX 6T 6X64 -PRECAST BASE (S=- 6' X 61 bX6-012-PRECAST 6-FT RISER (Size - 6' X 6� 7X74 -PRECAST TOP (Size -TX 7T -7X74 -PRECAST BASE (Size-7'X7) 7X7412-PRECAST 4-FT RISER (Size -7' X 71 .8X84 l-PRECAST TOP (S¢e - 8' X 8'1 8X8-011-PRECAST BASE (Size - X X 81 8X8412-PRECAST 5-FT RISER (SL e - 8' X 81 4X4408-PRECAST INLET (Size -T X 41 :5X5408-PRECAST INLET (Size - 5' X 51 6X6408-PRECAST INLET (Size - 6' X 61 ut 4' x 4' Stacked Manhole (Si. -T X 4) ist 5' x 8' Storm Jvuction Box (Size - 5' X 8) ist T x 4' Storm Jmction Box (Size -4, X 4) ist 5' x 5' Storm Jmction Box (Si,. - 5' X 5) 'A 6' x 6' Storm Junction Box (Si,. - 6' X 6) ist 8' x 8' Storm Junction Box Base (Size- 8' X 83 ,A 5' x 8' Storm Junction Box Base (Size - 5' X 81 Coned 48" Diameter Spread Footmg Manhole (Si,, - TX 4) Re.' (Size - 3 FT) Ricer (Si. - 3 FT) Rlear (Size - 3 FT) cola (4' X 47 bid (5' X 5') Precast 4'x4' Storm Juncton Box Precas4 5'x5' Storm Junction Box IT— Tansition MH (4' MH on the top of 5' JB) Precast 0,6' Storm Junction Box 6' Precast Tansition MIT (4' MH on the top of 6' JB) Precast SM' Storm Junction Box 8' Precast Tunsition MIT (4' MH on the top of 8' JB) T— C Storm Drain Manhole on Box (4' MH on the too of RCB) I Ox3 Precast" (Size 10'x 3) ISx3 Precast" (Size 15' x 3) are required m be east inplare. No arrepeioru m this requirememshalJbe dlowed ATM D5893 TM D5893 TM D5893 TM D5893 ASTM C33 ASTM C33 _ ASTM C33 ASTM C33 ASTM C33 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C913 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 AS 615 AS 615 ASTM 615 ASTM 615 ASTM C478 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS C478 AS C433 AS C913-16 AS C913-16 AS C913-16 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 AS C913 AS C913 ASTM C913 AS C913 AS C913 ASTM C913 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Storm Sewer - Pipes & Boxes 33-05-13 3341 13 Sw. Drain PPea Ad—d D—m Sya—, Inc (ADS) ADS HP Storm Polwmvvlene (PP) Pipe (Sim -12" - 601 ASTM F2881 & AASHTO M330 3341 10 Storm Dmitt Pipes Rinker M—als Reinforced Concrete Pipe Tongue and Goove Joint Pipe (Size -21"or larder) ASTM C76, C655 3341 10 Culvert Box Rinker Materials Reinforced Concrete Box Calvert (Sze - Various) ASTM C789, C850 3341 10 Storm Dmitt Pipes AmaiTex Pipe &Pmdpcts Reinforced Concrete Pipe Tongue and Groove Joint Pipe' (Size-15" or larder) ASTM C76, C506 3441 10 Culvert Box Ame Tex Pipe &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,C1577 3541 10 Storm Dain Pipes The Tumer Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe' (Si. - 15" or larder) ASTM C76, C506 3341 10 Culvert Box The Tumer Co Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 3341 10 Stomt Dmitt Pipes Thom@ Pipe Goup Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Si. Various) ASTM C76, C506 33 41 10 Culvert Box Oldcast en Reinforced Concrete Box Culvert ASTM C1433,C1577 33 41 10 Sw m Dmm Prpea Oldcastle Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black D601373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATB0-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc D1301373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2" 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500l bs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire ITRASTAR INC. Arterial Luminaire ITRASTAR INC. DU RA-STR10A-3K-120-3-G R-SCL D U RA-STR25-3 K-120-3-G R-SCL