Loading...
HomeMy WebLinkAboutContract 63381-PM11p/ ,) CSC No. 63381-PM1 * FORT WORTH CIVIL CONS (H(JGfORS, .. c March 26, 2025 rl��•4 I' H 1 �;•���t Attn: Cody Molloy, PE Land Development Manager D.R. Horton 6751 North Freeway, Fort Worth Tx, 76131 Northstar Reqional Lift Station and Force Main Improvements IPRC Record No: IPRC23-0143 Citv Proiect No: 105187 Contractor Signed Contracts Ex: 3/26/2025 Please execute and return electronic file via email to Austin@fwcivcon.com & 258004@fwcivcon.com. Respecffully, FORT WORTH CML C0N"i IIIIIGTORS, LLC f Ief�. Austin Alumbaugh President OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX (0) 817. 562. 2292 1 (F) 817. 562. 2293 1 www.FWCivCon.com Office: 4860 Mark IV Parkway, Fort Worth, TX 76106 1 Mail: P.O. Box 164513, Fort Worth, TX 76161 FORT WORTH CONTRACT FOR THE CONSTRUCTION OF THE NORTHSTAR REGIONAL LIFT STATION AND FORCE MAIN IMPROVEMENTS IPRC Record No. IPRC23-0143 City Project No. 105187 FID NO.30114-0200431-105187-EO7685 File No. X-No. X-27990 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder,P.E. Water Department Director Prepared for The City of Fort Worth Funding Department: Water Department MARCH 2O25 rp� Texas Registered Engineering Firm F-929 FORT WORTH,., WATER, SEWER, AND PAVING IMPROVEMENTS FOR NORTHSTAR LIFT STATION CITY PROJECT NO. 105187 Cesar Moran RPS/Tetra Tech 5810 Tennyson Pkwy Suite 280, Plano, TX 75024 Texas Firm F-929 March 2025 Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 1113 Invitation to Bidders 03/20/2020 0021 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid Bond 04/02/2014 0045 11 Bidders Prequalification's 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 0045 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 11/1.542017 99-:73-00 007300 SAFF1=9PAar-y Coaditiens n7mo, 1 0073 10 Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 3120 Project Meetings 07/01/2011 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 1 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH NorthStar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105187 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http : //fortwo rth texas.2ov/tpw/contra ctors/ or https://apps.fortworthtexas.2ov/ProiectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition I 12/20/2012 not 41 14 Utility ] 7 /7�w a w. 02 41 45 Pa ,iagvo 4 I 0 2moo Division 03 - Concrete 03 3000 Cast -In -Place Concrete I 12/20/2012 f 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 0334 16 Concrete Base Material for Trench Repair 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31 - Earthwork 31 1000 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 2500 Erosion and Sediment Control 12/20/2012 31 3600 Gabions 12/20/2012 31 3700 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 I w/ 0/l1� 32 11 37 nu/�Q 20015 32 1216 I Asphalt Paving 32 1273 I Asphalt n&.,ing Crack Sealy 32 13 13 I Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14-1-6 I Brick Unit P .,i„rt I 12/�/7 w CITY OF FORT WORTH C�;�hS�cr,Ltfi Stnviun STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS L''.'.' 10;1 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 22 C116 an-1 vikfla C 333 Pwnent Aa;k4ngs , /33'2913 ,) 1 1 L041204 3 �� C:;n'� .S�l�lre� _ D c�ng 33231 C-hai44 vwnwg ark an*mac ""�W r Q=/ nQ 6 ��m _ esc� o ark ads 3� 3129 1't z 92; 2 i2✓ C—ast ;,, A-aeo G,.ner-e4e Retaining«alas 96A5/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 31 0411 32 Joint Bonding and Electrical Isolation C,,,.,.esion beep,-..1 Too+ 8414pas 12/20/2012 i2 12rz00420 z 33 04-30 33-04 40 33 04 50 05 Clea,;,,,. and A ceept. nee roosting of Water Mains Cleaning of Sewer Mains 07M)1�42,011 W106= 3 12/20/2012 1�n�016 33 19 33 Q-5 a r Water r a.l:]9=@Fii3g 1242042012 -�� 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 3305 � 1310 DlaV, geoipes4e 0143242016 � 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 Grade 30 Of1-411 i2 3305 17 Concrete Collars 12/20/2012 33-05 �20 Aug27 Bcvikig 12 h� 1- 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 1200 ' l 33 05-233 33 05 24 Flailing 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 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 1225 Connection to Existing Water Mains 02/06/2013 33 Q 30 Cefabina4ion Air -:Valve Assemblies fef Potable Water 33 240 Fife�1r�tg Systems 011'nvr 03/-2014 CITY OF FORT WORTH NorthStar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105187 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 23 12559 42 01 3 3-3-13E9 Stn �►r 1?'r�=/-a€€€��1a9em1�; I n6o�1 33 31 c w—A ix 1q"- INP2 (GIPP) I QL2Q/2Q,L4 2131 11 Fiber -glass Reinf red Pipe for- (_ram.,;+., Sanitary lQOQQJ�Z 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer I 12/20/2012 3334 - I P915"A454 chic f-i a (PVC) r ,,,;ty -Pipe 33 3 N P44W&1;,1. N' i4e (P4'9) G1CLXi P 3fAc me r it; it-ZltnT, r pipe 33 3i Saa4afy n ST T :ling I t � 0� 2012 3 3 3 1 I gapi4afy-Sewer-Pips E'r .�zae ent , 2 /.�,�/ 12 z I i or 3 AtW S :'•i-e� I 0 /�013 33 31 70 I Combination Air Valve for Sanitary Sewer Force Mains I 12/20/2012 33 39 10 I Cast -in -Place Concrete Manholes I 12/20/2012 33 39 20 I Precast Concrete Manholes 12/20/2012 33 3940 I hQ-mber' ( I � 420 12,42,042012 33 39 60 I Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33-4i10 :Rp-iPfor69»l Cacti I n�tn�011 21 11 11 1 High Peas h. Polyethylene (NDPE) Pipe, for Coxm 1\ril& 33 di t2, IBeinfe;Ged Nr,3 3-3-4 6 00 I S kArt of ge ] / 33-4c-01- 3Q6 W- S1Q#Pd R A-�m Prr, nc I , 0;1/no 1� 4201 1 n7/n� 1 /�i 33-49 10 I I Gast-il: D� Manholes and j `AN A 31iw 1 � /rz, n /QQ 33 43 20 I Grand K)VCF WAS I , z /ten /kw, 33 4940 I Srtor-m K\rAimge 14ea All9 Ani AV4agwa4s I 07/n�1111 Division 34 - Transportation 4 44 10 34 A�n0..1r f19 gigmlC 1n/1�015 17/ U201, 21 11 10.9-2 34 41 1 0 03 C 9peGjf4GatjeL201� 5 Q'/�2 34 41 11 3A� Do ,.,. ing Tr�4F,C Jigv),I I 1�/7T lt�z 34-41 15 34 4-1 16 I Reetangiuk.- _R*i Fl c.V-,4g BeaGea I I I , t,I 34 41 20 3 n n�01 Roadway 11lufnina4ion Assemblies I A#c:%.J LED Raadw , kaw.,&=iras 1=04012 06 /154015 34 Al U I W �� 34 n�03 p I � i�,tr����ir�s I IResid@pAial T 061154201-5 �� 34 41 38 34 41 50 LED Readway jjMj4qAj;e I AWmmnum Sigas I I t, /, , 3 34 71-13 I I Traffic Cei;#e4 QaQ642016 1 v_ 3 CITY OF FORT WORTH NorthStar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105187 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 5 of 5 GC ^. /J 1 A_ P iln, it; cf L ank G04.01 3ul,,,ui ia,,v, ..,; C\,iiuiL1v11,3 GC 1/J^ T-k-Ae:grv/&x-4F&ci!-*-Z-4V- GG 4 06 � V—\rdAxs nNnrn-,Xtal for. at ✓k GC-6.06.D Minority and Women Owned Business Enterprise Compliance GG 6.0"' `j'ag F.9cs- C*C--6 09 PerMr -fz zId Uti?iv"- GC-6-1 Nan4isc irnir tign GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH NorthStar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105187 Revised March 20, 2020 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Northstar Lift Station CPN 105187 ("Project") will be received by the Ci ty of Fort Worth via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, February 6, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at New City Hall Mezzanine Floor. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City str ongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to el ectronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other techn ical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission wil 1 be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Po rtal). Failure to scan a clear or readable copy of a bid into th e system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-us Contact the Bonfire support team at Supportcr GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: A 1,600 GPM lift station with a total dynamic head of about 310 feet using submersible pumps, associated electrical improvements including new service, switchgear, motor controls, VFD's, instrumentation and SCADA equipment, standby power generator and automatic transfer switch, building to house electrical and instrumentation equipment, cast in place concrete wet well and valve vault, about 2,000 linear feet of 12-inch diameter force main and appurtenant construction including site improvements, access road, power extension, odor control, piping, valves, fencing, etc. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehLib.coin/portal/?tab=openOppoilunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: January 17, 2025 TIME: 2:00 pm Local Time. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES January 15, 2025 January 22, 2024 January 29, 2025 CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 END OF SECTION CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised 2/08/24 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https:Happs.fortworthtexas. og v/ProjectResources/ 3.1.1. Paving — Requirements document located at: CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 https:Happs.fortworthtexas. aov/Prof ectReso urces/Resources P/02%20- %20Construction%2ODocuments/Contractor%2OPrequalificatioil/TP W%2OPaving %20Contractor%2OPrequalification%2OProi4ram/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PA VING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://apps.foilworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2ORoadwa y%20and%20Pedestrian%2OLighting%2OPrequalification%2OProgram/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httl2s://apl2s.fortworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrea ualificatiotvWater%20and%2 OSanitary%2OSewer%20Contractor%2OPrequalification%2OProgram/W S S%20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: a. Wastewater New Development Open Cut (54 " & Under) b. Water New Development Open Cut (24 " & Undei) c. Facility Lift Station 4. Examination of Bidding and Contract Documents, Other Related Data, and Site CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. <deleted> 1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted under the respective Project via the Procurement Portal CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 6.4. https://fortworthtx.bontirehub.com/opportunities. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https:Hcodelibrary.amlega1.com/codes/ftworth/Iatest/ftworth tx/0-0-0-22593 CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httos://www.ethics.state.tx.us/data/forms/1295/1295.Ddf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Northstar Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105187 Revised/Updated 12/23/2023 -4,ro DM BID FORYFOR WgNAY &DPROlEDTa atY Pqp, q1 SECTION 00 41 00 BID Publicly Bid Developer Awarded Projects - BID FORM TO: Sabre Dewlopnenr 706 Gnnon. Court WBsfWorrh Wage, TX 76114 FOR: Morthstm Litt Sferon City Project No.. 105187 Units/Sawons: UNIT I: WATER IMPROVEMENTS UNIT 11: SEWER IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS 1. Enter Into Agreement The undersigned Bidder proposes and agrees. if this Bid is accepted, to enter into an Agreement with Developer in the form Included in the Bidding Documents to perform and rurnish all Work as specified or Indicated in the Contract Documents for me Bid Price and within the Contract Time Indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Aeknowdedgements and Certification 21 In submitting this Bid. Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, Including without limitation those dealing with the disposition of Bid Bond 2.2. Bidder Is aware of all wits to provide the required insurance, will do so pending contract award, and will provide a wild insurance certificate meeting all requirements In the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the Interest of or on behalf of any undisclosed Individual or entity and Is not submitted in conformity with any collusive agreement or rules of any group, association. organization. or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid 2.6, Bidder has not solicited or Induced any Individual or entity to refrain from bidding 2.e. Bidder has not engaged in cormpt, fraudulent, collusive, or coercive practices In competing for the Contract. For the purposes of this Paragraph: a. "cotrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process b. "fraudulent practice" means an intentional mhroprese itallon of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at artificial non- competitive levels, or (c) to deprive Developer of the benefits of free and open competition c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competibva levels. d. "coercive practice" means harming or threatening to harm, dheclly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contras 3. Prequslificallon The Bidder acknowledges that thetollowrig work types must be performed only by prequalified contractors and subcontractors: a. Sewer Copocrien System, Devalopmara, 12anches and so f., b. Warar Diatnbuaon, f.`.evelapmenf, 8411ch diamolor and sma^.er c. Foc3dy Lift Slation 4. Time of Completion 4.1. Bidder agrees to complete WORK for FINAL ACCEPTANCE within working days atar the date when the Contmet Time commences to inn as provided in the General Conditions. 4.2, Bidder accepts the prwlsions of the Agreement as to liquidated damages In the event of failure to complete the Work (and/or achievement of Milestones) within the limes specified in the Agreement S. Attached to this Bid The following documents are attached to and made a pan or this Bid: a. This Old Form, Secton 00 41 00 b. Proposal Form, Section 00 42 43 c Required Bid Bond, Section 00 4313 issued by a surety meeting the requiremmis of Paragraph 5 01 of the General Conditions. d. MBE Forms (Aapplcaots) e. Prequalification Statement, Section 00 4512 f Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder praqualificatlon application (Oplronap crtv arraarwonrR suan4Ro eonsmuolwer bw care - DBvai.oPsa awanceD raosc,s Fqm RmwrMY i, isle ae 11 se ise FORM DAP G. Total Bid Amount 6.1. Bidder will complete the Work in acco,danco with the Contract Documents for the follovmrg bid amoual. In Ui spnce iu lded beta., please enter the total W amount 1. taus Project. Only this Fill-wdl, b.,-ad publicly by the City at the bid opening. 0.2. It is understood and ag,00d by the Bidder in signing this proposal that the total bid amount entered batm is subject to verification and/or modification by multiplying the unit bid prices for each pay Kam by the ,especliva ostlmatW quaant,. she In this proposal and in. totaling all of the oA"dOd amounts, 6.3 TOTAL BID F 9 20.247 00 7. Bid Submittal TNo: Prosidcnt '..pony: Port Wufh Clvd C.dmcln,nU.C, Cor¢orale Said: Address: 4860 Me,k IV Parkway rml Wctlh roeas 7010p State of Incorporation: Tozas Email: pggtiryfa(prjyyui,rAln Phone: 917-662-MW END OF SECTION <SeN H.., op n, us du+mo ronN roe rurrcir oio,vmxcrs ont.r rae>xuv AiANQNnCONantUCrlONl�p1'GIIN I:[YELanEn eWMfICn PROJECTS MCI Wllq(anN DM fwm Reviwu Ary1�, ]0>a UNIT PRICE BID I IBidlist Item No. 1 { 1 2 3 4 { 5 16 7 1 8 I s 10 1 11 I 12 13 I 14 15 16 17 18 1 19 20 21 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description I3312.2203.2" Water Service ISpecification ( Unit of I Bid Section No. Measure Quantity . UNIT I: WATER IMPROVEMENTS 133 12 25 I EA I 501 TOTAL UNIT I: WATER IMPROVEMENTSI UNIT II: SEWER IMPROVEMENTS 0170.0100 Mobilization (5% of All Items) 101 70 00 3305.0202 Imported Embedment/Backfill, CSS I33 05 10 13311 3331':3401 Ductile Iron Sewer Fittings 11 0170.0101 Construction Staking 101 7123 3110.0101 Site Grading and Drainage 101 7123 3123.0101 Unclassified Excavation by Plan I31 2316 13231 3231,0114 8' Chain Link, Steel w/ barbed wire 13 3231.0303 8' Gate, Steel, Chain Link Gate 13231 13 3301.0002 Post -CCTV Inspection 33 01 31 3305.0103 Exploratory Excavation of Existing Utilites 00 72 00 3305.0109 Trench Safety 33 05 10 3331.4320 12" Sewer Force Main 33 31 20 3331'.6102 3" Sewer Air Release Valve & Vault 33 31 70 3305.1004 24" Casing By Open Cut 133 05 22 9999.0004 Lift Station Structure Including but not limited to cast -in -place wetwell and pipe gallery, hatches, wetwell lining systems and any other improvements not specifically identified in the lump sum items, including equipment, labor, 03 30 00 materials, and services required in accordance with the 3311 10 Contract Documents, Drawings, and specifications for the 3311 11 rrmnl .tinn of the work 05 53 00 9999.0005 6' Concrete Bollards 03 30 00 9999.0005 Concrete Flatwork (sidewalks, generator pad) 03 30 00 9999.0005 Lift Station Piping & Valves Including but not limited to, ductile iron discharge piping, pump base elbows, above ground force main yard pipeing and fittings, valves and appertenances, and any other improvements not specifically identified in the lump sum items, including equipment, labor, materials, and services required in accordance with the Contract Documents, Drawings, and 3311 10 specifications for the completion of the work. 3311 11 9999.0006 Submersible Sewage Pump (235 HP) 43 25 00 9999.0007 Wetwell Mixers - Including but not limited to air blower, compressor, various appertenances and any other improvements not specifically identified in the lump sum items, including equipment, labor, materials, and services required in accordance with the Contract Documents, Drawings, and specifications for the completion of the work. 46 51 16 9999.0018 Pre -Cast Electrical Building -including 1034100 aoourtenances 00 42 43 DAP - BID PROPOSAL Page 1 of 2 Bidder's Application Bidder's Proposal Unit Price I Bid Value $85.001 LS 1 $464.181.00 CY 365 $126.00 TON 2 $10.000.00 LS 1 $65.450.00 LS 1 $149,900.00 CY 1,200 $51.00 LF 425 $127.00 EA 2 $3,800.00 LF 2.590 $4.00 EA 5 $3,500.00 LF 2,590 $13.00 LF 2,590 $235.00 EA 1 $59,400.00 LF 10 $550.00 $4,250.001 {{1 $4,250.00, $464,181.001 $45,990,001 $16,200.001 $65,450.00 $149,900.00 $61,200.00 $53.975.001 $7.600.001 $10,360.001 $17,500.001 $33,670,001 $608,650.00 $59,400.00 $5,500.001 LS 1 $3,025,902.00 $3,025,902-00 EA 16 $1,100.00 $17,600.001 SF 1,200 $69.00 $82,800.00 LS 1 $495,500.00 $495,500.00yy EA 3 $199,952.00 $599.856.001 EA 3 $16.000.00 $48,000.00 LS 1 $460,676.00 $460,676.001 CITY OF FORT WORTH Northbound Brewer Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 103435 Form Version May 22, 2019 Addendum 5 00 4100 00 42 43 00 45 12 Bid Proposal Workbook-Nonhsuv (2) UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidlist Item No. Description 9999.0008 Electrical, Instrumentation & Control (VFDs Included) - Including but not limited to procurement and installation of all proposed electrical, instrumentation, and controls equipment, SCADA Equipement, flow meters, level, pressure and temperature instruments, conduit, 22 grounding and lightning protection, switchboard and automatic transfer switch, standby generator, connection to electric utility and site lighting, and any other improvements not specifically identified in the lump sum items, including equipment, labor, materials, and services required in accordance with the Contract Documents, Drawings, and specifications for the completion of the work. Division 40 LS 1 $2,8.40 882.00 TOTAL UNIT II: SEWER IMPROVEMENTS Specification Unit of Bid Section No. Measure Quantity Division 26 UNIT IV: PAVING IMPROVEME TS 1 9999.0002 2" Crushed Stone Access 13.0453 8' Concrete Dri eway. Ex or ed Aaareaate 103 30 00 SF I 1,359I $ 450.001 2 132$50.00 TOTAL UNIT IV: PAVING IMPROVEMENTS) Bid Summary UNIT I: WATER IMPROVEMENTS $41250.00 UNIT It: SEWER IMPROVEMENTS -- _. UNIT IV: PAVING IMPROVEMENTS ------------- $9,169,792.00 $115,200.00 Total Construction Bidl $9,289,242.001 00 42 43 DAP • 131D PROPOSAL Page 2 or2 Bidder's Application Bidder's Proposal Unit Price •' Bid Value $2.839,882.00 $9,169,792.00 $47.250.00 $67,950,00 $115,200.00 This Bid is submitted by the entitiy named below: BIDDER: BY: Yn, Al rat aLloh Fo€t Word" Clvil CrnstrtIci.ors'Ll.-C � y 4860 iMiark N P-Ari way , — TITLE: .. esickant Fos" Worth tit Tx- 7S1f,F DATE: 2/6,2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 375 working days after the date when the CONTRACT commences to run as provided in the General Conditions. SECTION Cr1Y OF PORT WOR'l I I Northbound Brewer Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS - DEVF.r.OPER AWARDED PROJECTS City ('reject No. 103435 Form Version May 22, 201 9 Addendum 5 00 4100 00 42 43 00 45 12 Bid Proposal Workbook-Northstnr (2) SECTION 00 43 13 DAP - BID BOND BY THESE PRESENTS: 0043 13 DAP BID BOND FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of I That we, Fort Worth Civil Constructors. LLC called the Principal, and SiriusPoint America Insurance Comoanv a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the Citv of Fort Worth, hereinafter called the Obligee, in the sum of Five Percent (5%) of the amount bid and No/I00 Dollars said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS the Principal has submitted a proposal to perform work for the following project of the Obligee identified as: North Star Lift Statist NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 6th day of February By: o Worth .ivil Co tr btors, L11C dre � (Signh t and Title of Principal) By: SiriusPo' merica In Company _ �77 TracyTucker, Attorney -in -Fact *Attach Power of Attorney (Surety) for Attorney -in -Fact END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION 810 BOND FORM —DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 , 20 25 Impressed Surety Seal Only 4-00 43 13 Bid Bond Northstar Lift Station TUCFTWOI_0823 POWER OF ATTORNEY SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALI, MEN BY THESE PRESENTS: That SiriusPoinnt America Insurance Company, a New York corporation, having its principal office in die City of New York, pursuant to the following Resolution, which was adopted by the Board of Directors of the Company, to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as atlomeys-in-fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as co•surcty. Does hereby nominate, constitute and appoint: Bennett Brown, Kevin J Dunn, Roberta H. Erb, Steven Tucker, Tracy Tucker Its true and lawful attorney -in -fact, to make, execute, seat avid deliver for and on its behalf, and as its act and deed; any and all bonds, contracts, agreements of indemnity, and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee bonds) and to bind the Company thereby as fully and to the same extent as if same were signed by the duly authorized officers of the Company, provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: S50,000,000 single bond limit All acts of said attomeys-in-fact pursuant to the authorities herein given are hereby ratified and confirmed. The executive officers listed above in the Resolution may from time to time and at any time remove any such appointee and revoke the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents, within one year of the date of issue of these presents, shall be binding upon said Company, as fully andamply, to all intents andpurposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office its New York, New York, its theirown proper persons. IN WITNESS WHEREOF, SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed, and these presents to be signed by its Secretary this 17th day of August in the year 2023. Sidus�Pyjooiiinntt America InnssurrPa71 company — Melissa J. halph— 1 Secretary State of New Jersey ) Sr. Countyof Monmouth ) On this 1 P" day of August 2023, before me, a Notary Public of the Stale of New Jersey in and for the County of Monmouth duty commissioned and qualified, came Melissa J. Ralph, Secretary, of SiriusPoint America Insurance Company, to me personally known to be the individual and officer described in, and who executed fire preceding instrument, and acknowledged (lie execution of the same, and, being by me duly swom, deposeth and sailh, that she is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument as the corporate seat of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal. C r LEWIs 7"ktJA ivOTARY PUBLIC STATE OF NEW JERSEY My Corn iutt expires My COMMISSION EXP1PES MARCH 31, 428 {�n,.� .1 t r X01A State of New Jersey i COMMISSION: #6ja8541 - -�- County of Monmouth 1...."- 1, Melissa J. Ralph, Secretary, ofSinusPoint America Insurance Company, a New York corporation, do hereby certify that the above and foregoing is a full, true correct copy of Power of Attorney, is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 6 day of ,February, 2025 s \f ssa J. Ralph L Seeman* 00 45 11 -1 BIDDERS PREQUALIFICATIONS Pagel of3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxDermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 _ (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 Revised August 13, 2021 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 4 Nine Million T 8 END OF SECTION CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 Revised August 13, 2021 SECTION 00 42 15 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 Tvoe" box provide the complete maior work tvt)e and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sewer Collection System, Development, Fort Worth Civil Constructors, LLC 4/30/2025 12-inches and smaller Water Distribution, Development, 8-inch Fort Worth Civil Constructors, LLC 4/30/2025 diameter and smaller Facility Lift Station Fort Worth Civil Constructors, LLC 413012025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Fort Worth Civil Constructors, LLC 4860 Mark IV Parkway Fort Worth Tx.76106 u tin Baugh (S ture) President 2/6/2025 FORT WORTH..4,111ir SECTION 00 4513 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) ( 1 Telephone Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company City State Zip Code City State Zip Code Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting iohn.kasavicha,FortWorthTexas.2ov TPW_Preoualificationnfortworthtexas.eov clint.hoover( ,fortworthtexas.eov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 Texas 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Marls the envelope: "Bidder Prequalification Application" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less _ Augur Boring - Greater than 24-inch diameter casing and greater _ Tunneling — 36-Inches — 60 —inches, and 350 LF or less _ Tunneling - 36-Inches — 60 —inches, and greater than 350 LF _ Tunneling — 66" and greater, 350 LF and greater _ Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection X Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller _ Water Distribution, Development, 12-inch diameter and smaller _ Water Distribution, Urban and Renewal, 12-inch diameter and smaller _ Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller _ Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller _ Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches _ Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 Revised August 13, 2021 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller _ Sewer CIPP, All Sizes _ Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller _ Sewer Collection System, Development, 12-inches and smaller _ Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller _ Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller _ Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes _ Sewer Cleaning, 24-inches and smaller _ Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes _ Sewer Cleaning, 8-inches and smaller _ Sewer Cleaning, 12-inches and smaller _ Sewer Siphons 12-inches or less _ Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less _ Sewer Siphons All Sizes Transportation Public Works _ Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) _ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) _ Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 Revised August 13, 2021 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Northstar Regional Lift Station STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 Revised August 13, 2021 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. Northstar Regional Lift Station and Force Main Improvements CITY OF FORT WORTH City Project No.: 105187 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM 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 QUANTITY Various - ITEM DESCRIPTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 BALANCESHEET VALUE I� I TOTAL Northstar Regional Lift Station and Force Main Improvements City Project No.: 105187 004513-9 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDEN PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. Northstar Regional Lift Station and Force Main Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 Revised August 13, 2021 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105187. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it w, lj provide to City its subcontractor's certificates of compliance ith worker's compensation coverage. CONTRACTOR: Fort Worth Civil Constructors, LLC Company 4860 Mark IV Parkwav Address Fort Worth TX 76106 City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § By: Austin Alumbaugh (PI e a rint) / Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared I&J S-C)A/6t_.uw. BA u W known to me to be the person whose name is subscribed to the fo egoing instrument, and acknowledged to me that he/she executed the same as the act and deed of V POD \ Q��J i . for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of I , 245. MARC DAVID RAMSEY Notary Public, State of Texas Comm Expires08-10-2027 °�tp�Notary ID 13032580-6 Notary Public in and for,tlfe State of Texas `f, a f END OF SECTION CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.: 105187 Revised April 2, 2014 00 45 40 - 1 Business Equity Goal Page I of 2 1 SECTION 00 45 40 2 Business Equity Goal 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 9 POLICY STATEMENT_ 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 13 2020 (codified at: https:Hcodelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 14 this bid. 15 16 BUSINESS EQUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 16.79% of the total bid value of the contract (Base bid 18 applies to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Equity Joint Venture/Mentor-Prot6g6 participation, 5. Good Faith Effort documentation, or 6. Prime 27 contractor Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 Applicable documents (listed below) must be submitted electronically with the other required bidding 31 documents at the time of the bid under the respective Project via the Procurement Portal: 32 https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 34 exclusive of the bid opening date with the respective Project via the Procurement Portal by 35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 36 submit required documentation at the time of bid submission. 37 38 The Offeror must submit one or more of the following documents: 39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 40 2. Letter of Intent, for all M/WBE Subcontractors; 41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 42 participation is less than stated goal, or no Business Equity participation is accomplished; 43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 44 all subcontracting/supplier opportunities; or 45 5. Joint Venture/Mentor-Prot6g6 Form, if goal is met or exceeded with a Joint Venture or Mentor- 46 Protege participation. 47 48 These forms can be accessed at: 49 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105187 Revised June 7, 2024 004540-2 Business Equity Goal Page 2 of 2 1 htti)s://apes.follwortlitexas.vov/ProiectResources/ResourcesP/60 - MWBE/Business Equitv Utilization 2 Form DVIN 2022 220324.0df 3 _ 4 Letter of Intent 5 htti)s://aot)s.foilwortlitexas.Rov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 6 2021.pdf 7 8 Business Equity Good Faith Effort Form 9 htti)s://apps.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form DVIN 2022.odf 11 12 Business Equity Prime Contractor Waiver Form 13 htti)s://apps.fortworthtexas.vov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.ndf 15 16 Business Equity Joint Venture Form 17 htti)s:Happs.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint 18 Venture 220225.pdf 19 20 21 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 22 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID 23 REJECTED. 24 25 26 FAILURE TO SUBMIT THE REOUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE 27 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 28 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 29 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 30 31 For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services 32 Department at (817) 392-2674. 33 END OF SECTION 34 CITY OF FORT WORTH Northstar Regional Lift Station and Force Main I nprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105187 Revised June 7, 2024 FA SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 3 6.1 4 THIS AGREEMENT, authorized on February 26, 2025 is made by and between the Developer, 5 (Insert Full Legal Name of Developer), authorized to do business in Texas ("Developer") , and 6 Fort Worth Civil Constuctors,LLC , authorized to do 7 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Northstar Regional Lift Station and Force Main Improvements 17 City Protect No. 105187 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 375 Working days after the 24 date when the Contract Time commences to run as provided in Paragraph 12.04 of the 25 Standard City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard 30 City Conditions of the Construction Contract for Developer Awarded Projects. The 31 Contractor also recognizes the delays, expense and difficulties involved in proving in a 32 legal proceeding the actual loss suffered by the Developer if the Work is not completed on 33 time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated 34 damages for delay (but not as a penalty), Contractor shall pay Developer One Thousand, 35 two hundred -fifty Dollars ($1,250) for each day that expires after the time specified in 36 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 DEVELOPER AWARDED PROJECTS Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Nine Million Two Hundred Eighty -Mine Thousand Dollars Two Hundred Fortv Two 40 ($ 9,289,242.00 ). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A.The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance, CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 DEVELOPER AWARDED PROJECTS Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for costs, 84 expenses and legal fees incurred by the city in defending against such claims and causes 85 of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification provision 92 is specifically intended to operate and be effective even if it is alleged or proven that all 93 or some of the damages being sought were caused. in whole or in part, by any act, 94 omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 99 Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 DEVELOPER AWARDED PROJECTS Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 116 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 119 signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 125 126 Contractor: Develoner: L Fort Worth Civil Constructors, LLC -ivy 1 x I I By: / By. (Signature) (Signature) Austin Alumbaugh (Printed Name) Title:President Company Name: Fort Worth Civil Constors,LLC 4860 Mark IV Pkwy City/State/Zip: Fort worth, TX 76106 March 26, 2025 Date Jm5hn 13o5Wol'th (Printed Name) Title: VP Acp ; 3, fi o1 Company name: b rN>n X� Z Tb City/State/Zip: >` [JU r 3/)6/)o)5 Date X�t 5 *w / 5 1 CITY OF FORT WORTH Northstar Regional Lift Station and Force Main Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 105187 DEVELOPER AWARDED PROJECTS Revised June 16, 2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The premium for this endorsement is $ 1. BROAD FORM INSURED SECTION II - LIABILITY COVERAGE, A.1. Who Is An Insured is amended bythe addition of the following: d. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or a majority interest, will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured" under any other policy or would bean "insured" but for its termination or the exhausting of its limit of insurance. e. Any "employee" of yours using: (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree in a written contract, written agreement or permit, to provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is issued prior to the "bodily injury" or "property damage"; (2) To any person or organization included as an insured by an endorsement or in the Declarations; or (3) To any lessor of "autos" unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" is leased without a driver; and Includes copyrighted material of Insurance Services Office, Inc. CA 71 18 1109 Page 1 of 5 (c) The lease had not expired. Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily injury" or "property damage" for which an "insured" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Under Section II - LIABILITY COVERAGE, A.2.a. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follows: (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II - LIABILITY COVERAGE, B. EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers, managers, supervisors or above. Coverage is excess over any other collectible insurance. b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of paragraph a. above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If any of your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. B. Under SECTION III -PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 5 CA 71 18 1109 (2) Specified Causes of Loss, only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision, only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $2,000. C. Under SECTION IV— BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, paragraph b. is replaced by the following: b. For Hired Auto Physical Damage, the following are deemed to be covered "autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employees" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. 5. LOAN OR LEASE GAP COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If a covered "auto" is owned or leased and if we provide Physical Damage Coverage on it, we will pay, in the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered "auto", less: (a) The amount paid under the Physical Damage Section of the policy; and: (b) Any: (1) Overdue lease or loan payments including penalties, interest or other charges resulting from overdue payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) Security deposits not refunded by a lessor; and (5) Carry-over balances from previous loans or leases. 6. RENTAL REIMBURSEMENT Under SECTION III - PHYSICAL DAMAGE COVERAGE, AA. Coverage Extensions, paragraph a. Transportation Expenses is deleted and replaced by the following: a. Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense incurred by you because of covered "loss". We will pay only for those covered "autos" for which you carry Collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay for transportation expenses incurred during the period beginning 24 hours after the covered "loss" and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". This coverage is in addition to the otherwise applicable coverage you have on a covered "auto". No deductibles apply to this coverage. Includes copyrighted material of Insurance Services Office, Inc. CA 71 18 1109 Page 3 of 5 (2) This coverage does not apply while there is a spare or reserve "auto" available to you for your operation. 7. AIRBAG COVERAGE Under SECTION III - PHYSICAL DAMAGE, B. EXCLUSIONS, paragraph 3. is deleted and replaced by the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered by this insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tires. 8. GLASS REPAIR —WAIVER OF DEDUCTIBLE Section III — PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLISION COVERAGE —WAIVER OF DEDUCTIBLE Under Section III - PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: When there is a loss to your covered "auto" insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto" insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, paragraph a. is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an "accident", claim, "suit" or "loss". Knowledge of an "accident", claim, "suit" or "loss" by your "employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you are a limited liability company) has knowledge of the "accident", claim, "suit" or "loss". Notice should include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the "insured" has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 71 18 1109 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS, B. General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. 13. BLANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract or written agreement, the definition of "insured contract' is amended as follows: — The exception contained in paragraph H.3. relating to construction or demolition operations on or within 50 feet of a railroad; and Paragraph H.a. are deleted with respect to the use of a covered "auto" in operations for, or affecting, a railroad. Includes copyrighted material of Insurance Services Office, Inc. CA 71 18 1109 Page 5 of 5 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE -THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 30 days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the Schedule is intended as a courtesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL70660714 UMBRELLA 3. 4. S. When we have the duty to defend, we may, at our discretion, investigate and settle any claim or "suit". In all other cases, we may, at our discretion, participate in the investigation, defense and settlement of any claim or "suit" for damages to which this insurance may apply. If we exercise such right to participate, all expenses we incur in doing so will not reduce the applicable limits of insurance. Our duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements, or defense expenses if such expenses are within the limits of insurance of this policy. We will pay, with respect to a claim we investigate or settle, or "suit" against an insured we defend: a. All expenses we incur. b. The cost of: (1) Bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which this insurance applies; or (2) Appeal bonds and bonds to release attachments; but only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. c. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of such claim or "suit", including actual loss of earnings up to $1,000 a day because of time off from work. d. All court costs taxed against the insured in the "suit". However, these payments do not include attorneys' fees or attorneys' expenses taxed against the insured. e. f Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. All interest that accrues on the full amount of any judgment after entry of the judgment and before we have paid, offered to pay or deposited in court the part of the judgment that is within the applicable limit of insurance. If we do not pay part of the judgment for any reason other than it is more than the applicable limit of insurance, we will not pay any interest that accrues on that portion of the judgment. With respect to a claim we investigate or settle, or "suit" against an insured we defend under COVERAGE A — EXCESS FOLLOW - FORM LIABILITY, these payments will not reduce the applicable limits of insurance, but only if the applicable "underlying insurance" provides for such payments in addition to its limits of insurance. With respect to a claim we investigate or settle, or "suit" against an insured we defend under COVERAGE B — UMBRELLA LIABILITY, these payments will not reduce the applicable limits of insurance. SECTION II — WHO IS AN INSURED A. COVERAGE A — EXCESS FOLLOW -FORM LIABILITY With respect to Coverage A, the following persons and organizations qualify as insureds: 1. The Named Insured shown in the Declarations; and 2. Any other person or organization qualifying as an insured in the "underlying insurance". If you have agreed to provide insurance for that person or organization in a written contract or agreement: a. The limits of insurance afforded to such person or organization will be: (1) The amount by which the minimum limits of insurance you agreed to provide such person or organization in that written contract or agreement exceed the total limits of insurance of all applicable "underlying insurance"; or (2) The limits of insurance of this policy; whichever is less; and b. Coverage under this policy does not apply to such person or organization if the minimum limits of insurance you agreed to provide such person or organization in that written contract or agreement are wholly within the total limits of insurance of all available applicable "underlying insurance". B. COVERAGE B — UMBRELLA LIABILITY With respect to Coverage B: 1. The Named Insured shown in the Declarations is an insured. 2. If you are: a. An individual, your spouse is also an insured, but only with respect to the conduct of a business of which you are the sole owner. Page 4 of 22 © 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 UMBRELLA 3. 4. d. That Extended Reporting Period endorsement is issued by us and made a part of this policy. Any Extended Reporting Period endorsement for this insurance will not reinstate or increase the Limits of Insurance or extend the policy period. Except with respect to any provisions to the contrary contained in Paragraphs 1., 2. or 3. above, all provisions of any option to purchase an "extended reporting period" granted to you in the "underlying insurance" apply to this insurance. J. INSPECTIONS AND SURVEYS 1. We have the right but are not obligated to: a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and c. Recommend changes. 2. Any inspections, surveys, reports or recommendations relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. We do not warrant that conditions: a. Are safe or healthful; or b. Comply with laws, regulations, codes or standards. K. LEGAL ACTION AGAINST US 1. No person or organization has a right under this insurance: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this insurance unless all of its terms have been fully complied with. 2. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured. We will not be liable for damages that: a. Are not payable under the terms of this insurance; or b. Are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. L. MAINTENANCE OF UNDERLYING INSURANCE 1. The insurance afforded by each policy of "underlying insurance" will be maintained for the full policy period of this Excess Follow - Form And Umbrella Liability Insurance. This provision does not apply to the reduction or exhaustion of the aggregate limit or limits of such "underlying insurance" solely by payments as permitted in Paragraphs 4.a.(1), (2) and (3) of COVERAGE A — EXCESS FOLLOW -FORM LIABILITY of SECTION I — COVERAGES. As such policies expire, you will renew them at limits and with coverage at least equal to the expiring limits of insurance. If you fail to comply with the above requirements, Coverage A is not invalidated. However, in the event of a loss, we will pay only to the extent that we would have paid had you complied with the above requirements. 2. The first Named Insured shown in the Declarations must give us written notice of any change in the "underlying insurance" as respects: a. Coverage; b. Limits of insurance; c. Termination of any coverage; or d. Exhaustion of aggregate limits. 3. If you are unable to recover from any "underlying insurer" because you fail to comply with any term or condition of the "underlying insurance", Coverage A is not invalidated. However, we will pay for any loss only to the extent that we would have paid had you complied with that term or condition in that "underlying insurance". M. OTHER INSURANCE This insurance is excess over any valid and collectible "other insurance" whether such "other insurance" is stated to be primary, contributing, excess, contingent or otherwise. This provision does not apply to a policy bought specifically to apply as excess of this insurance. However, if you specifically agree in a written contract or agreement that the insurance provided to any person or organization that qualifies as an insured under this insurance must apply on a primary basis, or a primary and non-contributory basis, then insurance provided under Coverage A is subject to the following provisions: Page 14 of 22 © 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 UMBRELLA 1 2. This insurance will apply before any "other insurance" that is available to such additional insured which covers that person or organization as a named insured, and we will not share with that "other insurance", provided that the injury or damage for which coverage is sought is caused by an "event" that takes place or is committed subsequent to the signing of that contract or agreement by you. This insurance is still excess over any valid and collectible "other insurance", whether primary, excess, contingent or otherwise, which covers that person or organization as an additional insured or as any other insured that does not qualify as a named insured. N. PREMIUM 4. The first Named Insured shown in the Declarations is responsible for the payment of all premiums and will be the payee for any return premiums. If the premium is a flat charge, it is not subject to adjustment except as provided in Paragraph 4. below. If the premium is other than a flat charge, it is an advance premium only. The earned premium will be computed at the end of the policy period, or at the end of each year of the policy period if the policy period is two years or longer, at the rate shown in the Declarations, subject to the Minimum Premium. Additional premium may become payable when coverage is provided for additional insureds under the provisions of SECTION II — WHO IS AN INSURED. O. PREMIUM AUDIT The premium for this policy is the amount stated in Item S. of the Declarations. The premium is a flat charge unless it is specified in the Declarations as adjustable. P. PROHIBITED COVERAGE — UNLICENSED INSURANCE 1. With respect to loss sustained by any insured in a country or jurisdiction in which we are not licensed to provide this insurance, this insurance does not apply to the extent that insuring such loss would violate the laws or regulations of such country or jurisdiction. 2. We do not assume responsibility for: a. The payment of any fine, fee, penalty or other charge that may be imposed on any person or organization in any country or jurisdiction because we are not licensed to provide insurance in such country or jurisdiction; or b. The furnishing of certificates or other evidence of insurance in any country or jurisdiction in which we are not licensed to provide insurance. Q. PROHIBITED COVERAGE — TRADE OR ECONOMIC SANCTIONS We will provide coverage for any loss, or otherwise will provide any benefit, only to the extent that providing such coverage or benefit does not expose us or any of our affiliated or parent companies to: 1. Any trade or economic sanction under any law or regulation of the United States of America; or 2. Any other applicable trade or economic sanction, prohibition or restriction. R. REPRESENTATIONS By accepting this insurance, you agree: 1. The statements in the Declarations and any subsequent notice relating to "underlying insurance" are accurate and complete; 2. Those statements are based upon representations you made to us; and 3. We have issued this insurance in reliance upon your representations. S. SEPARATION OF INSUREDS Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this policy to the first Named Insured shown in the Declarations, this insurance applies: 1. As if each Named Insured were the only Named Insured; and 2. Separately to each insured against whom claim is made or "suit" is brought. T. WAIVER OR TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 1. If the insured has rights to recover all or part of any payment we have made under this insurance, those rights are transferred to us and the insured must do nothing after loss to impair them. At our request, the insured will bring suit or transfer those rights to us and help us, and with respect to Coverage A, the "underlying insurer", enforce them. If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against that person or organization, but only for payments we make because of an "event" that takes place or is committed subsequent to the EU 00 01 07 16 © 2016 The Travelers Indemnity Company. All rights reserved. Page 15 of 22 UMBRELLA execution of that contract or agreement by such insured. 2. Reimbursement of any amount recovered will be made in the following order: a. First, to any person or organization (including us or the insured) who has paid any amount in excess of the applicable limit of insurance; b. Next, to us; and c. Then, to any person or organization (including the insured and with respect to Coverage A, the "underlying insurer") that is entitled to claim the remainder, if any. 3. Expenses incurred in the process of recovery will be divided among all persons or organizations receiving amounts recovered according to the ratio of their respective recoveries. U. TRANSFER OF YOUR RIGHTS AND DUTIES UNDER THIS INSURANCE 1. Your rights and duties under this insurance may not be transferred without our written consent except in the case of death of an individual Named Insured. 2. If you die, your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. V. UNINTENTIONAL OMISSION OR ERROR The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not prejudice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. W. WHEN LOSS IS PAYABLE If we are liable under this insurance, we will pay for injury, damage or loss after: 1. The insured's liability is established by: SECTION VI — DEFINITIONS A. With respect to all coverages of this insurance: 1. "Applicable underlying limit" means the sum of: a. The applicable limit of insurance stated for the policies of "underlying insurance" in the Schedule Of Underlying Insurance subject to the provisions in Paragraphs 4.a.(1), (2) and (3) of COVERAGE A — EXCESS FOLLOW -FORM LIABILITY of SECTION I — COVERAGES; and b. The applicable limit of insurance of any "other insurance" that applies. The limits of insurance in any policy of "underlying insurance" will apply even if: a. The "underlying insurer" claims the insured failed to comply with any term or condition of the policy; or b. The "underlying insurer" becomes bankrupt or insolvent. 2. "Auto hazard" means all "bodily injury" and "property damage" to which liability insurance afforded under an auto policy of "underlying insurance" would apply but for the exhaustion of its applicable limits of insurance. 3. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMs, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 4. "Event" means an "occurrence", offense, accident, act, error, omission, wrongful act or loss. S. "Extended reporting period" means any period of time, starting with the end of the policy period of your claims -made insurance, during which claims or "suits" may be first made, brought or reported for that insurance. 6. "Medical expenses" means expenses to which any Medical Payments section of any policy of Commercial General Liability "underlying insurance" applies. a. A court decision; or 7. "Other insurance" means insurance, or the b. A written agreement between the claimant, funding of losses, that is provided by, through or on behalf of: the insured, any "underlying insurer" and us; and a. Another insurance company; 2. The amount of the "applicable underlying limit" b. Us or any of our affiliated insurance or "self -insured retention" is paid by or on companies; behalf of the insured. c. Any risk retention group; Page 16 of 22 © 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 INLAND MARINE IM 83 57 02 20 This endorsement changes the Inland Marine Coverage -- PLEASE READ THIS CAREFULLY -- BLANKET LOSS PAYEE ENDORSEMENT This endorsement modifies insurance provided under the following: INLAND MARINE COVERAGE PART Loss Payees are added for Covered Property as their interest(s) may appear in a written contract or written agreement, prior to a loss, but only to the extent of their financial interest in the Covered Property. IM 83 57 02 20 Includes copyrighted material of American Association of Page 1 of 1 Insurance Services, Inc. with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 06-2014) Texas Waiver of Our Right to Recover From Others Endorsement This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization: ( X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: 3. Premium: The premium charge for this endorsement shall be 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: 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 12/17/2024 Policy No. WC 40002260002 Endorsement No. Insured Fort Worth Civil Constructors, LLC Premium: Insurance Company Amerisure Mutual Insurance Company Countersigned by WC420304B (Ed. 06-2014) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION OR NONRENEWAL - THIRD PARTY This endorsement modifies insurance provided under the following: WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Subject to the cancellation provisions of the Policy to which this endorsement is attached, we will not: 1.Cancel; or 2.Nonrenew this Policy, except for nonpayment of premium, until we provide at least 30 days written notice of such cancellation or nonrenewal. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation or nonrenewal to the person or organization named in the Schedule is intended as a courtesy only. Our failure to provide such notification will not: 1.Extend any Policy cancellation date; 2.Negate the cancellation as to any insured or any certificate holder; 3.Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4.Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Policy. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance The address shown for that person or organization in that issued for you, provided that certificate: certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy WC 99 06 45 (07 14) for a project. Design Professional also includes any person or entity for whom the Insured is legally responsible and who is performing the services of a Design Professional. K. Design Professional's Insurance means all available professional liability insurance policies insuring any Design Professional, or any Design Professional's subconsultant, or any person or entity for whom the Design Professional is legally responsible. L. Insured means: the Named Insured; or 2. any fully owned subsidiary corporations or subsidiary limited liability companies of the Named Insured, of any tier, in the past, as now constituted or hereafter constituted; or 3. any present or former partner, director, officer, manager, member, shareholder, principal, trustee, or employee of the Named Insured solely while acting on behalf of the Named Insured; or 4. any Insured with regard to its participation in a legal entity, including a joint venture or limited liability company, but solely for the Named Insured's legal liability arising out of the performance of Professional Services or Contractor Activities under the respective legal entity, joint venture, or limited liability company. Such legal entity itself, the joint venture itself, the limited liability company itself, or any other entity other than an Insured that is part of either the legal entity, joint venture, or limited liability company are not Insureds; or 5. with regard to Coverage C - Contractor's Pollution Liability only, any client of the Named Insured, or any entity or person, that the Named Insured is obligated to name as an additional insured on this Policy in a written contract, agreement, or permit, executed prior to when the Claim was first made, and solely as respects covered Pollution Loss caused by the Named Insured's Contractor Activities; or 6. any entity which is specifically identified as an Insured in the Declarations or by endorsement to this Policy; or 7. the estate, heirs, executors, shareholders, administrators or legal representatives of an Insured in the event of such Insured's death, incapacity, or bankruptcy, or the spouse or legal domestic partner of any Insured, but only to the extent such Insured would otherwise be provided coverage under this Policy while acting solely on behalf of the Named Insured; or 8. any prior entity that has been reported to the Insurer prior to when the Claim was first made and whose assets, partners, principals, or shareholders were acquired by the Named Insured, and for which the Named Insured is required to provide liability insurance under a written contract or agreement executed before the Claim was first made; or Page 18 Manuscript CP3 STAG ©, 2016, XL America, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP21270820002 Policy Expiration Date 12/17/2025 Named Insured FORT WORTH CIVIL CONSTRUCTORS, LLC Agency Number 0775275 Date 12/17/2024 Agency TUCKER AGENCY, LTD Policy Effective Date 12/17/2024 Account Number Issuing Company AMERISURE MUTUAL INSURANCE COMPANY A. SECTION II -WHO IS AN INSURED is amended to add as an additional insured: 1. Any person or organization with whom you have agreed in a "written agreement" that such person or organization be added as an additional insured on this policy, and any other person or organization you are required to add as an additional insured under such "written agreement'. 2. If "your work" began under a written letter of intent or written work order, any person or organization who issued the written letter of intent or written work order, but: a. such coverage will apply only for 30 calendar days following the date the written letter of intent or written work order was issued; and b. the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the written letter of intent or written work order. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. For the purposes of the coverage provided by this endorsement, a "written agreement' means a written contract or written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. The insurance provided by this endorsement does not apply to any person or organization that is specifically listed as an additional insured on another endorsement attached to this policy. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 1 of 3 B. The coverage provided to any person or organization added as an additional insured pursuant to Paragraph A.1 is limited as follows: 1. If the "written agreement" specifically and exclusively requires you to name the person or organization as an additional insured using the ISO CG 20 10 endorsement with edition dates of 11 85 or 10 01, or the ISO CG 20 37 10 01 endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" for that insured by or for you. 2. If the "written agreement" requires you to name the person or organization as an additional insured using the ISO CG 20 10 and or CG 20 37 endorsements without specifically and exclusively requiring the 11 85 or 10 01 edition dates, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf. 3. If the "written agreement" requires you to name the person or organization as an additional insured for operations arising out of your work and does not specify an ISO additional insured endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of your acts or omissions, or the acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the sole negligence of the additional insured unless specifically required in the "written agreement". 4. If none of the above paragraphs apply, then the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. However, the insurance afforded to such additional insured only applies to the extent permitted by law. C. The insurance provided to an additional insured under this endorsement does not apply to: 1. "Bodily injury" or "property damage" included in the "products -completed operations hazard" unless the "written agreement" specifically requires such coverage (including by specifically requiring the CG 20 10 11 85). To the extent the "written agreement" requires such coverage for a specified amount of time, the coverage provided by this endorsement is limited to the amount of time required for such coverage by the "written agreement". 2. "Bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: a. The preparing, approving, or failing to prepare or approve: (1) Maps; (2) Drawings; (3) Opinions; (4) Reports; (5) Surveys; (6) Change orders; CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 2 of 3 (7) Design specifications; and b. Supervisory, inspection, or engineering services. D. The limits of insurance that apply to the additional insured are the least of those specified in the "written agreement" or declarations of this policy. Coverage provided by this endorsement for any additional insured shall not increase the applicable Limits of Insurance shown in the Declarations. The limits of insurance that apply to the additional insured are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. E. With respect to the coverage provided by this endorsement, SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self -insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if the "written agreement" requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 3 of 3 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: CPP21270820002 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 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 REQUIRED BY WRITTEN CONTRACT OR CERTIFICATE OF INSURANCE 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. NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE -THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 30 days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the Schedule is intended as a courtesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL70660714 UMBRELLA 3. When we have the duty to defend, we may, at our discretion, investigate and settle any claim or "suit". In all other cases, we may, at our discretion, participate in the investigation, defense and settlement of any claim or "suit" for damages to which this insurance may apply. If we exercise such right to participate, all expenses we incur in doing so will not reduce the applicable limits of insurance. 4. Our duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements, or defense expenses if such expenses are within the limits of insurance of this policy. 5. We will pay, with respect to a claim we investigate or settle, or "suit" against an insured we defend: a. All expenses we incur. b. The cost of: (1) Bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which this insurance applies; or (2) Appeal bonds and bonds to release attachments; but only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. c. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of such claim or "suit", including actual loss of earnings up to $1,000 a day because of time off from work. d. All court costs taxed against the insured in the "suit". However, these payments do not include attorneys' fees or attorneys' expenses taxed against the insured. e. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. f. All interest that accrues on the full amount of any judgment after entry of the judgment and before we have paid, offered to pay or deposited in court the part of the judgment that is within the applicable limit of insurance. If we do not pay part of the judgment for any reason other than it is more than the applicable limit of insurance, we will not pay any interest that accrues on that portion of the judgment. With respect to a claim we investigate or settle, or "suit" against an insured we defend under COVERAGE A — EXCESS FOLLOW - FORM LIABILITY, these payments will not reduce the applicable limits of insurance, but only if the applicable "underlying insurance" provides for such payments in addition to its limits of insurance. With respect to a claim we investigate or settle, or "suit" against an insured we defend under COVERAGE B — UMBRELLA LIABILITY, these payments will not reduce the applicable limits of insurance. SECTION II —WHO IS AN INSURED A. COVERAGE A — EXCESS FOLLOW -FORM LIABILITY With respect to Coverage A, the following persons and organizations qualify as insureds: 1. The Named Insured shown in the Declarations; and 2. Any other person or organization qualifying as an insured in the "underlying insurance". If you have agreed to provide insurance for that person or organization in a written contract or agreement: a. The limits of insurance afforded to such person or organization will be: (1) The amount by which the minimum limits of insurance you agreed to provide such person or organization in that written contract or agreement exceed the total limits of insurance of all applicable "underlying insurance"; or (2) The limits of insurance of this policy; whichever is less; and b. Coverage under this policy does not apply to such person or organization if the minimum limits of insurance you agreed to provide such person or organization in that written contract or agreement are wholly within the total limits of insurance of all available applicable "underlying insurance". B. COVERAGE B — UMBRELLA LIABILITY With respect to Coverage B: 1. The Named Insured shown in the Declarations is an insured. 2. If you are: a. An individual, your spouse is also an insured, but only with respect to the conduct of a business of which you are the sole owner. Page 4 of 22 © 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 UMBRELLA 3. 4. d. That Extended Reporting Period endorsement is issued by us and made a part of this policy. Any Extended Reporting Period endorsement for this insurance will not reinstate or increase the Limits of Insurance or extend the policy period. Except with respect to any provisions to the contrary contained in Paragraphs 1., 2. or 3. above, all provisions of any option to purchase an "extended reporting period" granted to you in the "underlying insurance" apply to this insurance. J. INSPECTIONS AND SURVEYS 1 2. We have the right but are not obligated to: a. Make inspections and surveys at any time; b. Give you reports on the conditions we find; and c. Recommend changes. Any inspections, surveys, reports or recommendations relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. We do not warrant that conditions: a. Are safe or healthful; or b. Comply with laws, regulations, codes or standards. K. LEGAL ACTION AGAINST US 1. No person or organization has a right under this insurance: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this insurance unless all of its terms have been fully complied with. 2. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured. We will not be liable for damages that: a. Are not payable under the terms of this insurance; or b. Are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. L. MAINTENANCE OF UNDERLYING INSURANCE the full policy period of this Excess Follow - Form And Umbrella Liability Insurance. This provision does not apply to the reduction or exhaustion of the aggregate limit or limits of such "underlying insurance" solely by payments as permitted in Paragraphs 4.a.(1), (2) and (3) of COVERAGE A — EXCESS FOLLOW -FORM LIABILITY of SECTION I — COVERAGES. As such policies expire, you will renew them at limits and with coverage at least equal to the expiring limits of insurance. If you fail to comply with the above requirements, Coverage A is not invalidated. However, in the event of a loss, we will pay only to the extent that we would have paid had you complied with the above requirements. 2. The first Named Insured shown in the Declarations must give us written notice of any change in the "underlying insurance" as respects: a. Coverage; b. Limits of insurance; c. Termination of any coverage; or d. Exhaustion of aggregate limits. 3. If you are unable to recover from any "underlying insurer" because you fail to comply with any term or condition of the "underlying insurance", Coverage A is not invalidated. However, we will pay for any loss only to the extent that we would have paid had you complied with that term or condition in that "underlying insurance". M. OTHER INSURANCE This insurance is excess over any valid and collectible "other insurance" whether such "other insurance" is stated to be primary, contributing, excess, contingent or otherwise. This provision does not apply to a policy bought specifically to apply as excess of this insurance. However, if you specifically agree in a written contract or agreement that the insurance provided to any person or organization that qualifies as an insured under this insurance must apply on a primary basis, or a primary and non-contributory basis, then insurance provided under Coverage A is subject to the following provisions: 1. The insurance afforded by each policy of "underlying insurance" will be maintained for Page 14 of 22 © 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 UMBRELLA 1. 2. This insurance will apply before any "other insurance" that is available to such additional insured which covers that person or organization as a named insured, and we will not share with that "other insurance", provided that the injury or damage for which coverage is sought is caused by an "event" that takes place or is committed subsequent to the signing of that contract or agreement by you. This insurance is still excess over any valid and collectible "other insurance", whether primary, excess, contingent or otherwise, which covers that person or organization as an additional insured or as any other insured that does not qualify as a named insured. N. PREMIUM 1. The first Named Insured shown in the Declarations is responsible for the payment of all premiums and will be the payee for any return premiums. 2. If the premium is a flat charge, it is not subject to adjustment except as provided in Paragraph 4. below. 3. If the premium is other than a flat charge, it is an advance premium only. The earned premium will be computed at the end of the policy period, or at the end of each year of the policy period if the policy period is two years or longer, at the rate shown in the Declarations, subject to the Minimum Premium. 4. Additional premium may become payable when coverage is provided for additional insureds under the provisions of SECTION II — WHO IS AN INSURED. O. PREMIUM AUDIT provide insurance in such country or jurisdiction; or b. The furnishing of certificates or other evidence of insurance in any country or jurisdiction in which we are not licensed to provide insurance. Q. PROHIBITED COVERAGE — TRADE OR ECONOMIC SANCTIONS We will provide coverage for any loss, or otherwise will provide any benefit, only to the extent that providing such coverage or benefit does not expose us or any of our affiliated or parent companies to: 1. Any trade or economic sanction under any law or regulation of the United States of America; or 2. Any other applicable trade or economic sanction, prohibition or restriction. R. REPRESENTATIONS By accepting this insurance, you agree: 1. The statements in the Declarations and any subsequent notice relating to "underlying insurance" are accurate and complete; 2. Those statements are based upon representations you made to us; and 3. We have issued this insurance in reliance upon your representations. S. SEPARATION OF INSUREDS Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this policy to the first Named Insured shown in the Declarations, this insurance applies: 1. As if each Named Insured were the only Named Insured; and The premium for this policy is the amount stated in 2. Separately to each insured against whom Item S. of the Declarations. The premium is a flat claim is made or "suit" is brought. charge unless it is specified in the Declarations as T. WAIVER OR TRANSFER OF RIGHTS OF adjustable. RECOVERY AGAINST OTHERS TO US P. PROHIBITED COVERAGE — UNLICENSED INSURANCE 1. With respect to loss sustained by any insured in a country or jurisdiction in which we are not licensed to provide this insurance, this insurance does not apply to the extent that insuring such loss would violate the laws or regulations of such country or jurisdiction. 2. We do not assume responsibility for: a. The payment of any fine, fee, penalty or other charge that may be imposed on any person or organization in any country or jurisdiction because we are not licensed to 1. If the insured has rights to recover all or part of any payment we have made under this insurance, those rights are transferred to us and the insured must do nothing after loss to impair them. At our request, the insured will bring suit or transfer those rights to us and help us, and with respect to Coverage A, the "underlying insurer", enforce them. If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against that person or organization, but only for payments we make because of an "event" that takes place or is committed subsequent to the EU 00 01 07 16 © 2016 The Travelers Indemnity Company. All rights reserved. Page 15 of 22 UMBRELLA execution of that contract or agreement by such insured. 2. Reimbursement of any amount recovered will be made in the following order: a. First, to any person or organization (including us or the insured) who has paid any amount in excess of the applicable limit of insurance; b. Next, to us; and c. Then, to any person or organization (including the insured and with respect to Coverage A, the "underlying insurer") that is entitled to claim the remainder, if any. 3. Expenses incurred in the process of recovery will be divided among all persons or organizations receiving amounts recovered according to the ratio of their respective recoveries. U. TRANSFER OF YOUR RIGHTS AND DUTIES UNDER THIS INSURANCE 1. Your rights and duties under this insurance may not be transferred without our written consent except in the case of death of an individual Named Insured. 2. If you die, your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. V. UNINTENTIONAL OMISSION OR ERROR The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not prejudice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. W. WHEN LOSS IS PAYABLE If we are liable under this insurance, we will pay for injury, damage or loss after: 1. The insured's liability is established by: a. A court decision; or b. A written agreement between the claimant, the insured, any "underlying insurer" and us; and SECTION VI — DEFINITIONS A. With respect to all coverages of this insurance: 1. "Applicable underlying limit" means the sum of: a. The applicable limit of insurance stated for the policies of "underlying insurance" in the Schedule Of Underlying Insurance subject to the provisions in Paragraphs 4.a.(1), (2) and (3) of COVERAGE A — EXCESS FOLLOW -FORM LIABILITY of SECTION I — COVERAGES; and b. The applicable limit of insurance of any "other insurance" that applies. The limits of insurance in any policy of "underlying insurance" will apply even if: a. The "underlying insurer" claims the insured failed to comply with any term or condition of the policy; or b. The "underlying insurer" becomes bankrupt or insolvent. 2. "Auto hazard" means all "bodily injury" and "property damage" to which liability insurance afforded under an auto policy of "underlying insurance" would apply but for the exhaustion of its applicable limits of insurance. 3. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMs, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 4. "Event" means an "occurrence", offense, accident, act, error, omission, wrongful act or loss. S. "Extended reporting period" means any period of time, starting with the end of the policy period of your claims -made insurance, during which claims or "suits" may be first made, brought or reported for that insurance. 6. "Medical expenses" means expenses to which any Medical Payments section of any policy of Commercial General Liability "underlying insurance" applies. 7. "Other insurance" means insurance, or the funding of losses, that is provided by, through or on behalf of: a. Another insurance company; 2. The amount of the "applicable underlying limit" b. Us or any of our affiliated insurance or "self -insured retention" is paid by or on companies; behalf of the insured. c. Any risk retention group; Page 16 of 22 © 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 INLAND MARINE IM 83 57 02 20 This endorsement changes the Inland Marine Coverage -- PLEASE READ THIS CAREFULLY -- BLANKET LOSS PAYEE ENDORSEMENT This endorsement modifies insurance provided under the following: INLAND MARINE COVERAGE PART Loss Payees are added for Covered Property as their interest(s) may appear in a written contract or written agreement, prior to a loss, but only to the extent of their financial interest in the Covered Property. IM 83 57 02 20 Includes copyrighted material of American Association of Page 1 of 1 Insurance Services, Inc. with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 06-2014) Texas Waiver of Our Right to Recover From Others Endorsement This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization: ( X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations: Premium: The premium charge for this endorsement shall be 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: 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 12/17/2024 Policy No. WC 40002260002 Endorsement No. Insured Fort Worth Civil Constructors, LLC Premium: Insurance Company Amerisure Mutual Insurance Company Countersigned by WC420304B (Ed. 06-2014) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION OR NONRENEWAL - THIRD PARTY This endorsement modifies insurance provided under the following: WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Subject to the cancellation provisions of the Policy to which this endorsement is attached, we will not: 1.Cancel; or 2.Nonrenew this Policy, except for nonpayment of premium, until we provide at least 30 days written notice of such cancellation or nonrenewal. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation or nonrenewal to the person or organization named in the Schedule is intended as a courtesy only. Our failure to provide such notification will not: 1.Extend any Policy cancellation date; 2.Negate the cancellation as to any insured or any certificate holder; 3.Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4.Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Policy. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance The address shown for that person or organization in that issued for you, provided that certificate: certificate of insurance 1. Refers to this policy, 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy WC 99 06 45 (07 14) for a project. Design Professional also includes any person or entity for whom the Insured is legally responsible and who is performing the services of a Design Professional. K. Design Professional's Insurance means all available professional liability insurance policies insuring any Design Professional, or any Design Professional's subconsultant, or any person or entity for whom the Design Professional is legally responsible. L. Insured means: 1. the Named Insured; or 2. any fully owned subsidiary corporations or subsidiary limited liability companies of the Named Insured, of any tier, in the past, as now constituted or hereafter constituted; or 3. any present or former partner, director, officer, manager, member, shareholder, principal, trustee, or employee of the Named Insured solely while acting on behalf of the Named Insured; or 4. any Insured with regard to its participation in a legal entity, including a joint venture or limited liability company, but solely for the Named Insured's legal liability arising out of the performance of Professional Services or Contractor Activities under the respective legal entity, joint venture, or limited liability company. Such legal entity itself, the joint venture itself, the limited liability company itself, or any other entity other than an Insured that is part of either the legal entity, joint venture, or limited liability company are not Insureds; or 5. with regard to Coverage C - Contractor's Pollution Liability only, any client of the Named Insured, or any entity or person, that the Named Insured is obligated to name as an additional insured on this Policy in a written contract, agreement, or permit, executed prior to when the Claim was first made, and solely as respects covered Pollution Loss caused by the Named Insured's Contractor Activities; or 6. any entity which is specifically identified as an Insured in the Declarations or by endorsement to this Policy; or 7. the estate, heirs, executors, shareholders, administrators or legal representatives of an Insured in the event of such Insured's death, incapacity, or bankruptcy, or the spouse or legal domestic partner of any Insured, but only to the extent such Insured would otherwise be provided coverage under this Policy while acting solely on behalf of the Named Insured; or 8. any prior entity that has been reported to the Insurer prior to when the Claim was first made and whose assets, partners, principals, or shareholders were acquired by the Named Insured, and for which the Named Insured is required to provide liability insurance under a written contract or agreement executed before the Claim was first made; or Page 18 Manuscript CP3 STAG ©, 2016, XL America, Inc. BOND No. SPA] 50320_009 0062 13- 1 PERFORMANCE BOND Pagel of 3 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Fort Worth Civil Constructors, LLC known as SiriusPoint America Insurance Company and Pennsylvania 9 "Principal" herein and Insurance Comnanv a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Sable 12 Development, authorized to do business in Texas ("Developer") and the City of Fort Worth, a 13 Texas municipal corporation ("City"), in the penal sum of, Nine million two hundred eighty nine thousand two 14 hundred fort; two and No/100-------------------------------- Dollars ($ 9,289,242.00 1, 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 16 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 18 and severally, firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA22-0189 ;and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 23 the b� day of ►l" P kC.l1 , 204S, which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 25 and other accessories defined by law, in the prosecution of the Work, including any Change 26 Orders, as provided for in said Contract designated as Northstar Regional Lift Station. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and 29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Northstar Regional Lift Station STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project Number 105187 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 3 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 1CM day of 9 *k0, wa, a 20`JS . 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 ATTEST: (Principal) Secretary Witness as to Principal Witness as to Surety PRINCIPAL: Fort Worth Civil Constructors. LLC BY: M - V Q Signature �( UST\N KLu,,Anxjr, 1,9ke-SIOEN i Name and Title Address: 4860 Mark IV Parkway Fort Worth. TX 76106 SURETY: SiriusPoint America Insurance Company and Pennsvlvania Insurance Co pa v BY• Signatut Tracy Tucker, Attorney -in -Fact Name and Title Address: 2821 W. 7th Street #500 Fort Worth, TX 76107 Telephone Number: 817/336-8520 *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. CITY OF FORT WORTH Northstar Regional Lift Station STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project Number 105187 Revised January 31, 2012 006213-3 PERFORMANCE BOND Page 3 of 3 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Northstar Regional Lift Station STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project Number 105187 Revised January 31, 2012 BOND No. SPA] 50320_009 0062 14- 1 PAYMENT BOND Page 1 of 3 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Fort Worth Civil Constructors, LLC known as 9 "Principal" herein, and SiriusPoint America Insurance Company and Pennsylvania Insurance Company a 10 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 11 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the 12 Developer, Sable Development, authorized to do business in Texas "(Developer"), and the City of 13 Fort Worth, a Texas municipal corporation ("City"), in the penal sum 14 Of Nine million two hundred eighty nine thousand two hundred Dollars ($ 9,289,242.00 ), forty two and no/100 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 16 payment of which sum well and truly be made jointly unto the Developer and the City as dual 17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 18 and severally, firmly by these presents: 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth, by and through a Community 21 Facilities Agreement, CFA Number CFA22-0189 ;and 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the a0' day of tAARCH , 20-,�,S , which Contract is hereby 24 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 26 Work as provided for in said Contract and designated as Northstar Regional Lift Station .and 27 Force Main. 28 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 29 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 30 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 31 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 32 force and effect. CITY OF FORT WORTH Northstar Regional Lift Station .and Force Main STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105187 Revised January 31, 2012 1 2 3 4 5 0062 14 - 2 PAYMENT BOND Page 2 of 3 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 th4V0 day of 6 i`kwz CN aLM5 . 7 8 9 10 11 12 13 14 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary A*944�14w� Witness as to Surety PRINCIPAL: Fort Worth Civil Constructors, LLC BY: WC ,0. k--- Signature ��STIN �i...D►►�Ig1avGli,P�.s1�ENT' Name and Title Address: 4860 Mark IV Parkway Fort Worth, TX 76106 SURETY: SiriusPoint America Insurance Company and Pennsylvania Insurance Company B 2 Ignature Tracy Tucker, Attorney -in -Fact Address: Tucker Agency, Ltd. 2821 W. 7th Street #500 Fort Worth, TX 76107 Telephone Number: 817/336-8520 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Northstar Regional Lift Station .and Force Main STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105187 Revised January 31, 2012 006214-3 PAYMENTBOND Page 3 of 3 CITY OF FORT WORTH Northstar Regional Lift Station .and Force Main STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105187 Revised January 31, 2012 BOND No. SPA 150320 009 0061 19 - 1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Fort Worth Civil Constructors, LLC , known as 8 "Principal" herein and SiriusPoint America Insurance Company and Pennsylvania Insurance Company , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Sable 11 Development, authorized to do business in Texas ("Developer") and the City ofFort Worth, a 12 Texas municipal corporation ("City"), in the sum 13 of Nine million two hundred eighty nine thousand two hundred forty two Dollars ($ 9,289,242.00 and no/100 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made unto the Developer and the City as dual obliges , we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 19 WHEREAS, Developer and City have entered into a certain Agreement for the 20 construction of community facilities in the City of Fort Worth and through a Community 21 Facilities Agreement, CFA Number: CFA22-0189; and 22 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the day of K mi c- l , 20 ZIS , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said contract and designated as Northstar Regional Lift Station; 29 and 30 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of two (2) years 34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Northstar Regional Lift Station STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No.: 105187 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 BOND No. SPA 150320_009 0061 19-2 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 City of the need therefor 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 City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Northstar Regional Lift Station City Project No.: 105187 BOND No. SPA 150320009 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the WU day of 3 MNDLKA , 20�05 . 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 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: Fort Worth Civil Constructors, LLC BY: ) Signature I / Q� cm 'Q 1_L1 Me AU PQMS i !DPNT Name and Title Address: 4860 Mark IV Parkwav Fort Worth TX 76106 SURETY: SiriusPoint America Insurance Company Companyand PennsvIvania Insurance P . - _<iF� Signatur Tracy Tucker, Attorney -in -Fact Address: Tucker ARencv. Ltd 2821 W. 7th Street #500 Fort Worth, TX 76107 Telephone Number: 817/336-8520 *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 Northstar Regional Lift Station STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No.: 105187 Revised January 31, 2012 DUAL OBLIGEE RIDER To be attached to and form a part of contract bond number SPA150320 009 issued by the SiriusPoint America Insurance Companv and Pennsvlvania Insurance Companv on behalf of Fort Worth Civil Constructors, LLC in the amount of Nine million two hundred eighty nine thousand two hundred fortv two and no/100 ($9,289,242.00) and datedMoxaµ U a.02,5 in favor of Sable Development. In consideration of the sum of One Dollar ($1.00), and other good and valuable consideration receipt of which is hereby acknowledged, the Undersigned herby agree as follows: 1. City of Fort Worth, Texas is hereby added to said bond as an additional obligee. 2. The Surety shall not be liable under this bond to the Obligee, or either of them unless the said Obligees, or either of them, shall make payments to the Principal strictly in accordance with the terms of the said contract as to payments, and shall perform all other obligations to be performed under said contract at the time and in the manner therein set forth. 3. No suit, action or proceeding by reason of any default whatever shall be brought on this bond after two (2) years and one (1) month from the day on which the final payment under said construction contract falls due. 4. Aggregate liability of Surety hereunder to Obligees is limited to the penal sum above stated and Surety, upon making payment hereunder, shall be subrogated to, and shall be entitled to an assignment of all rights of the payee with respect to the particular obligation discharged by the payment, either against principal or against any other party liable to the payee on the discharged obligation. Signed, sealed and dated this day of MAzL" Fort Worth Civil Constructors, LLC. Principal �sr► ns �,c,w.p��G t{� PR,a Fes' 201 c; . SiriusPoint America Insurance Companv and Pennsvlvania Insurance Companv Surety Tracy Tuckei, Attorney -in -Fact POWER OF ATTORNEY TUCFTWOI_0823 SIRIUSPOINT AMERICA INSURANCE COMPANY NEW YORK KNOW ALL MEN BY THESE PRESENTS: That SiriusPoint America Insurance Company (the "Company"), a New York corporation, having its principal office in the City of New York, pursuant to the following Resolution, which was adopted on August 27,2024 by Unanimous Written Consent of the Board of the Directors of the Company, to wit: RESOLVED, that the President, Senior Vice President, Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorized to execute Powers of Attorney appointing as attomeys-in-fact selected employees of certain surety companies who shall have the power for and on behalf of the Company to execute and affix the seal of the Company to surety contracts as co -surety. Does hereby nominate, constitute and appoint: Bennett Brown, Kevin J Dunn, Roberta H. Erb, Steven Tucker, Tracy Tucker, Doulass A Reed Its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) and to bind the Company thereby as fully and to the same extent as of same were signed by the duly authorized officers of the Company, provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of- $62,687,000 single bond limit All acts of said attomeys-in-fact pursuant to the authorities herein given are hereby ratified and confirmed. The President, Senior Vice President, Chief Financial Officer, Secretary or Assistant Secretary may from time to time and at any time remove such appointee and remove the power given to him or her. The execution of such bonds or undertakings in pursuance of these presents, within one year of the date of these present, shall be binding under said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in New York, New York, in their own proper persons. IN WITNESS WHEREOF, SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be signed by its President this tenth day of October, 2024. ,,,,,,,,��� ' CA WSU, SiriusPoint America Insurance Company SEAL � 1•9794�.�a State of New York '��% `.Y ..• Pa 1 Mihulka County of New York �' �5,,,,,,,,,,,uPresident On this tenth day of October 2024, before me a Notary Public of the State of New York, in and for the County of New York, duly commissioned and qualified, came Paul Mihulka, President, of SiriusPoint America Insurance Company, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal. F:(Qj'u8IifieWd usAN I+ixocic blic - State of New York . 01 H16444797 in Richmond County sion Expires Dec 5, ZOZ6 STATE OF New York COUNTY OF New York '9'.j s4 U,� Notary Public My Commission expires IOC• g 0)6a6 I, Paul Mihulka, President of SiriusPoint America Insurance Company, a New York corporation, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney, is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the day of "Cp INs"''-,,, SEAL ' �_ 1979 = Paul Mihulka 4- y President ,20 California Insurance Company • Continental Indemnity Company • Illinois Insurance Company • Pennsylvania Insurance Company 10805 Old A4ill Roar/ • Omaha, Nebraska 68154 POWER OF ATTORNEY NO. TUCFTWOI 0823 KNOW ALL MEN BY THESE PRESENTS: That the California Insurance Company, duly organized and existing under the laws of the State of California and having its principal office in the County of San Mateo, California, and Continental Indemnity Company, I IIinois Insurance Company and Pennsylvania Insurance Company, corporations duly organized and existing under the laws of the State of New Mexico and having their principal office in the County of Santa Fe, New Mexico does herby nominate, constitute and appoint: Bennett Brown, Kevin J Dunn, Roberta H. Erb, Steven Tucker, Tracy Tucker, Douglass A Reed Its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: "Unlimited" This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company. "RESOLVED, That the President, Senior Vice President, Vice President, Assisted Vice President, Secretary, Treasurer and each of them hereby isauthorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney of the Company, qualifying the attorney or attorneys named in given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, all bond undertakings and contracts ofsuretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officer the 16th day of August2023. California Insurance Company, Continental Indemnity Company, Illinois Insurance tpany, Pennsylvania Insurance Company ByY v VJeffrey A. Silver, Secretary STATE OF NEBRASKA COUNTY OF DOUGLAS SS: On this 16thdayofAugust.A.D.2023, before mca Notary Public of the State of Nebraska, inand for the County of Douglas, duly commissioned and qualified, came THE ABOVE OFFICER OF THE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly swom, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Dgtgtas, the duy and yclir fir st above written. (j GENERAL NOTARY - State of Nebraska x <-:�— �• LINDA S. DAVIS (Notary Public) My Comm. Exp. September 1, 2027 I, the undersigned Officer of the California Insurance Company, a California Corporation of Foster City, California, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, New Mexico Corporations of Santa Fe, New Mexico, do herby certify that the original POWER OF ATTORNEY of which the foregoing is full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the day of 20 yb&�% Jeffrey A. Silver, Secretary IMPORTANT NOTICE -TEXAS This bond has been issued by one of the North American Casualty Group and/or SiriusPoint America Insurance Company insurance carriers listed below: Continental Indemnity Company Illinois Insurance Company Pennsylvania Insurance Company California Insurance Company SiriusPoint America Insurance Company To obtain information or make a complaint: You may call the insurance carrier's toll -free telephone number for information or to make a complaint at: (877) 234-4420 Please send all notices of claim on this bond to: Applied Surety Underwriters - Surety Claims 10805 Old Mill Road Omaha, NE 68154 Phone: (877) 234-4420 Fax: (877) 234-4425 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 at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:Hwww.tdi.state.tx.us E-mail: ConsumerProtection(a.tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Applied Surety Underwriters first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. AS-10010-NAC (05-2022) STANDARD CITE' CONDITIONS F THE; CONSTRUCTION CONTRACT T OR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Appedencies Equity Goal Special Instructions to Bidders FORT WORTHa City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: Business Equity Goal: 16.79 % It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number is 16.79%. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, 16.79% of the Bidder's awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City's current Business Equitv Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfv one (1) of the conditions below. A. Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equitv Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a. Utilization Plan b. Letter(s) of Intent B. Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1) Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Eauitv Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a. Utilization Plan b. Letter(s) of Intent c. Good Faith Effort 2) Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equitv Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance &20-370 (a). page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for the public opening of bids. Faxed copies will not be accepted. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer. A Business Equity Prime Contractor can count its self -performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer. If the Business Equity Prime cannot self -perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the "Significant Business Presence" definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. C. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non -Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women -owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non -Business Equity Firms in the Marketplace determined ona Contract -by -Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council -SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described inthe Business Equity Ordinance §20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance �20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division Email: DVIN—BE@fortworthtexas.gov I Phone: 817-392-2674 TPW Standard. 7roduct List: CITY OF FORT WORTH TRANSPORTATIONIPUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 091Z312024 1 Cmaxm 1 Cli-A(Sid Ak. ADA R.ma, Drh--CurWGWi-Median Rv.mm93 19.9.24122 111111 Mbt Davm. �Am--Cmemte Cumpmv IIICAF029 19920L 0330W a MDeal, dm DIW11001043S 199^_V22 033UW Mix D.-Arras DIOODOW1055 is,242024 03301M1 111x D,viw Bk Town C-30205a1 19.92022 03 "'W Mix Dniw Bum. T- 3OU101AG 033000 hhx Doi. Bvm.T- 30US0BG 1417024 9"J ^_422 013000 Mix Daiw Cwdn Cmcrnc FWCC502001 9•2022 0330W Mix Di. C.kcr CmcrcW FWCC502021 IY.5.2022 03 30 W hTm Dcvim Chwk "s CmctUe 3759 19`i2022 0330W Mix Daiw ChmleS'sCmc,ek 4502 I"a622 03 30 d) Mix Daiw Chi holm T-I Red, Mi, C 13020AE 199:2022 03 30 Ma Dam, Cm' Co,uac Comlw,1 30HA2011 19N 2022 03 30 W hfix A 'm. Cmy Town Rati hhx 25}W Iv.92uZ 03 3000 Mi, Deem Cuw T-R,W, M" 25U 99.20'_-' 03 30 W M1Lx Dmw Cow Twa, Rcd. Mn 350 1292024 03MW Mix Daiw EsaWu ReuJV Mix R3050AEWR 992022 03-VW Mix Dusiw GCH Cmcmk Smicc. GCH4W0 9920_ 033OW Mix Doi. Hold. -SOK Ina 1261 9120L' 0330W Mi. Dc Hdaim-SOR Inc. 5177 %9.2V22 033000 hlix Daiw Holcim-Sf3R Nc 5409 9A2022 0330 VV Mi, Daiw h.ma.,Cmcrac&.4Pmrcwta 2MWR-147QW5D5 9.9.2022 033000 Mix Dwm In,mn Cmcrde&Am;kpma 2MWR-70323504 472.23 0330W M"D.i. L. uii SW.c C301D 9+12022 033000 Mix Donn Munn Muricno •R2136214 0912022 03 30 W Mix Da.w Mutm Madclu R2136014 4.1.2023 0330W hlix Doiµ. IM., M--R2136N 14 612023 93 31) W Ma Deity I,, 11-1 R2136R2(1 G•12073 033UW Mm Dcic. IM1iutm hf.ri- A2136N20 11.23022 3 30 W 033000 Mix Deity IMvniu M-"R'_.41I:24 5:4.2023 0330W Mix Daiw Mann, M.- IL' 1a.7.2023 03 30 00 Mix Owen Mwan Murkrm R2136K14 19's1.2022 033000 Mi. Daiw Ma,un M1lukna R21 1?14 199:2022 033000 Mn paw Mures M-1W R21'a2214 19.9.2022 03300 Mix Davin, M.- Moricm D9494SC 11U•42023 (1330W M,x Dww NBR R-d'Mix CLS A-YY 110•i.2023 0330W Mi. Doi. NBR R..d, Mi, CLS A -NY 17.142(123 03 30 W h5x 13.-m ; O,bum 30A50hLLt 11: 182023 03 3O W M1lix Ihuiw Avr`Id Red, Mix RRM502oA 11.242(L3 1992U22 03 30 W 0,1000 M. U j� M. Deity R. 'd RWi Mi, Rail -Mu RRM5525A 1OL1150J 19 033000 M. D... IRah-Mix IOJ11524 19.9,2022 0?3000 Mk Dww Redilb, VOJ11524 199,2022 031000 W, Dapm ISRM Cmaam 30050 1992022 033UW Mix Dorm ITo,rmiCmcrck FW5025A 1992VC 033(IW M. Lai w TenantCmcrck CPSMOA 0? 3U W Mix Daiw T,, i C.-TCFW5020A �10'IUCO22 9,9,2U21 033UW Ili, Daiix en Tamest C--C--FW5525A2 992U22 033U04 MDo,w Theo Reedy Mir 302DAE 992022 03 N W Mix Daum Tmc Grit Rcdi hlix 0250.' 0 992022 03 30 W Mix 13- Tmc Gil RWi Mi, 02502301 Clow C�(lu1-b. hI"W'd" , Juncdm Bo:es. Ibea.:mmt Bimld,.e. CoBvm, li^I,tr�(� Fum.datima3 9,9,2022 03i000 h4 Umim IAmedew C.- Comoros 140CNFD45 9.9.20.2 U33UW Ma Uoiw IAr.Oa DIOW(.W IOGi 992022 03 30 0" Ma Daiw Amos DIWWW1055 99^_V?' 0330W Mix Daiw, Atoms IB...T- DIWWD1615 9192022 033000 Mix Daiw Charkys C.- 4502 9,9:2022 03 30110 Mix D,y�;o 40U50DBG 992022 0330W Mu Damn Cow T-RWi hli 255.2 99^_422 03 30 W Mu Dawn Cow To vn Rath M.: 355 99,-12-' 03 30 W Min Daiw Core Tmw liati .1i. 255 19.9.2022 03 30 W W Daiw C-T- Rcdi Mix 27, 19s2nz2 U3 3U W Nix Dai-po C- T.- RWhf x 370 1992022 0330W hhx 13-Cm, T- Red.- 353 199,2(131- 03 30 W hfavw D Cm, T.-Rndi hhx 257 7'_022 13110 Mix Da '.m Cuw T- Ralf &IL, 357 19"2DZ 0330W Mix 13- -1011-1- I701 199.2022 0330W hfix Dmw Hd i.,-SOR. Inc. JH I. 9,9:2022 0330W Mn Daiw Holcw-SOP Nat 5409 272(.2.1 03 30 L.wiJ Stmc C361DNFA 199202, 0330 W MDcew u Minim Madam R2141230 3 1.4a U3 3"00 M. Doim, Mums M.rinta R214IR24 111.2 2023 0330 OU Mix Daiw M1tutm Mercm R2146R33 1176'm 033000 Mix DDa�aJewn u,tm Menem P2146103 9.9.2022 0 3U W Mix Munm Mmmm R2142233 992V22 0330W N Mix Dole. Martin Mvricnu R2136224 19.2023 03 30 W Mix Da.w IM1funm hhuicna R'_' W 1233 03 30 W hfix 13- Mani, Mm- R2 W 6038 I9.91200= &: 2023 0 -.w Mx Draw Minn, Mmcm R2146R35 19-11-202-3 U33UW Nfa Daiw. NBR Radv Mix CLS PI-YY `392022 03 30 W Ma Di w NBR Rmdv Mix TX C-YY 99^_tt= 03 mU0 hhx Daiw NBR Rod,'M. TXC-NY 1.:92023 03 30 W Mix Deity Rapid R d. M I.I8.2023 u3 30 W Mix 13- Rapid Radi Mix RRM6020AS5 99.2022 033ow Mix Dames Rad,-Mix IRRM5120A IRJ1524 99:2022 03 30 W Mix 0.vw I ,dim. 156:1524 12520.2 0310W Mcr Dad. Rcdi-Mn 10KI15C4 36M psi Cmcrck fm Sid -WI. & ADA R.mm 3000 psi Cwnwe fur si&wo0,s. c lb, 3000 psi Cmcrcte for 1.1- J-- Boxes. MwhW-Cbmmcl Linen, Sid a..Ik, Dri- Curb & G.- 30W uW Cmcdm for Cn.bx wd S.davalk, 3000 .g Cmcrcte hhx for Fl.hvo,k 3000m3 Cmcmta hhx for Sidewalk, 3000 mi fm Sidm-Wks. Dri,-Ramos,C lt,&Gutter, FI-k 3500 and emnae for Skcnelk, Dnmvevs, 11- C,,,b &Gunn 3WO,uiCmcrcm Mafor Sidewalks 3(.00 psi Cmcmk Mix fm Sid v 3000 psi Cmcrcte fuvrnava DCwb & Gunn 301.0 Dv C-Mi. for Bloch,.. Sid-.W,, Flunvod;- Pads 30V0/� Cm=ML, Sid-Wk, ADA Rumor, Dm'essry�Curb&G'a".SafetvEod Tnvemmts. Nm-T.<DGT Relmii,F WWI, 300Qosi Concrete Mrx fur Sidewalks. D.,--ADA R,mas Noo pP Cwadc Mix for Sid -A, Dmcwayz ADA Ramm 5 W Sm:1, 13.000 mo Cm- for SW-WL, Rmnm, kkt, end M..hda 40W psi Cmaae for for S.d„wlkx Ramm, Hc1-16'. h.I and Swm D..in Stm- 3000 Cmcrde Mixfor SOL-11, 30 psi Cmcmk M. for Sid-. 4000 mi Cmcrck Mar fix SW-Wk,, Inlets 3000 ma Cm- Mix to, Sid dlq ADA Rvmm 36Wps, Cmerck fm S,dmvdkz ADA R.mos 3.006 pa'C.n_ fur Sidewalk;, lsgJ)�oa��� and Drivewsys, 3.000 psi Cmcrcte for Sidew1 & ifamw a 3.00 0 om Cmcrck fm Sidewlks & Ramos 3.00 asks' i OW �1,mesa, for SW -AU 3000 n,i Cmaae Ior SW -Wks and Ramps 3.1W - Cmcrde far Sidcw'Wks wd Ramps 4,W0 mi Cmcrck for Jw,wm Boxes, Sides, Wks mW Ramm 5.00 acts' 3,5V0 rsl Cmaae for Sidewalks and ik-, 3,woo cme for sidewdL-, and romps 3.006 pw Cmcrcte la' Sidewaks & Ramm ?,WO pal Cmcmtcf rSkcwWb &. Aamm 3,W0 Psi Cm -for SWavalks& Ramm 5.00 Seals: 3,000 oei Cmeme fur Sid-.Iks & R `and Cu,b & Gutter 5,W S'sc"" 3,000 Pg Cm -for Sid-&,k & R.- and Cu,b & Gunn 5 SK 13,0110 - Cammk fro Sid-W6 30W oui Cmcrcte for Cuk. Guncr. Dmewave. Sidewak Res, 36Wmi Cmmete for VWlev C-Sid.idkx Appma<hes,, All- 6.00 Snki, 4.00017 Cmmdc Mix for &dmWks. Curl. & Goner, Sew- Mwhole, Inks. & lune0m Boxes 3000 ..i Cmcrck Mix f r Driveways, Side nikx ADA Rm.m 3W0 psi Cmcm,o Mix for Cud. & Guncr 3000 tam Cm- for Sidewalk., R.-1.1-Ju..O Bore,Th-Blink, Curb and Gutter, Dri,'asaly, B.nia Ramp 3000 psi Cmcrcte Mix for Cu,b & Gutter. Drivavays, SW-Ik,. ADA Ramps 30W pm Cmcrck Mix for Cu,b wd Gana 3W0 mi Cmcrcm for Sidewaks 3W4JJ si Cmaae Mix for Sid-W". Nw. ADpmxl,a..4DAR.mo- C.,b.wd Goner 3000..n Cmemte fro Sid-.1ks )V00.0 Cmcrck Mix fur Flah-l. Cud1 & Gunn, Mi-Sid-Wks, ADA Ramp, ?000 psi Cwo-M, for Cull, &Gunn, Ddrrnnsx Sid ... II& ADA P- 4000 psi Cm -for MwhWa & Utility Si"w" 36�kEmmL Blok- 30ou,rczo W&rcfw I.lela,JunmimBoxes, Mm,h.l- Channel Linen, SW-Ikx Da-- 3600 pd C- -fro W- Boxes, E.meemmt Blmkine .i, mi Cmcrck Mx fa' SidmdU. 131ock- 4000 tom Cmcrck Mix for So- Dmio S.uemrcs. Drivoa'm's, Scrwi. Wall, C.11- 3000 p.i Cmack Mix fro 1.1- Th.. 131-ki., C.... E.- 3 WO pm Cmcrek Mix For lolas. Tiw� Blockinr;. Cmaae Enwu,v 3500 pl Cmaae Mix for bI-L InI- Thma Blmkinc Cmcrck E-wt iW0 tom Cmaae Mix for Cuxttin-0Licc Box Culvcns SUUO Dd Cmnac Mtx for C.st-m-Piau Bux Clhais 3W09�C . Mix for Suk,v.ikz ADA RnmDoj�-. lhivewavz Cu,b& Gunn. S.&M&,d T,av-Nm-T..-DOT Remiuina W.16 3600 w. C.-ma fro VWlav Gutter, L,d,twk Fowdodms 3600 osi Cmaae Mi, fm Vnllec Gunem, liaMmk F-J.fi- 4000 v i Cmaetc Mix far SW,m Dmm Swcmra, Si- Sewvr M.I,Wo J-im Box 3WO tin Cmcrck Mu fro 131-kii. C.- Mix for Sidewalk.. I.I. 3.600 :' Cmaae fro RaWm wall, dd,-ewev, iu.coo. box amm, apmaxh 4AW JJa�yy' C'--. for Mmholo. loins & Hud,,Wlz `1.1,c Pad, 5-53Sacks,4.OW wi C.v,crar1'orJw.ctim Box BuxCulrrx S.d-11 wd Ramps. 6 0f Swb'4.W0 m. Cmcrde Mix f r C1P Sewn Mmhde 6.01&W,, 4,000 miCmcrck Nixfar CIPSewn hlmhula. •3.6U0 Psi Cmaae for Mmhoks, Inlet. & HemiwvlL 3.600 psi Cmack for Curb IWWi, 3,600 wi Cmcrde for SWrm SiInlets. Bla:hn8 & E,wscmmt 4,500 and Cmaae for lolcts. Sw,m Dmin Swummv 6.11 Sacks: 4.5 W mm��C,�mcrcW fro 10- M.nhule, and Hw4-0. 6.00 S..6 4AW pn L'mcrckfroCDllw,hfmhda,BoxCuh- 3000 Cmcrcte Mix fro Cu,b Inim 3W0 pv Cmaae Min fro C.rb Inlets 302:* Cmaae fur 131.1, .. 4WG pa Cmcrcte fro 3- ih.in Suvcmrcs I3500 om Cmnck Mk, fro Thwt Block, VW, 1,1, 4000 pd Cmadc Mix fm Cast-i.-Place Storm Dram Simcw- 3500 mi C.-. for Th- BI.L, VWvc P.ds 3.5" Slump 3.6ee Act 3-5" Slump 341 Air 3-5" Slum..3fi°+Av 3-5" St.- 3-6%Air 3.5" SIumP. 36°'. Au 3.5" Slump: 36•'° Au }5" Stamm 3fi.6 Air 3-5" St..,. 363: Au 3.5" Slumw, 3-6'-. Air 3-5" Slump: 36°'. Av 3-5" Stump. 4.54 5%Nr 3-5' Slum « 36':Aii 3-5" SNmp, 3-64: Ail 3-5" Slump:3-V Au 3-5" Slump: 3616 Ail }5" slum., 36^.:A,r 3-5` Slump. 34i%: 3-5" SNmp: 36%A,r 3.5" SNmp: 3fit: Nr 3.5. Slump. 36%Air 3-5"slumv l6°:Air 3-5"Slams +i'e Ail 3-5" Slumr�"6 Air 3-5" smmo: 36 .Air 3.5" 91.-36':Air 3.5" St..D. 3-6.-. Air 3-5" Slumgq3-6%Au 3-5" Stump:'Jfi.6 Air 3-5" Shi- 3o'. Ai. }5" Slump, 3fi°.: Au 3-5"Slump. 36•t Air 3-5" Slumu, 36': AG 3-5" SNmp. 36',: Al, 3-5" Slump: 4 5-7 5': A,, 36" Slump; 3a , Air }5" Slump .Air 3.5" Stumo:36%Air 31" Slump. 3fi,. Ail Slump. 3+S%Air 3-5" Slump r6°'°Air SNma. ifi.6 Air 3-5. SNmp, 3 %A,r 3-5" SIumD, 341. Air 3-5" Slump. 36°'" Ail 3.5" Slump 3fi''a Ail3.5" S1. 3 %Air }5°Slum 6°-. Au }5" SNmm 3fi°:Air 3-5" Stump. 0-3%Ai, 3-5" Slump: 3.6'-.Au 3-5" Slump: 3fie'°Ail 3-5" SNmp: 3fi', 6 Air }5" SNmp. 3-64. Ail 3-5" Slumu, 3fi°,. Ah }5" Simm: Air 3-5" Sk, - 3Z%Air }5" SIumD. 3b" Ail 3-5. Slump: 3.6°: Ail 3-5" Slump:36%Air }5" St. mtt: -1 °,: Ai. 3-5" SNmp. afi•,a An 3-5" Slump 36%Air }5" St-, 3-6 '.Air 3-5" SN3fi,. Air 3-5" SNmp. 3fi Art 3-5" Slump. 3fi'-. Air 3-5"SNmp: 3-6- Ai, 3-s" Slumtt: 3•1°.: Air 3-5" Slump, 36%Afr 3.5" Slump 4 5-7 5",b Air 3-5" 81. 36°: Air 3-5" Slump, 34°.6 Air 3-5" St..,. MI. Ail 3-5" slump: 34i' . Air 3-S" Slump: 36°'" Air }5" Slump'.6°. 3c Au b-5" SNmp 36%Air 3-5" SNm^.,Ali }5" Slump 369•. Ail }s" St... 36" a Air 3-5" SNmp: - 6%Air 3-5" SN,.p- 36%Air CITY OF FORT WORTH TRANSPORTATIONIPUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 rmo.r.lfmrmad) 1252422 03 t0 W IMit Rvm Rcdi-Mi.-. 92Y201' 03300r Mrx Ue.ivr Adphtix 11.2.3t22 U3 3U W Mae Dclur Rdthhx 9/162024 Oa 30w lfx Dams ISRM Cmcrcte 9.°i 2022 03 30 tp ).xix 11.r TartantCmcrck 10.102022 ,330IRr Mtx De r., ITmrmlCwcr.k CIHnu bags W'mess.OS C.Herb, Dnikd Sha(bt DdRd sTrnrer 9,,,22 033000 Max Deli. Bunco T,- 6,21202, 03 3000 hfixl. . Cob Town Rdi Mk 12•S'2U_ 03.1 M My 13- Holum-SOR h., 992U22 03 ,0 00 Mac D-C IHd6.-SOR.kc. 4l/2023 033'0W Mix Dwmn b-Cmmek&Aam- I4.7.202i OJ 30 00 Mix Dcrm li$$�ur111-1 16.2,23 153,, 1. MctDurpr Munn' Mmxtm 10272023 03 3.09 Mix o•sdy Martin hLuime 18'42U2.i Ut 3U OU Mu Drsm fora. 'hl.ricr. Itl2220' 03 3000 Mc, Daim NBR Ready Mn IS,222024 033006 Ill, D- NBR R.d Mix 15. 152023 030 D-'W Ma Dm RdMir-x 19,171, 2 Ma D1-n. Amu, 19920= 0130 W Mi, D it Aram I9,9,2022 1.3110. 0330 0If. Di. Anus 1c.92t1 033000 MxUvF, Cmdm C. 1o9n(1=' 0330W Mi, D-IChadv Car.. I9.9.2022 10330W Mix Dni.n cf-k's Cmmm 1992U22 0330W W, Delia. CiN C""­ C.°/fm V 199202-2 1.330W K.Dt icn Cob I-ltd, M,x n92422 Mix D- MDoi. Cub Tusw Re! hhx 9.9.2111 I0330W W. IMi<D..'un Cow Tpw. Rdi hBx 11 29202i 03300 Mix Dc"ivr E-d, Rcuty Shx 99, 02, 033UW hhx Dcrmt GCHCmack S-7- 994022 033000 My 1>roa. Hdum-SOR. Inc 41 12023 0330W Mm D,-,i Mmw Mmkm SlO^_02i 033000 Mix Dnsim Mmsin Mmkm 992022 03 30 W M. LU .' M.r(vt M.nerta 12.5.2022 033000 Ali' Design RdJ MW, 9.9.2022 03300. Mix Dadra SR.M Canrnte 9-12022 033000 Mi<Dr>;m SAhiCmcme 411=4 031000 IM. Desipr SRhl Cmuek `)920i' 103 3m 00 IM. Dw- ITabmt C.- a- P behiw Plead Pnile) 9/i401' 32131hlk D-'Iri.2J2424 321313 132 MixDwan Bln Town Cmcme6242024 32 13U Mn lkiu BiaTww Cmcrcte992fs22 1313 Mix Deuce Cm!aC-- Y9201' 12 D 13 Mix Dcerm Cmdm Cmcmm 9.9.2022 3213U Mix D-- Charts'+Cmcrck 992022 i2 I313 Mix Duvr w Cilt'Cm"w Companv 9"32032 33 I3 U Mix Dcu. Cow "fmcn Rd, Mix 11'14.2022 321313 MixDm. Cm,Town Rdihlix 9.9.13 i'1?13 Mix Dctin Cmr T-R lihIm 9.92022 321313 Mi. Deuan C-Tm5.R.&Mv 262U24 3' 33 13 M. Dmiap EsmadnRudv Mix Y9.20?2 3214 I3 hhx Ucaicxip+ m 1n 1Cmcrcte&Aam- tlA 2023 32 13 1 Max D MU- Manem 111^_202--1 32 13 1? Mi, D 'tam. Mmktm I14./.2023 32 I31iD­ Mix Dcim NBR RarA Mix II fi42023 1321313 M. D- NBR Red, Me, 19'142024 321313 Mlx Dor' SM(Cmamxc 1992U22 32131I M. Dcsim IT.-Cmumc 199n022 ?2131I Mrx Dwivt CntRdiMn I`)-1202-1 `i'1313 Mix Dnim ITrvo Trve GritRdiM, 1 Oaa fl af-, Placed Panne) 19,20=` 321313 hfi<D ivy Amcnue C-,.. Contra.. 19.9.2022 12 13 11 Mn Dwum A- 1992122 32131J MyD-ipr Arrtu, 19.)- 32 I313 Mix D-A- 199n022 32 1313 M. Doren Anus 19,9G022 321313 Mi<Daian Anus 15._110 321313 Mix Di. Bin DC-m.e 1992022 32 13 13 Mu Desin Bill Tosm Cmcrck 1992022 321313 Mix Darns Bmlown Cmcmm 19.9+2022 321313 h4ix Dmipr Bum -Tara, 19920M 32 13 li Mix Desrpr nlnCmcrcte1992022 321313 Mi. Ddps Chad',C199.'2022 321313 hhx Deapt �cc ChA,4c-erek 199.2022 321317 'fiDc.Qo MCmmnu Cumpmw 19.9202' 321313 MLxr- ICob Town Rd. Mil 199'201' 32 1313 ML' Deapr ICnw Town Rdi Max U29.2024 32 13 13 hhx E". E,tmdu Ready Mix 19.9.2422 121313 Mix Av'.. CCH Cmci icon 1992022 32 I3 t? Mix Dmv, IHdum-SOK 1., 1911201 32 13 U Mn Dcsism mmam Cm-. & Aaarc - 1992622 3213 Ii Ma Dwr.n humor Cmcmm &A.mc.nta 199n1t22 3213 I3 Mix Doi- Inpprpm Cmcrck& Aaamcme, 311313 Mix Dim Marti Mmmm (11^_^-UL' &42023 321313 M.Di. Munm M.rimu IS6115C4 �41W,�cmc,- (m Cip sw. Drain S-t- ?-i" Slump: 36°'s Air IOL'1524 40W w1Cm-Mmfa Mmh1" 3-5"Slump: 36"•Ai, 145M-5P4 J50O nu C- fur S,nrsv D,aiu Swc.rcs 3-5`Smmp.36!:Ai, 35050 ?SOrJ'u C'mrn:k for Thrvsi Blod,md CuDam 15`Smmp:36'•Ai, FW5320A 30M wi Cmcrck Mix for Blakinp 3-5" SIum 3fi°'• Air TCFIV6025n' 40W w, Cmane f.r hlmhda 15°Slum.: 36°'.Air 36V500BG 36WwiCm<rcte Afix for Liahtm. and TmOic Srmd FwndsamsIDrilld Shafbs 55.55--7755""SStaIummC. 30.63'!. Ail -1 C-, SShand hma, 55-73"81. ..-W. Artr I1tli' f-Lmhun. mFadti- a ,l6W v��+�r;Cmmck faflDDrrfO01dd r 40MmfodShAlOwhfi-and Tfw Sim 5.559 -7.5"Sh,mp:X6%A,r 1 Srb'L..htine nd T-Si-. >OLOS50N 54S'Slum.. 36°.Ah C361DHR furS1 ftl id.m. and T,. icS-1 Fw.dafi- 5.5-75"SIum�3. i°a Air U2141441 644,xks;3.GIp wiCmcrck furIDmOd Shafml'LiuhmJt mJ TmtRc Si mFwndmrm, 5-7"Slump. 3a%Air U21 lbK45 665 suds.3.6W-C.-I-WlUl,f SLafb1' L.hmm and 7ratic Simd F.wndoti- 5.7"Slump36°i•Air U2146R41 6.44 sxW '4.SOU wr Concrete IorlD,dld PkmlL.ht Pole hares 5-7" Slump:36!'"Air 135F`52f 35(p .nCmemktix lDrHld ShaD �Lmh//,.�'''le Fwndau-, 5.5"Smmp:3o..Air 135K0524 35W Cmvak fo,IDand ShaAl Lsch,mlc Fwnd-, 55"Slump: 3-6'Ayr SOL115D5 3600 wr Cwerctef.,lDifldShvfbl:li.l,tina and T,o(fic Strad Fwndafi- 5.5-75"Slump. 36%Air D:00WW1USaS 40WpsiCmcr.cfd, Vahc P,&.1,1cm Swcmm,,Hodwdls. Thms, Hl.ckme 115"5"Sl--0. 6l+All DOW 1.93 4Mp wi Cmcrck for VA-Pnd, min,, Suuc.res li d,.ils. Th.. BloHm. Slump:36".: A. DI WWN 1681 40,V om C..-for Herd, 0, Rn..w. Wdla. Box- Vdlq' C11- 15" Slump. 3yi!�: A„ FWCC602(r01 4000piCmcrctefor St - Drain Swcmrcs, hlmholea,tlm:MWlx.R--s Wnlls Vallee Guvcn, Drive AM,.&es 3-5"Slump, ?6°..Air 451, 40W wrCmubtc for Hcrdw.& W'.,n.dls 3-5. Slump, l-6•.. All 5642 JOW ryCw<re,c for Stara Dmu, Swcmrcs 3-1. Slums, lyi!: Au 401A2011 4WO psi 2'.mc ck Nix fur S,am Dtaw Swcmmz 3-5" damp: 3b°. Au 260-2 36Wt pv Cmcrcte M,fur Bp Culvert Hrad,dl, }5^Slump:36!'- 35U-1 3WJ ni C.-Mix fur B..,Culvab. Hmmrdls, l4'i.--A, 15^Stump, Ah' 260.1 3GPu gqQ�,Cmcrta Mi<f HeaJnnO. 15 Slum.. 3fi•.A0 R655AHWR GCH4000 5.50 SWL' 3,6N z Carcnk fw Headwalls. tVin Ilr. mW CO- 4000 pa Cmcrck for fur Sid Ak,. Ramm. Hculw . Inlcb, and Stow Dram S-- 3.5. Slump: 3b°'. A. 3-5" SmmP. ,-6'. Arc 1951 4500 wi C.-f Sl- I- Swcmrm, Hand Plxd Pu... 15' Stump. 3-0: Am 3l0LBP 3,60sp� Cmcrcte for lk---Waus 15`Sh,,p. 4-7°.A, R214IR30 5.356T:: 4,ON pd C.-f -Box Culsvb&Headwills 3-S"Sbmp. 1-6.A,r R21JG03S O:hp wiCmmetr lahknhulw, mins&Hwdssdls, Valre Pads 3.5"Slump:36"•Air IULI I5CA 3600 l4 C.-fur Manhole. Inln. Junco. Box Hedw.B J-5"Slump.336bS•:•A.Ur 40050 4.000aiCm-wfur HaWkcmWd. C.1 -5"Stum-16%1, .dW c 3mk .W 1-5"Sbmo.r 45050 =B.RPe35022 ffaor 45W ppsi Sltuunrwcmx.rc.m ,-5 Slamu W All FW6020A2 4000 psi Cmcrck Mm for Sanm Dmm Swcmrc 15. Slump: 36':Arr DIUOOf1U01617 3600 mi Cm- for Mxhine Placd Puxia I.3"Slump:?6°:Air 36Wp l 36WpsiCmcrctefor Mxhm.Placed P.,'ine I-3"Slump:36%Ai, 36206r}l 36N psr Cmcrck for Mxhina Plead P.vin. 1-3" SmmD: 36°'"Air FWCC552WII ?6N,,w fa M.chmc Pl-1 Pus.+. 1-3^Slumm 36:: Air FWCC602091 4000 pa. for Machme Ploced Pacmc 1-3" Smmo: 36`+.Air 1117 3,,m wi Cmuete Mix fi,, Machme Plxd Pamsc 1-3"Slump. 36!-.Au "LA' 11 31.0 n. Cmerme hi'n for Nbd= Pmed Pminv Id"Slump. 36°+.Air 257-M 36611 Du Cmaek Mix fur M-hi.. Placd Y.,'i.c 1-3"Slump: 357•M 36UO Cmrnac Mix for Mach.. PLccd P.- 1-3' Slumv: 361.: 2&f M JIIpU pm Cmanc hlix(,hlachk. Plxdpv.mc 1-3"SIumP. 3+i°-.Au J60-M 4000 pP��CmcM. M'n for Machi.c Places! Pmm. 1-?" Slump: 34. Au TD3655AEW'R 5.5UCr.l:s'3.6Wpp Cmcrck lo, hlnAmc PL-di'a- I-3"Stamp:3fi!:.4b 2MWRC56PS5D$ 4000Pu Cmcrcc Medr.c Pmad P... 1-3"Shmp:?6".:Air 02141R27 5.69 mcb'4,000 Ts C,mcrek ter Mvchmc Plxd P.,- I-Y SIumP. 36': Air 36°r.4a Q2141K?0 TX C SF-YY 4.OrWpV Cmcetef rMachmePhilParulyy{ 550 Sw1 ' 3.WO w Cwcmtc for Mxhinc Placed Ps.a li"Slump. 1-3" SLmo: 36%Aw TXCSF-NY 550 Sxb•?bon psi Cmcrac for Mad"' PLcd P.sina 13^Sh,mp:3b!.Air 40025 JWO psi C-.-for Machme Placd Pain I.3"Stu,-. eAsr FW5520AMP 3600 psi Cwcrne fr Mechie Pl.c Pn'wpp I.V. Slump.;"A„ 02552301 36W psi C-- Mix h,r Mxhi-Plnud Davin I-3" Slump: 3.Sb 5%. Au 0260.2302 4000 wi C.-Mix for Machin Pl..J P..Inc t-3"SIumG S.56.5°•Au 45CAF076 45W o�i Cwarck ra Hand Placed Par.. 3.5"Slump: 3o%Ais D:(0p 1173 JSW w�Cmuck for Hmd Phccd Pans, 15"Smm 3d`. Air DIIIOIIOp1737 45Wwr L'wack for Hvnd Plxd P.,inc 3-5"Slump: >6°'•A+r DI000002107 4500 ps Cmcrck fm Hund Plamd P., ion 3-5"SIumP: 3-0 Air D INN001791 4500 nsi Cmcrck fa Hand PLucd P.,- 15" Slump: 3-6 •Air DIUOGON1103 450 Cmcmm fur Ha JPl-d Patin. 15"Sbmn, 3b°: Ah CM14520AE 4500 psr 2:unrame fur Hand Placed P.ri- 3.5"Slump: 3W,,1ir 452065-1 4500 pv hendJ/Iuc.Jp'ran 15" SWmD: 36!'• tir 4500654 1511 oxi hmd placd//�� in� ',"Hmd 3-5" Slumrc.36".:Ayr 45USWBG 4500,A Cmuac t( 11-c Pm'i.a. Stow Swcmrc 15"Slump.36!-:Ace FWCI'02021 4500 wl, Mc for Hmd Plead F.,m. m" Sl_. 36°. Au 460 4500 pa Y:mock Me, fw Hmd PL-d P+mw Mmthoks t.5"Slump.36!'. Ai, 61(13 4500 psi C--Mi< for Hmd PLud Ni­ Mmhoks 15"SNmn:36". Air 45NA2011 45U0 Cwucc Mix fnr HanJ Placai Purina 3-5" SI.... 3fi.:Au .65 45U0 vu Cmaek Mi'c f., Hand PIa.N P.,ina 3-5" SIum0. 36°..tir 365 45 W qqn Cusack Mi,fur Hund PHnd Pzsion 3-5" Slump: 3-6-1 Air R4560AE%VR' 6 W Srrckc, 1.5G0P. C-1, for Hand Pkc d P-in. 3.5" Slump. 4b!: Air OCH4500 4500 CmwcHmd Plneed P.T. 3.5"51ump." ", 1851 45Uh a i Cwvne for 5mrm !hum Swcmrc. NanJ Pl.sd Paehr. 15" Slump. 3 %Air 2MWR-161POEM 45N Cmcrck Mir for Hand P6 d Paris. 3-5^ SI110. 3.5-6 5%Ah 2MWR-16IUV5DM JSOJ wi C:,.. for Hand Placd Paso. 3-5"Slump. 36%Ale 2M%VR-1 OMQS50N 4500 ,,i C.-. for Hend Plaml Par.. 3.5" 51-.. 365: Air M46435 6.11 sack,' 45 W wi cmerne fo, Hand Place Patin.. Inle, Mmhd.:t Fk,dwdls 3.5" Slums, 3� Ai, IL2146F36 6.1714.5W pe, Cmcrck for Hand Pl-d Parmc 3-5"Slump: 3o%Au FORT WORTH. Crn' OF FORT WORTH TRANSPORTATIONIPUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 ! I'22422 13 6 Mir &a M, i R2146N36 A P. u 3.5`St.— 11120i' 321313 Mn Dorm Manor If--R2146K36 4.500,m Cmmete fu Hood Pl,aJ Paemg 3-5"It. mp: 36°•All 1i2 N12? 321313 Ma Damn IMunro Munro htaumm R2146K17 j4.300-C­f.l­l.dPl­ 6i1.&'i5. ai Cz= Hand Pmcd P,,iou i-5"Skmp:3fi": Ah 12 _bM2.1 32 13 13 Mn Daim Munro hbli 0 R W6RJ4 6.60 Sack-' 1.SOU mi Ccorntc Mix tin Hmd Placed Puvine SZ=..LS(m 1-5" St.., 3fl Au 122' YC3 32 13 13 Mn Dam Manus M:uuam R2146K44 6,60 m Cmmcrck nllx fnr I laud Plxd Paving 3-5" S1..'. 30°• Au 1i,152n22921313 M,, Deign hWnm Maliena R2146P31 4,SW psiCmamcfor Hood Pmcd Puvin¢ 3.5"SImmD:3o°'. Au IL 152U22 321313 MJ: Da hlanm Atarivna R2146K36 Y540 psi Concrete far Hmd Ploced Pnvinc 3-5"Slomn:3fi'o Air )94U?' 3211 I3 Mix Dam hfo Munema R21J7241 4.5(10 mi Cuncrcfe fur Hand Placed Permc 3-5"Slum°: 4.5 ;.5 'a.9.2022 32 1 i 13 Mil E m Mmtu, Mancm R2146236 ..500 - Cnnauk for Hmd 1`1 c 1 Pavme 3-S" Slump. Air 1V2Ui 021313 blix Deum nlatm nlariefur R2146U36 4.SW psiCm<rcrc[ Hm3 Placed Yuvme lnlele 3-5"Slumn:36••.tir ,92(r22 I3 13 Ma Dam ntomn hlmrierm R2146242 4_WO-Cmactc f. Hmd Fkcml Pevip 3-5" Slumrc: l6•: Av A2 t9.2022 }21313 Mix<D-4. Manor Murices R214&112 4300psiCmcrctcf }land Placd Pasmg 3-5"Shmy,l{.•.:Au i21313 Mix lhdm NBP. Rod, Mn :LS P2-YY 6.501,4.iWpq Cm.:rck for Hmd PL-d Pamp 3-5"Skm+:1fi°: Au :1142023 I OJ4027 32 I3 17 Mn nam INBR Ready hfix CLS P2-NY 6.50 Socks i 4.50(1 roi Cmene 1'or Hmd Placad Pa1inF 3-5" Slumrc: 3a°'. Au )'10:U21 32 13 13 Ili. Deaml (3sbum 45A60MR 6 SKr 43W psi Cmmmm for Hmd Phcd Pavme 3-5" Slump: 3-6°'•.4ir 1:21.2O2t 121313 hiixl7eurn Rv Reds Mix RRM6320A1iP 4Y Concrete Wr Hmd PlucdFvm• YS"Stump: !.9.2U22 32 t313 Mn Dv Rd•Msx 10M 1152J JSO Cmuatc Mix for Hmd PlacW �vin 3-5"Slump: i V2U22 321313 Mix Dam Rdi4An IUM 115D4 45U� Cmamc hhx for Hard PWcd Pain¢ Stam Dmw Swwns -5"Smnpx 36'• 1 492022 32 13 13 M. Dcam R Alm 10M 115W 4SW ras Cmmek M. f u Hmd PLvd Pavioa 3-5" 1= 36' Air 1.9.2022 321313 Mlx l7aim RdrhBx I45CDSP4 45W Cmcrck Mix fnr Hmd PL-d Paai... Simm Drun Swemm 15.5"um>: 1.1?2p21 3211l3 Mix Uawm SRM Conmcic 45U'-3 -1.SOG psiCmmek for Hmd I'l-A Paamt iyi°..Nr 3.9.25- 3I 13 Il Mix 11ai.m SRM l-wcrcte 45110 4,5011,1u Cmn-me fur Hand Pbcd Poviqp 3-S" Slnmw 3-0 Av a92S2 i2 13 13 hlsx Doian Twmn Caucrck FW6020ARP 45W qY CaI.Mc Mnfor H.u,d Placed Pavim 3-5"Slnmp 36°•.iu 492Ui' 321313 M"D"'m Came, FW60AHP 45W Camrck Mic1.n Hand PL ANa 3-5"St.—36': eLr 49402-' 121313 hfix Darn Ta Cmcrctc TCFW602UAHP 4500 crcm Mixf Hmd Placed Puling 3.5'Slump. lfi': Au 9.2U22 32 13 13 Mi Pa'm Tmm Rodv Mu TRCa520 45M kC_J� Hmd Paled Pavng 3-S"Slums, 3a': ar J 92022 32 13 13 Ma Do,m �T­, Tme G. R di Max 0260 2301 4506 wi Cmcrck Mtt fa Hand Placed Povina 3-5^ Slumrc 3fi°. Au J 9'Ibm 32 1.1131 Mix Daim Tuc Gmt Rdf Mp 0265.2301 4500 m C-mi, Mtt for V.1N, Gu Hmd Plmed Pmvlr 3-5" Slump: 3.5+.5'•Ao 9NnOZ 'q2I}13 'Mn Llrvim Tme G., Reds Mrt 270.230 3000 mu Cmcrcre far Hand PH.d Pacma 3.5"Slumrc: 3{.e°Air l7wu HES Obpb }:ark'l e0, P',") `�21313 mi<Uvm mDCmcrck 113MIAE 3500 psi Cawrck lm HiEarly Snaaudr P Slump. 3+i'•An7.9.202 121313 Humw Term SSIII20AG 4GW ai Cawrcrc nlix l- ch EwlY StrcnMPasmg 3-5'Slumx?-o°-•Air J 92022 A2 13 13 Deism, �11 Chk'a Cammn• 6589 45W pA Concrete Mil fa Hipb Euk StnmpM P.,mc 3-5" Slu p'Z2' i2 1113 tLl­., D.- C- Town Rdh M. 3704NC 45W vi Cmcrck for HES Ping 3-5" St.., t6'::Air i31113 Dcwm Cow TawnRedsMix 375.14C SOOU m�riCmaere for HES Peainc 3-5"Slump. 3fi%:Ar 9.9:2022 121313 Da ICp Tp Rh hhx 37(>NC 45Wj�I L'mcrcm for HES Paamn _?-S"Slmnp,?4i°.. Au 119, 1 121313 M. Denim Cow Town Rdl Mrx 3S0-NC 45UH ry Cmeakfor HESPevio- 3b:: All 129_m3 4 1313 99.'_022 121313 M. 0.'irn Mix f3.vrn E. ada Red, M,. Hdcm-SOR. Inc 417SAESC 2125 750 Su L'+r 45UU�(3UW pi: Udv) Cmcrcm fn HES Paving SMAC'_...-HES Peamc -3-5"SWml: 3-5'Slum;:3fi'•Ail i.2J2023 32 13 13 Mix Dam L���}yyu Stmc C451DHR-A 4500jp'iC wrtk f-HES Pavmg }i"Slump. 3�i°°Av 3-5"SWmn:36•'•An 171023 321313 J9dOL' Al7313 MxDeign MixD 9m hlmtm hlunctm RadrMm R2161 R70 ION11507 =.000 wi131m(`_.(d. 241us.1f I1ES Paaipg 4500jj�s�1&1'10 111,2Jhrs lCmlcrek M. lur HES 1-Ii g 3-5"Slump.45+i.5':.tir 2 ILL2U23 321113 hhx Drum SRM Cmcrck 113 to 5,W0'?±�''II Caxlcrcfc fro FlES Poamg 3-5"Slum D: ifi%•Av 1.92U22 321313 111, Denim Sul Cmcrck 4U326 4,SW(3.0W is ?.M-s)QQ'Cmerckfm HESN-g 3-5"Slump, ?-6'-:Air v 920L A21313 M. Duum Twr-lc--e FW'6520AMR 45W(30(Upu.a3.m,$)psi HESP. 9 3-5"Slump )•9.2022 321313 hhx Denm TemptCmcrem F\37520AAIR 45W Offs 1u« 3-d N.)psi Cml- HES Poamg 3-5"Smmn'. 3.G•'..4u 137 S (BddFs• S4aM, Tap S1aM of Dieert Trai6c CLhxrls A�Rr�udl Slabs) 19^022 321-1S hip Doman Con Town Radi�.�ix 260 4UU1p�C,w Mixfm Bnd=SUb Bnx CuIa H,W.J, 3-5"clumr:36"•Ail 9.9.2022 32 13 13 11Lx Dam Cow Town Redi h4 340 4000 � C-uck Ma fro Bridue Stabs, B., Culvenz Hcm1 v 11s 3-5" Stamp. 31i%: Air a9.2J22 1213 I} 1dn P•.dlrzn Cuw Tnnn Rab hfix 365-STX -40M0r4 Cmcrck tin Bridge slabs, try4 ,,f Jh w0ie tokens. oogrwcM1 sluh-TXDOT CWs S-No Flv Asb 3-5"Shwp. 3.4••.iv 46"Slump:36•'. A. 129�2024 5.32421 321313 321313 MixDwm, Mix D.- Ewmdn liodT Mix hump Mwielm R4WU.4EWR M7842M4 '6.00$acks'i.Ogl psi Cmmae ter Blidce Slnhs,Ton Slalu,mnd Apme 11 Slabs 4.OWpsi Cmnae for Bridge Dak 3-; Slum>: 4.5-73°v Au 13 Mix Dcairn MwtmM_. IL'1J6P33 6.O1awls,4,OWnuwnaxete tinBridge D zk 3-S•Slumr:l6°.Ah52424 32 3 13 hhx Uaim NBR Rode hhx TX S•NY 5.50 S=L . 4WO,ai Cmcrck Mix for Cinx S Slob Pvainc-No Fly A>•h 1-5" Slum,% 3a6•• Au J1i.2024 112,13 32 13 13 Mlx D.< NBR Rod' Mix TX S. 4.50 Saekv' 4(VJ� l,opmae hhx f-Clus S Slab Peainc 3-5" Slumrc ad°:.4u 4^i2422 321t 13 Mix Daim Rdi-hfix IS6115D4 JUDO ru Hndm iHM 3-i"Slum,: lfi•.: Arc i•i•20L 121113 Mix Dam SRM Cooemk .D100009553CB -4,000 wo C,.,- f, Eldridge A+11 SW heck Slab 3-S"Slum•. ifi•.°Air Capaw Base Trend, Rmak 4.1.U23 03.14:6 blix P. m, Bumo Tees tUYH30BF IOW �pS(Cwcnrc Bane Mvfervl fur Trench Repou IFloaobk'. }V 2022 11t1- IMn Denm IBumto T- IlOY450RA ISW os Conerck Mivf-BaseTrenchlk-ir Slump: 3.6•. Av 1'o tr.w Les S1 a r1h Mehdd 992"' ' 14 13 M'D i. 3umcp Tesxs OIY69UBF Jw psi C.-Mwf-}kwanNc Fill Flo..hk.8.5-11.P.- 99.2022 .O.M 13 It,, Ds 4'enkrCmmnm }1YCC359101 SN:SO-Flowahk till-CLSM 3-5"Slump: S-12°s Air -i33113 him Daim Cwdcr Cooactc FWF! 37541 l 50-IZ Flusvobk Fdl-CLSM FlonoMt S.S-115•: it 992022 �e1N I3 Mix Dedm C., Cmcrcte Compp a 11-35,,FF -50-150 pd C­for Flonable Fill-CLSM Flownbk: iF12°e Art 992022 �t 141? nhx Deum Con'Tmvm Rd,Mlx hw9 -]0-M-blc FlB-CLSM 7A"Slumn.N•11%Air 99n02•.+ t33: 13 Mix l3apm M.-M_ FLIIW21A .SU�y-i Conmde f-H-vd•Ie FiWCLSM 5-12"Slump: S-15!s.4v 10'12023 1434 I3 Ml Palm NBR Rod, ML, IFTW FLOW FlLL 1>Unc cwcmte t-Flrovable i-IO" Slump: It-12':Air 9.9.2022 .3311.1 Mc, Dam Tmmnt Cpecmk FWFFISQCLSM 5(>_U op FMaable FiB-CLShI Fwobl<: 8-12•• Ail Capveie Ri {Lan J'3242; 1Mcc Uen'mr hfarivtq Cmcrcc for Ripmp 5"Slump 3.6•'. Atr I3 Ii117W J•1242i i1170U Mrx Deslm IMwnn Mums Mwirna IR2141030 R2146O33 I4.W0•,u 4.W0•xd Cmerme fur Rim uh Paaine t.9.2U?' V. Ilk Dam IAuam Aryhalt FISH 117963 Fr5B117%SPG64-22Ta BFcBmc 192022 321216 MS Doi. IAueUnA )talt FTIB139965 FIIB1399f•5 PG6Y22 T\ BFe Bme 1920P 3212 f6 Mac Do .4u-m .i. Fr BI I]± Ff IBI f72P IT\ eBas< >'1^_(r24 321216 Mn Ddl•JI Remolds all 3404)('BP F4 3J0-DG"H PGraL22 T�Q Buse Cpurx to _U''' 12 12 Id hfix I1L�Irn Reanolds A`'q alt 1112B 11128 PGG4-22 Ta+le B Fme B:.0 Ill 7'vgkB Fore Env s.v.2022 32 12 Ill -�5.202' Mn Dan Ucslm Rm,mld.A�Phall Smmmnt Pavm 1612E 3U76BV64i 14128 P }0766V6122 PC�6: �41�,, Ts'ge B Fme Bax 33 12 14 3212.6 Mp Mlx Uairn h'unmavnt Puai., 341-DRAPCA22ERO 141-BRAP6422ERGK3a2.'TPcBF.B- t9 _V I-1 32 L' I6 Mix D- TTT IT 37_1' 11_V 10 37-3113US20 PG64-22 T- 8 F. e S- y 2021 32 12 16 Mix Dmim TXHR 44.211 A5.17 4 211305-17 PG64-22 T\ B Fmc fl c +92022 i2 12 16 M. 13sim TXBIf 211305(1757, 3 11305 11757) PG64-_12 Tape B Fmc Bore FORTWORTH- CITI' OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT /-- STANDARD PRODUCTS LIST AS OF 09/23/2024 A>�hn cmnnvrd) 'i 20'+' ?21_Ii W'Las ITXBIT o 22J125-. I34J 6J•224125-1`-PG70-XtR Fme Surfine 4'12024 2 _ ?_ l0 16 bk _ _-- JMa W m W arvin9 S9rfna ITXHTT P-D7 MAC-SP-0]0.22XR SAC Ii4-i MAC-SP-D 70.22XR SAC A•R Tv+.e D Fme Sm(occ I `)92Vi' DWS-Pnan Pine Hall Brlck(VF.-SNwr, NC, I Pavm I I 9.9,2022 321320 D\l•S-Pacers IWestav 1mkCo.(Hmxtm, T111 _ I _Tactile _ D-uble Waminf Pavm 1 9.9,2022 �32132U 321320 DWS-Cnmpwhe Armor Tik 9V2022 32132U DWS-Comtwritc IDWS-Pmen ADASokums(W'ilmmprm.MAj IADASuluums(Wilminmm. HcntaveBackCIPComopritePaver 47202i 321320 MA) Delectable Wamhtu Pm'ms I Si6arvnlofnt Sedans 14,9.20' IJomt Swlmt Dan 8'N13L 89pSL-CddA md. SinSle ComnmwLSilic kint Smknt ASThl DSz9) 19.92022 1321373 3_1373 ' JomtSalanl Trtmca---9MISL --- 900SL- ---- Cold ed. Smale Comvonrnt Sdicme S ASTM D5893 I992022 321373 loml Swlmu Pcmm 300SL - -- ko -C n t l SJmmclmntlh- 1 ASTM D5893 19e 321373 Jnint Su)ml Cf. RoadSavcr Srhmnc - ---RoadBneer R-I Sib-cd,Sin�I Oi mgl. Silicme•CWdApolid. 3incle Comoanwt SilicmcJaint Sealant ASiTf D5893 X4ffim Ttm h F.mbad.ttent Sand ' I'/Y 20'_2 33 VS IV Emhedmcin SmJ SJtcr Cmkhlatuvls I_-- - C3 19Y2V22 33 a510 EmlrcJ;nrnt SmJ Cmvch MatcnNs - _. __- - _ ....- U04 Embmkt Smd ..._ TM C33 992 ._ 330)IU Emhdmwt Sand FmdLDm Morm �UQIEb�-Sl UaLry Emhedm .Cwd MC33 I 19N4022 1330510 Embdmwt Smd FmJ L Dm M- UuliwE Mdm Smd ASTMC3,3 19e2022 is Us lO EmhmlmrntSmd Th. Too Marm Mmicna UNiwEmbedmrntSmd-- -- - - - IASC ASTM C33 � I Storm Sege'-•l1aMWa&B-/b}anns& CnvcnxlSrovd,M(Rmnd) 33-1&0 I92&2015 33 05 13 .11-1, Fcvnrs mN 1- -cc (G-d Slre1 G+mpam'. LTD) MHRC d22oW5 MHRC A220CA5 (Srse_ •n24" Din,) AJ8 AA51iT0 M36G 19282Jt3 330513 Mmhok C- N-h Fmvdn• NF•1274-T91 NF-I'-74-T91(S2c-32"Din) IASTh1 ASTMA4S AASHTOM3% 191287019 330513 Mmholc Fmncsmd Coterx Nmroh Fmndn NF-1743-IU11Hh; 0 NF-1743-LM(R.-I)(S¢e-32"Din) IASTM A43 AASHTO M306 1 19:28241e .130513 Mmthok Frame Nrwab Fwndry 1df 193LL39 NF-1930-30(Sv4-32.25"D'u) ASTMA48 AASHT0M306 I928.20?8 330513 MmbukF-,!Covmx NmAFwndry R-174 R-1743-HV(A-32"Din) ASTM A48AASHTOM3W 1 11320I9 330513 Mmhok FrmvesmdCoee(x SIP lnduslne+= ZY/9ST Z279ST(Six-24"Du,l AS(MAUAASHFO%VG 14.3,019 330513 Mmholc FmmcswdCovms SIP In;h;suia+` ??tlUST __ _ _ _____ _ 380ST (Six-32"Dk.l AJTM.4IS AASHPO M306 1f082V2V 330513 Mmhok FmmamdCotm EJ(FormdN E-Jcrdm lam Works) EJ103.AZA _ _ _ E110337bA(S--32.25'Diu ASTM A536 AASHTO NOW I 13112.21 330513 Curb I.I. C- ISIP kdu:mies-+ 229Gi 2296T(Si-^•24"Dia) ASTM A48AASHT04,006 I 16'182024 33 05 13 Corblvlacm Swh,donno- 22798TN 2279STN(S--24"Dial ASfMA48AASHTOM306 I ".tia4:.ltleevd 1ps mr/nrrcmaWmow wmrbo44bxAWmeer drrwmunvm 30.wrh oprnin6 n9'rvrmrnrmryrr rdu Cey Sprc;I mnw.it 05J3„4'-n rr npreiwt xi-rr wW ✓rthbr Wmrr4J- " wtelrr Nerrrgenrnplar. nrh✓+er: m+Ar✓;vs. StmnSenrr-lnkt&$tryelnm 33-0.<-13 11GA202v 133 Jo 20 Nab lNcn (Curb 1Fwtema FRT-IOz.3405-PRECAST'•(Sur-IWX3') ASThl C9B I l0'82024 I3349^_V klas IFortrnm FRT-lU.ci_1U6RRECAST••(S--IWX3') ASTMC913 I 11U•82020 1319I0 !Curb lnlae Fonema FRT-I Uz43407-PRECAST••(S¢v-I0'XJ S')_ ASTM C913 I 110,820M 33 i521 IC9rb lolm IFoncmv FRT-16x4.5420-PRECAST^(Sbe-10'X451 --- - - ASTM C913 J 110A.220 33392(! IMmhdr Fon<rtm FRT-IxJ 119-PRECAST-TOP(R.-4'X4) ASTM C913 II08.2020 3-13920 Mmholc Fonema FRT4X4409-PRECAST-BASES--XX 41 AMIC91-1 I 11d12020 33.1920 Mmhok F.mcma ASTM C913 1 IIp,&2020 t33920 Mvlhok Funcmu ___ ___ _ _FRT-5X5.410-PRECASf-TOP(Sve-SX5) __ - FRT-5X5-0IU-PRECAST-BASE(Six-SXSt - ASTM C913 aii9_0 170,Bv'020 - ManMdc lFortmm - - -- IFRT_6X6-411-PRECAST- --- - -- -- TOP(S¢r-6 X61 AJTM C913 10:8.2020 3xi92U MwbWe ,. nnmrm I' _ FRT-6XG-4t 1-PRECAST- - -- BASE (Sam-6 X6') -. ASTh1C9I, 1.1,14202: 334920 Curti 1.1 s Thommron Pipe Group _ ITPG-IUX3' 05-PRECAST INLET- (Siu - 10'X 3') ASTM615 1 1319.2027 334920 Codrinl- ThomprooPRpe0- ITPG-153Ci.405-PRECASTR4M'-(SS.-IS'X3') - --- AST M6I5 1S'19,202I e> 334._0 Corb Inlets ,-- Gmuo ---ITPG•20X340-PRECASTD4LET••S-- _-- _-- - >- ( 20'X7� ASTM 615 (3.192U2! 333920 bfmbdc _ IThomvsm S�vcc o _ T�Mi-t:C4J097RECAST TOP (Six-4'XS') _ IAST6f 615 13,19:021 333920 hfmhdc T14-P lJitt Gmup BASE (S--4'X4') AS'MGIS I3. 19?A31 333')20 Mmhdc Thomprm P; Gnwo _ _ _ _ITPUIX4409-PRECAST ITPGIX4412-PRECAST4•FT RISER (Size-J'X4'l I,VCTMGI5 I3.19CO21 33392U Mmholc Thomown Pipr�mv ITPG-5' I0-PRECASTTOP(San-5'X5') ASTM 615 13.19_021 33392U PluoMdc Thomm(m P�c Gmp ITPG-SXS-0IO-PRECAST BASE (S¢c-5'XS') IASTM 615 13192021 333920 MmbW. Thomann Att Gmno 1 ITPG•5X5d12-PRECAST 5-FI'RISER (S.-5'X 5') IASTM 615 Jl'Ik1(121 3339M M.h h, Th..- PTc Gmuo I ITPG6XW11-PRECASTTOP(S--6'X61 IASTM 615 I3'19;202133392U Mmholc Thomomn PJ�Jce Grmn TPG6X641I-PRECAST BASE (9--6'XB) IASTbf 615 K+•192¢21 333920 M-ho. Thomoxam f(ipc Grwlp I TPG6X6-012-PRECAST 6-FT RISER(Si.-6'X 6') IASTM 615 333920 Manhoe I homosm Plpc Group I TPG-7X7411-PRECASTTOP(S¢c-TX7') IASNI 615 1319202! I3'19:Nt21 333920 blmhak Thpmrocm Pitt Grmo I TPG-7X7411-PRECAST BASE fSim-TX71 IASTM 615 13I9•?021 33392U Mmbok IIThomoam Pape Grmu I TPG7X74L'-PRECAST 4-FTRISER(Sme-]'X7'7 IAW'M 615 13'19G0_nl 33 i92U IMmhok `SM+mara(Rtt G- I TPG-t2X8J11-PRECAJ7 TOP(Siae-8'XV) IAST M GIS �3.192U21 1333920 Mmbok I hommpn P;tt Grmo I TPCYXS4II-PRECAST BASE (Sac-8'X8) ASTM 615 3�192621 3i3920 IMmhok IThom pum P;Grmu I TPG-8X8412-PRECAST 5-FT RISER (S..-8'X8) IACTM65 13'19.2021 334920 IDmm1a IThommm P;K Cimuv ---- INLET(S¢<-4'X4) IASTM 615 3'19,2021 1334920 IDmo kla IThomomn Pioc(3rouo I TPG5X540&PRECAST INLET(Sil.: YX 51 IASTM615 3.19.2U21 1114120 Droppklc( Thomvum P.. Grout/ I ITPGJXI-708-PRECAST TPGLX6408-PRECAST(NLET (Si._ 6'X 61 I IASTM6 5 Sr282G23 13i4910 IMmlude OO1ddEe Pn4Smkrd Mmhde(S"e-J'X41 IASTM C479 828^023 33491G o IMmk 0J-do IPw' S ASTM C47 8 &2023 3349I0 Mm,Il IF-4z4'SI-Junctkn Bm(S=-JX41 ASTMC48 848.2023 3349 0 MmhN, IOlmle P- 5'z 5'Slorm I... ion 13-(S--5'X 5'1 1 ASTM C378 9282023 334910 Mmhdc OlJcudr IPn'.: "'C,' Sbm)Junction Bnzlli--6'XGl 1 ASTM C478 x.28n02,t i34910 Mmholc Oldvdr IP -B'x 8'Smnn Jmmm Boz B-(Si -WX8'1 1 ASTM C478 82&202i 33491V Mmhdc Oldwdc _ IPmrnat 5'x 8'Smrm Junclim Buz Batt(S--SX 81 1 ASTM C478 82f.2U23 334910 Mmhdc Rinker hlm-ill, - --- IR i f W"'Diometcr S-d F..fi Mmh k(Sac-4'XJ1 I ASTMC113 &2821123 313920 Cmb Iola la 13'R;xx homwm `GrmP Ikla Ri.(S64-3FTt I ASTMC911-I6 3282(23 33.1920 CLrbinkv 1513' Ruvr Thompsw Y;o.'G- Ifvkt Ri-(Siw-3 FT) ASTM C91}16 92Sn02i 3339N 1•122024 334920 Curb lnkt2 .,VRix Dr Inks Tho Pi:-Gmun Amcr7ez P}''�.hPra,iucts Iht Rler(Six-3 FT) (Ih,ghJa(1'X41 - - - -- - - AST C913-16 334V20 U%Il rim Tex Pipe@Produm ID_inlet(5'X51 ASTM C913 IASTMC913 .T2202J 1 :194024 333920 Mm Wo AmeriTcv Pitt diFmd- IPmcoi1k1' Siorm Junaim BUs ASTM C913 1'19:202J 331')20 �Mmhdc An>m7<z PJ&PnvWw IPreva+t5ti'Stom Juocum Bo< --- - - -- IASTM COI3 1'192U24 334920 Maohok Ame Tes P/�&Produas ST- Tmibm MH(3'MH m t6e moof 5' 1B) IASTMC913 1.192024 3349'_0 IMmhWe IA -Tex PrclP"- I P e6'zG'Smnn Junetiao Boz IASTMC913 1�197024 i4920 bfanhd, I-= td'tadnm I 6'Pmc Tmsttion MH(4'MHmthct000f6'JB) IASTM C913 1.1,2024 334920 1hb.h.l' AmrnTcz Pitt&Zrd= I Prccart 8V8' Smrm Jmctim Box IASTM C913 1.'19,2024 33492U IMmhok 4mcn7ev ['iJ,w &Pmdums 8'Pnanrt Tmvtion NTH(4'MH mthemouf8'JB) IASTM C913 1•lY.2U2J 133 J92U I!.fw6ok 4mcnTex Pipe RProduv I Tvtt C Storm Dmm Manhole m Bov(4' MH m the Wvof RCB) I IASTM CYI3 7.:620_4 33492U I334920 CmF INct� A4 Tcx Pier BPmdua. IU.iPrewsY•(S¢e 10'x 3') I IA9Tb1 C913 7. 1621124 INrb Wa: .4mcv7ez Pme &Pmdmv I IS 3Pr t""(S¢ 1",3'1 I 1ASTM C913 here-Arcm:w(m;.ruyyoerd /nr rbr uvtl<JPerdnw?/&e wwuavr@ai 1•'a!v. Sngrllynnnn✓j@rsw.mrr me rry✓vedm de rnrru;pbrre A'e eerepdmu Nia rrq'ununurr sAW brnlbwed CITY OF FORT WORTH TRA.NSPORTATIOPDPUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/3/2024 1 Stamr Sevier-Pi13 I4.'�2421 3341 B Y.+w l]rw Piy� I�Idvmrcd Urvmyc lYnmxM 1.�1DSi :DS HP Storm P.I,,p/ 7rne(PPI Piuc(Siu-12--GO") }nnquc .iSIT1 F_88I e.lV-HTO M3.i0 Ix2b.?03 ?3411U x'Sx.20'_3 3341 IU Slnrm Unun Yin. C.1-13- IRmka Muruuds IRi, ivfuraiNs Remforwi Ceua+xc Y� uodG�}{�ur Prce iS--=1"or lvrccr) R—f d Conaem Bow Cul, en(Su - AST M CI(.Ch55 AJTM C789.Cx>0 Ila 12,201, 3?4I 14 Sromr D—P.— IAmcnTce Prce�.Producrc Rif—,IC®acre Pi,rTmtvc and Grmae Jomt Pime(S¢c-15"wI—r) AST M C76. C506 ills ;x2n+3 14 i11(.• Cuhm Boz ppKK RP-Juct. Rewforecd Cooaetc Bor"Culvert iASTMC1433.C7577 IU,182U'3 354110 (i4.1xn42i Sturm Drhr l'imr 7'uma Co. RemfonaMConuxtuPi T''**��u�und Gronrc JmrPice'(Siu-IS"alm�M:rl ASTM C76, C506 33.711U CWaen Boc [-T-P Turner Co Remlorxd Concr+xe Sou(,un 1we-5'iwxl 2U24 3?JI IU 52424 41 IG Srwm Drum Pvice Culrrn B.0 mrr{{� Pice Grmn vml. RemCmcrcre PiJ 7.mque and Grwre Jeint Pim'(Soc Various) R:i.f—dCmaulc 8orc 2;uhM AST IC76. C506 ASTMCI433.CI577'_5-2024 334110 SYerm I)—Pl cwlr Remform7C.—Am T—.—dG—Joim Prm'lSiu Vunmir A.STMC76.C506 Water/Sewer Standard Product !lest: FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. lClasssification I Manufacturer l Model No. I National Spec I Size Water & Sewer - Manholes & Bases/Comnonents 33-39-10 (Rev 2/3116) 07/23/97 3305 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 I Q /00 3305 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 330113 Profile Gasket for 4' Diam. MH, Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1126/99 3305 13 HDPE Manhole Adjustment Rings Ladtech, Inc HOPE Adinstment Ring Traffic and Non -traffic area 5/I3/05 3305 13 Manhole External Wrap Canusa - CPS WrapidSaal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26N9 33 39 13 Fiberglass Manhole IFibergless Fluid Containment, Inc. I Flowtite AST- 3753 Non -traffic area 09/30/06 3339 Il Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/1671 • 33 OS 13 1Manhole Frames end Covers I Westem Iron Works, Bass & Hnys Foundry I 1 W l 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 213/16) 33 05 13 Manhole Frames end Covers Westem fro, Works, Bass & Hays Foundry 30024 24" Dia. 33 05 13 Manhole Frames and Covers McKinley Iron Works hic. A 24 AM 24" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 3305 13 Manhole Frames and Covers Sigma Corporation MH-144N 3305 13 Manhole Frames and Covers Sigma Comomtion MH-143N 3305 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" the. 3305 13 Manhole Frames and Covers Neenah Casting 24" die. 10/31/06 3305 13 Manhole Frames and Covers (hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Die. 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Die. 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Die. 11/02/10 330513 30" Dia. NO Ring and Cover Sigma Corporation MH1651FWN&MH16502 30" Di. 07/19/11 3305 13 30" Die. MH Ring and Cover Star Pipe Products MH32FT WSS-DC 30" Dia 08/10/11 33 05 IS 30" Die. MH Ring and Cover Accuent 220700 Heavy Duty with Gasket Ring 30" Die 30" ERGO XL Assembly 10/14/13 33 05 13 30" M Dia. H Ring and Cover (Binged & Lockable) Eest Jordan Iron Works with Cam Lock&WICIT-Gasket ASSHFO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Die. 1211/23 1405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267 WT - Hinged (32") ASTM A 48 30" Die. CAP-ONE-30-FT W, Composite, w/ Lock 09/16/19 3305 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Die. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Die. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight &Pressure Tight 33-05-13 (Rev 2/3/16) 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Die. • 33 05 13 Manhole Frames and Covers Neenah Casting 24" Die. • 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Die. • 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Die. 03/08/00 3305 13 Manhole Frames and Covers Amucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Die. Water & Sewer - Manholes & Bases/Precast Concrete 19ev 1/8/13) • 3339 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item N49 ASTM C 478 48" • 3339 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" W32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" manna cc- vpenmg ana ritop, (no 09/03/24 3339 10 Manhole, Precast Concrete Old —do Precast Inc. Transition, Co..)Cones) ASTM C 478 48" to S4" I.D. 1 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 1 09/06/19 33 3920 Manhole, Precast Concrete Fort -a Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Pradl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-47g; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RmkHmdacp 48" & 60" LD. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polyereee Pipe Sewer-(WAC1,Wastewater Access Chamber 33 39 40 For use when Std. MH cannot be 12/29/23 33 39 20 I Wastmvater Access Chamber I Quicksheam Solutions, Inc. Type 8 Maintenace Shaft (Poopiq installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Ce nentitious • EI-14 Manhole Rehab Systems Quadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reline, MSP EI-14 Manhole Rehab Systems AP/M Permeform 4/20/01 E I-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5112/03 E I-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use • From Original Standard Products List 1 FORT" W�OR�TH�m CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. IClasssification I Manufacturer Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious OS/20�/96 EI-14 Manhole Rehab System smayroq, 12/14/0) Coating for Corrosion protection(Exterior) ERTECH 01/31/06 Coatings for Corrosion Protection Chesterton 8/28/2006 Coatings for Corrosion Protection Warren Environmental 1111 16.13 1111. 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams I Water & Sewer - Manhole Inserts - Field Operations OF t Only (Rev 2/3/16) - • 3305 13 Manhole Insert Knutson Enterprises ' 33 OS 13 Manhole Insert South Western Packaging • 33 05' Manhole Insert Noflow-Inflow 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Model No. Spray Wall Polymethane Coating Series 20230 and 2100 (Asnhatic Emulsion) Are 791, SIHB, 31, 32 S-301 and M-301 RR&C Dampproolmg Non-Fibered Spray Grade (Asphati: Emulsion) Made to Order - Plastic Made to Order - Plastic Made to Order - Plastic Lifesaver - Stainless Steel TetherLok - Stainless Steel Updated: 9-3-24 National Spec Size ASTM D639/D790 Structures Only Acid Resistsnce Test Soarer Applications Sewer Applications For Exterior Coating of Concrete Structures Only ASTM D 1248 ASTM D 1248 ASTM D 1248 For 24" die. For 24" dia. For 24" die. For 24" dia. For 24" die Water & Sewer - Pine Casing Suacers 33-05-24 (07/Ol/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Posverseal 4810 Poaerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Sminless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Nonyressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CS312 09/03/24 I 33 ul 13 ICasing Spacers I Raci (Completely HOPE) I Per Manufecturere Requirements (Sewer I I S" - 12" (Sewer Only) Applications Only) Water & Sewer - Pioes/Ductile Iron 33-11-10(1/8/13) • 33 11 N Ductile Iron Pipe Grill Pipe Products, Co. Super Bell -Tile Ductile Iron Pressure Pipe, AW WA C 150, C151 3" thm 24" 1 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron P�FCo. American Futile Pipe (Bell Spigot) AW WA C150, C151 4" thm 30' 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron PspeLL`o. American Flex Ring (Restrained Joint) AW WA Cl50, C151 4" thru 30" • 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 • 33 11 10 Ductile Iron Pipe MaWene Cast Iron Pipe Co. AW WA C 150, C151 1 lWater & Sewer - Utilitv Line Marker (08/24/2018) Sewer - Coatiniw/Eimv 33-39-60 (01/08/13) 02/25/02 Boaxy Lining System Sauereisen, Inc Se —,Gard 21ORS LA County#210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIHB, SI, S2 Acid Resistance Test Sewer Applications I 8/28/2006 Coatings for Corrosion Protection Warren Envircer— tal S-301 and M-301 Sewer Applications I Sewer - Coafin s/PogI urea I � I I I I Sewer - Combination Air Valves. 01/21/18 1 33-31-711 VAn Release valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete • El-04 Con:. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 • E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 • EI-04 Conc. Pipe, Reinforced Henson Concrete Products ASTM C 76 • E l-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment Svstem (Method)33-31-23 (01/18_/13) PIM System PIM Corpomtion Polyethylene PDA Corp., Pinata Way, N.J. Approved Previously McConnell Systems � McLat Construction Polyethylene Houston, Texas Approved Previously TRS SystemTrenchless Replacement System Polyethylene Calgary. Canada Approved Previously I Sewer - Pioe/Fiberrlass Rem reed/ 3373..7- 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobos Pipe USA, Inc. Hobos Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 333113 Fiberglass Pipe (FRP) Ameron Bandstand RPMP Pipe ASTMD3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtits) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Forms Pipe Industries Fibersuong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 erg Fiblass Pipe (FRP) Superlit Boru Samvi A.S. Superlit FRP ASTM 3754, AW WA C950 ' From Original Standard Products List 2 FORT WORTH. (Approval Spec No. IClasssification Sewer - Pi e/Polynter Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 EI-9 Reinforced Polymer Concrete Pipe Sewer - Pines/HDPE 33-31-23(1/8/13) • polyethylene pipe • �Highdensity High -density polyethylene pipe I Highdensity polyethylene vice Hiandensity polyethylene vice Sewer - Pines/PVC (Pressure Sewer) 33-11-12 (4/1/13) 2/02/11 M-11-11 A-14WD ress—M'ps ]0/22/14 33-11-12 J DR-14 PVC Pressure Pipe I Sewer - Pipes/PVC* 33-31-20 (7/1/13) ' 33-31-20 PVC Sewer Pipe 12/23/97• 33-31-20 PVC Sewer Pipe • 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Smwr Pipe 12/05/23 33-31-20 PVC Sewer Pipe I 33-31-20 PVC Sewer Pipy 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings ' 33-31-20 PVC Sewer Fittings I 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 3120 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 3120 PVC Sewer Pipe I 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 333120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Amitech USA US Composite Pipe Phillips Dri—pice, Inc. Plexco Inc. Polly Pipe, Inc. CSR Hydro Conduit/Piceline Systems Pipelife Jetstteam Royal Building Products J-M Manufacturing Co., Inc. (JM Eagle) Diamond Plastics Corporation Lamson Vylon Pipe Vinyltech PVC Pipe Vinyltwh PVC Pipe l-M Manufacturing Co, Inc. (JM Eagle) Diamond Plastics Corporation Hmco Plastic Trends, Inc.(Wesdake) Pipelife Jet Stream Pipelife Jet Stream GPK Products, Inc. NAPCO(Westlske) Sanderson Pipe Corp. NAPCO(Westlake) Model No. Meyer Polycrete Pipe Reinforced Polymer Concrete Pipe Opticore Ductile Polyethylene Pipe McConnell Pipe Enlargement PVC Pressure Pipe Royal Seal PVC Pressure Pipe SDR-26 (PSI 15) SDR-26 (PSI 15) SDR-26 (PSI 15) SDR-26 (PSI 15) Gravity Sewer PS 115 PS 115 PS 115 SDR-26 (PS 115) Gasket Fittings Gasketed PVC Sewer Main Fittings SDR 26 (PS 115) SDR 26 SDR 26 SDR 26 SDR 26 SDR 26 PS 115 Updated: 9-3-24 National Spec ASTM C33, A276, F477 ASTM C-76 ASTMD 1248 ASTMD 1248 ASTMD 1248 ASTM D 1248 AW WA C900 AW WA C900 ASTM D 3034 ASTMD 3034 ASTM D 3034 ASTM D3034 ASTM F 679 ASTM F 679 ASTM F-679 ASTM D-3034, D-1784, etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034 I ASTM D3034 ASTMD3034 ASTM F-679 Size s" to 102". Class V 8" 8" 8" 4" thru 12" 4"thru 12" 4"-11" 4" thru 15" 4" d— 15" 4" thm 15" 18" 18" - 28" 18" to 48" 4" - 15" 18"- 24" I 4"- 15" 4"- IS" 4" - 15" 4"-15" IS"-36" I I • From Original Standard Products List 3 FORT WORTH. "a0l"o-� IApprovall Spec No. lClasssification Water - (19p4Vr jq#pc fs 33-12-10 (07/01/13) 1 l 09/03/24 31-12-10 ]Double Strap Saddle 01/18/18 33-12-10 Double Strap Saddle 08/28/02 Double Strap Saddle 17/21112 13-12-111 Double Strap Service Saddle 03/07/23 33-12-10 Double Strap Service Saddle 10/27/87 Curb Stops -Ball Meter Valves l0/27/87 Curb Stops -Bell Meter Valves 5/25/2018 33-U-10 Curb Stops -Ball Meter Valves 5/15/2011 33-12-111 Curb Stop% -Bell Meter Valves 1/11/2011 33-12-10 Curb Stops -Bell Meter Valves 1/1 11018 33-12-10 Curb Slops -Ball Meter Valves 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves 5/25/2018 3342-10 Curb Stops -Bell Meter Valves 01/26/00 Coated Tapping Saddle with Double SS Straps 0/5121/12 33-1215 Tapping Sleeve (Coated Steel) 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) 05/10/11 Tapping Sleeve(Stainless Sleep 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep 05/10/11 Joint Repair Clamp Plastic Meter Box w/Composite Lid Plastic Meter Box ,/Composite Lid 09/30/06 Plastic Meter Box WComposits Lid Concrete Meter Box Concrete Meter Box Concrete Meter Box Waterne - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) � Ii�o � I Water - Combination Air Release 33-31-70 (01/08/13) • El-ll Combination Air Release Valve • EI-1I Combination Air Release Valve • EI-11 Combination AU Release Valve Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14). 10/01/87 E-1-12 Dry Barrel Fire Hydrant 03/31/88 E-1-12 Dry Barrel Fire Hydrant 09/30/81 E-1-12 Dry Barrel Fire Hydrant 01/12/93 E-1-12 Dry Bartel Fire Hydrant 08/24/88 E-1-12 Dry Barrel Fire Hydrant E-1-12 Dry Bartel 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 EI-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 33-1240 Dry Barrel Fire Hydrant Water - Meters 02/01/93 EI01-5 DDelector Check Meter .1/04 Magnetic Drive Vertical Turbine CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Manufacturer I Model No. National Spec i Size Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe Romac 202NS Nylon Coated A W WA C800 V-2" SVC, up to 24" Pipe Smith Blair t1317 Nylon Coated Double Strap Saddle Mueller Company DR2S Double (SS) Strau DI Saddle AW WA C800 1"-2" SVC, on to 24" Pipe Powerseal 3450AS, Inc). Coro. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe McDonald 6100M,610OMT & 619MT 3/4" and V McDonald 4603B, 4604B, 6100M, 610OTM and 6101M I%' and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, Ford Meter Box Co., Inc. L22-77NL AW WA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- Ford Meter Box Co., Inc. NL, L22-66NL AW WA C800 1-1/2" FB6004-NL FB1600-4-NL,B11444-WR- Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AW WA C800 1" B-25000N, B-24277N-3, B-2020ON-3, H- AW WA C800, ANSF 61. l Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSVNSF 372 2" B-25OWN, B-20200N-3, B-24277N-3,H- AW WA C800, ANSF 61, Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-2020ON-3,H-15000N, H- AW WA C800, ANSF 61, Mueller Co., Ltd. 15530N ANSI/NSF 372 1" JCM Industries, Inc. 0406 Double Band SS Saddle V-2" Taos on up to 12" JCM Industries, Inc. 412 Tapping Sleeve ESS AW WA C-223 Up to 30" w/12" Out JCM Industries, Inc. 415 Tapping Sleeve AW WA C-223 Concrete Pipe Only Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" Romac FTS 420 AW WA C-223 Up to 42" w/24" Out Romac SST Stainless Steel AW WA C-223 Up to 24" w/12" Out Romac SST III Stainless Steel AW WA C-223 Up to 30" W 12" Out Powereeal 3232 Bell Joint Renair Clamp 4" to 30" DFW Plastics hie. DFW37C-12-IEPAFFTW DFW Plastics In. DFW19C-12-IEPAFFTW DFW Plastics Inc. DFW65C-14-IEPAFFTW Class"A" Bass &Hays CMB37-B12111S LID-9 Bass & Hays CMB-18-Dual 1416 LID-9 Bass & Hays C1,865-B65 1527 LID-9 GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B. ASTM A I" & 2" Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" Valve and Primer Corp. APCO N143C, N 145C and g 147C 1", 2" & 3- American-Darling Valve Drawing Nos. 90-18608, 94-18560 AW WA C-502 American Darling Valve Shop Drawing No. 94-18791 AW WA C-502 Clow Corporation Shoo Drawing No. D-19895 AWWAC-502 American AVK Company Model 2700 AWWAC-502 Clow Corporation Drawings D20435, D20436, B20506 AWWAC-502 ITT Kennedy Valve Shop Drawing No. D-80783FW AWWAC-502 M&H Valve Company Shop Drawing No. 13476 AW WA C-502 Shop Drawings No. 6461 Mueller Company A-423 Centurion AW WA C-502 Shop Drawing FH-12 Mueller Company AA23 Super Centurion 200 AW WA C-502 U.S. Pipe & Foundry Shoo 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 I AW WA C550 I 4" - 10" Hersey Magnetic Drive Vertical AWWA C701, Ciessl 3/4"-6" • From Original Standard Products List 4 FORTOR,THA IApprovall Spec No. IClasssification Water - Pioes/PVC(Pressure Water) CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer I Model No. Updated: 9-3-24 National Spec I Size AWWA C900, AW WA C605, 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 V-16" AWWA C900, AWWA C605, 12/05/23 33-11-12 PVC Pressure Pipe Vin Itech PVC Pipe DRIB ASTMD1784 16" ll" A1VNA C900, AW WA C605, 09/03/24 33-11-11 PVC Pressure Pi Northern Pi Products DR14 ASTMD1784 4"-16" AW WA C900, AW WA C605, 09/03/24 33-11-12 jPVC Pressure Pipe I Northern Pip, Products DR18 ASTMD1784 3/19/2018 331112 PVC Pressure Pipe Pipclife Jet Stream DR14 AWWAC900 4"42" 1 3/19/20.8 331I 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWAC900 16"-24" 1 5/21/1111 33 11 12 'VC Pressure Pipa Diamond Plastics Corporation DR 14 AWWAC900 V-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWAC900 16'-24" AWWAC900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/LVa JM Eagle DR 14 ANSIINSF 61 4" 28" FM 1612 AWWA C900-16 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc dtb& JM Eagle DR 18 UL 1285 16"-24" ANSI/NSF 61 FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 331112 PVC Pressure Pipe NAPCO(Westleke) DR18 AWWA C900 I6"-24" 9/6no19 331112 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 V-12" 9/6/2019 33 11 12 PVC Pressure Pipe Sunder —Pipe Corp. DR14 AWWAC900 4"-12' Water - Pines/Valves & Fittiups/Ductile Iron Fittinrs 33-11-11(01/08/13) 0723/92 EI-07 Ductile Lon Fittings Star Pipe products, Inc. Mechanical Joint Fittings AWWA CI53 As CI IO El-07 Ductile Lon Fittings Griffin Pipe Products, Co. Mechanical Joint Fittip� AWWA C 110 ElA7 Ductile Lon Fittings McWmNfyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB`i'lass 350 AWWA C 153, C 110, C III 08/I l/98 El-07 Ductile Lon Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110. C 112 02IMII4 E1-07 MJ Fittings Accucast Class 350 C-153 M1 Fittings AWWAC153 V-12" 05/14/98 EI-07 Ductile Lon Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWACIll/C153 4" to 36' 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box. Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AWWACll I/CI53 4" to 24" 11/09/04 EI-07 Ductile Lon Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA CI11/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Lon Pipe Mechanical Joint Restraint EBAA Iron, Inc. Messing Series 1100 (for DI Pipe) AW WA CI I I/CI16/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Icon, Inc. Megalug Series 2000 (for PVC Pipe) AW WA Cl1I/CI16/CI53 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4-SLC 10 AWWAClII/CI53 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4-SLCS 12 AWWAC111/CI53 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWAClll/CI53 12" to 24" 08/10/98 EI-07 Ml Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWAC153 4"-24" 10/12/10 EI-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12- 08/16/06 EI-07 Mechanical Joint Fittings SIP lndustries(Serampore) Mechanical Joint Fittings AWWAC153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA C 111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA C 111 EZ Grip Joint Restraint (EZD) Black For DIP 113/19/18 33-11-11 Mechanical Joint Retainer Glands SIP lndustries(Serempore) ASTM A536 AWWA CIII 3"48" EZ Grip Joint Restraint (EZD) Red for C900 WIWI. 33-ll-11 Mechanical Joint Retainer Glands SIP lndustries(Serampore) DR14 PVC Pipe ASTM A536 AWWA CIII 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Seram p01e) DR18 PVC Pipe ASTM A536 AW WA C I11 16"-24" From Original Standard Products List s FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 (Approval Spec No. �Classsification I Manufacturer Model No. National Spec Size Water - Pioes elves & Fittings/Resilient Seated Gate alve* 33-12-20 (05/13/15). Resilient Wedged Gate Valve /no Gears American Flow Control Series 2500 Drawing g 94-20247 16" 1 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36' 1 08/31/99 Resilient Wedge Get. Volvo American Flow Control Series 2520 & 2524 (SD 94-20255) AW WA C515 20" and 24" 1 05/18/99 Resilient Wedge Gate Valve American Flow Conuol Series 2516 (SD 94-20247) AW WAC515 16" 1 10/24/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WAC515 4" to 12" I 08105/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" 1 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seeded GV AW WAC509 4" to 12" 1 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller 1 EI-26 Resilient Seated Gate Valve Kennedy 4" - 12" 1 EI-26 Resilient Seated Get. Valve M&H 4" - 12" ' EI-26 Resilient Seated Gate Valve Mueller Co. V -12" II/0M9 Resilient Wedge Gate Valve Mueller Co. Series A2361(31) 6647) AWWAC515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for I8"-24" (SD 6709) AW WA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWAC509 4"-12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS OV (SD D-20995) AW WA C515 16" ll/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWAC515 24"and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient Wit Gate Valve Clow Valve Co. Clow Valve Mode12638 AW WA C515 24" to 48" (Note 3) 1 05/08/91 E1-26 Resilient Sea ed Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" EI-26 Resilient Seated Gate Valve U.S. Pips end Fo Co. Metmseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 kesilient Seated Gate Valve EJ(East 7ordan Iron Works) EJ FIowMester Gate Valve&Boxes 1 08/24/19 Matco Gate Valve Mates -Norco 225 MR AWWA/ANSI CI I5/An21.15 4" to 16" 1 I Water - Pipes/Valves & Fittinps/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) 1 E 1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" 1 E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller 1 1/11/99 EI-30 Rubber Seated Butterfly Valve Dezurk Valves Co. AWWA C-504 24" and larger 1 06/12/03 EI-30 Valm ntic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AW WA C-504 Up to 84' diameter 1 04/06/07 E I-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" 09/03/24 I 33 1221 (Rubber Seated Butterfly Valve American AVK Company I AW WA C504 Butterfly Valve Class 250E I AW WA C-504 I 24" - 48" Water - Polvethvlene Encasement 33-11-10 (01/08/13) OS/12/OS EI-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWAC105 9mil LLD 1 1 05/12/05 E I-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C f05 8 mil LLD 1 1 0511: EI-13 Polyethylene Encasment AEP Industries Bullsuong by Cowtown Bolt & Gasket AW WA C 105 8 mil LLD 1 1 09/06/19 I 33-I I -I l Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD Water - Samoline Station 1 1 03/07/21 1 33 1250 [ Water Sampling Station Kuplarle Foundry Company JEclipse, Number 88 , 12-inch Depth of Bury I I As shown in spec. 33 12 50 09/02/24 1 331250 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-M(1DG2-CSD-NL, Frecze Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Pmmble) 10/21/20 AutomatedF` System Mueller H'(droguard HG2-A-IN--2-PYS 0P�JJ 1,�j�G(Permanenq 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse H980r we 1 04/09/21 Automated Flushing System I Kupferle Foundry Company Eclipse g9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Spetifrcation 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 ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents NORTHSTAR REGIONAL LIFT STATION AND FORCE MAIN IMPROVEMENTS CITY PROJECT NO.: 105187 Bid Date: February 6 2025 2:00 PM The Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. Document Modified: Specification 41 60 00 Updated • Description of Change: o Additional Prequalified Contractor added for PCSI ■ RED Group Inc. 9500 Ray White Rd, Ste. 223 Fort Worth, TX 76244 Attn: Jake Mattix Office 682.394.4493 This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last paae of the Bid Form and acknowledge receipt on Bonfire. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. PAGE 1 RECIEPT ACKNOWLEDGEMENT: ISSUED BY: ETRA TECH, INC By: Austin Alumbaugh By: Company: Fort Worth Civil Constructors, L CMIKE MCCLUNG, PE SOUTHEAST MUNICIPAL LEADER Address:4860 Mark IV Parkway City: Fort Worth State: 76106 ACCEPTED BY CITY: p F 1qr _p Andrew Goodman Engineering Manager PAGE 2 ADDENDUM NO. 2 To the Plans, Specifications & General Contract Documents NORTHSTAR REGIONAL LIFT STATION AND FORCE MAIN IMPROVEMENTS CITY PROJECT NO.: 105187 Bid Date: February 6, 2025 @ 2:00 PM The Contract Documents, Specifications, and Plans for the subject project are hereby amendedas follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1) Document Additions: a) Changes to Construction Plans i) Sheets C 02 and M 01 (attached)— Revised size of inlet gravity sewer (by others) to 18" based on approved construction plans (CPN:104824) b) Bidders questions and answers Question 1: Project Value What is the engineers estimate or the Cities budget for this project? The owner has decided not to disclose the engineer's estimate Question 2: Planholders List Will there be a completed planholders list,or bidders list for this project? Yes, it will be posted in Bonfire Question 3: Post bid "Business Equity Utilization" document submittal process. Please clarify who we submit Business Equity Utilization Documents after bids are publicly opened. These documents must be uploaded through Bonfire in the section named "MWBE Goal" Question 4: Notice to Proceed In the past, it has taken the City 4-6 months to award a project and issue a notice to proceed, when can the contractor expect notice to proceed to be issued for this project? This will be awarded 3-4 weeks from bidding since it is a developer driven project with City participation, which is different from a Capital Project Question 5: Valve vault steel grating frame beam to wall connection Detail 6-0104 Please provide Valve Vault steel grating frame "beam to wall connection" Detail 6-0104". PAGE 1 Structural engineer to provide detail in future addendum Question 6: STRUCTURAL PRECAST CONCRETE WITH COMMERCIAL ARCHITECTURAL FINISH With regards to fabricators, the specs list only Nitterhouse Concrete Products, Inc as an approved precast fabricator, who is PCI certified fabricator. Can we utilize other precast fabricators that can prove to have similar experience and quality or PCI certification? Any fabricator can be used as long as it is PCI-Certified and provides a product that complies with the specifications on section 03 41 00 Question 7: Franchise Power Can the developer/city provide an allowance for Franchise Power cost? It is our experience that the power company will not provide pricing prior to review of plans, load requirements, materials cost at a more current period and other off -site conditions that may impact this project. Incidental under Electrical (Line Item 22) Question 8: By Pass Pumping The specs have reference to By -Pass Pumping, from the engineers position is there a reason By -Pass Pumping is required? The by-pass pumping is only specified to act as a guidance in case it is necessary at any point during the project. We do not anticipate needing by-pass pumping currently. Question 9: Lift Station Epoxy Coating Please clarify if the Interior of the Valve Vault will require Epoxy Coating. Yes, section 33 39 60 of the non-standard specifications calls for a "high -build" epoxy coating system (SpectraShield) to all concrete utility structures such as manholes, lift station wet wells, junction boxes or other concrete facilities that may need protection from corrosive materials. Question 10: Exposed Aggregate Concrete Driveway There are no reference to the type or size of Aggregate for the driveway finish, please provide. Aggregates must comply with ASTM C 33 standard as described in Section 32 13 13 of the nonstandard specifications. PAGE 2 Question 11: Abandonment & Removals The specs reference Abandonment & Removals, we do not find any required for the project, please direct us to where these tasks will take place. Abandonment and removal are only specified to act as a guidance in case it is necessary at any point during the project, the engineer has not identified any existing utility that has to be abandoned or removed at this time. Question 12: 12" Sanitary Sewer Pipe with CSS Typically the Co FW requires a pay item for pipe that is CSS encased, will that be the case or is it subsidiary to an item? There will be a separate line item for CSS Question 13: Epoxy Coating of ARV Manholes Will epoxy coating be required for the interior of the ARV Manhole? See response to question 9 Question 14: no answers about a planholders list? no answers about a planholders list? Yes, it will be posted in Bonfire Question 15: 8" waterline and 15" SS by others is existing? Both are proposed under a different project/contract. This is part of Northstar West (Phase 3), design by Westwood Question 16: Why has not this project been awarded? We did not have a successful bidder in the last bid, Key documents were missing from the bid submittal. Based on that, the City could not move forward with the award process per City Attorney. Question 17: Will this be awarded within 3-4 weeks from bidding? Yes PAGE 3 Question 18: Is this project City funded, or developer funded? This project is developer funded with City participation. The developer will front the costs of the project, and the city will reimburse the costs up to their participation amount. Question 19: MWBE documents must be submitted with the bid but usually City of FortWorth allows for 3 days after the deadline to submit those documents Section 00 45 40 points that: 1. Required documents (bid) must be submitted electronically (Bonfire) at the time of bid under the respective project 2. Other applicable documents, such as the MWBE goal, must be received no later than 2 PM on the 3rd City business day after the bid closes. The preference is to have them all submitted by the time of the bid to allow the City to have a more comprehensive review and get the project awarded quicker. Question 20: What are the liquidated damages per day? Per section 00 52 43 of the project manual, the liquidated damages are set to One Thousand, two hundred -fifty Dollars ($1,250) for each day that expires after the contract time, which is 375 days (Section 00 41 00, Item 4 - Time of Completion). PAGE 4 This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last oaae of the Bid Form and acknowledge receipt on the outer envelope of vour bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT: ISSUED BY: Tetra Tech By: 6v By: By: r Company: Fort Worth Civil Co structors, LLC Mike McClung, PE Southeast Municipal Leader Address: 4860 Mark IV Pkwy ACCEPTED BY CITY: City: Fort Worth State: TX fouls Andrew Goodman Engineering Manager PAGE 5 ADDENDUM NO. 3 To the Plans, Specifications & General Contract Documents NORTHSTAR REGIONAL LIFT STATION AND FORCE MAIN IMPROVEMENTS CITY PROJECT NO.: 105187 Bid Date: February 6, 2025 @ 2:00 PM The Contract Documents, Specifications, and Plans for the subject project are hereby amendedas follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. Bidders questions and answers Question 5: Valve vault steel grating frame beam to wall connection Detail 6-0104 Please provide Valve Vault steel grating frame "beam to wall connection" Detail 6.0104". Please refer to latest set, posted on Bonfire and refer to the following details to have a better understanding of the beam to wall connection: a. Detail 2 - Sheet S03 b. Detail 6 - Sheet S05 This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last page of the Bid Form and acknowledge receipt on the outer envelope of vour bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMEN ISSUED BY: Tetra Tech By: _ . By: --- 7ftN"-�- Mike McClung, PE 71 Company: ��-L�D��,iV , � Southeast Municipal Leader Address: 11I3 MAQK IV �W LINO ACCEPTED BY CITY: City:T4 State: k�/-M Andrew Goodman Engineering Manager PAGE 1 FORT_ WORTH@ April 04, 2024 Mr Austin Alumbaugh Fort Worth Civil Constructors, LLC P O Box 164513 Fort Worth, TX 76161 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Alumbaugh: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $50,340,170.00 has been established for your organization based on the financial data submitted. Your firm is prequalified to perform the following work: -- Wastewater Mains (24" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods -- Water Mains (16" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods -- Facility work in Lift Stations -- Miscellaneous work restricted to Bypass Pumping of Sanitary Sewer projects 24-inches and smaller The prequalification and bid limit established above will remain current through 4/30/2025 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. Yours very tr ly, MAIL TO: John Kasavich, P.E. -^ I Fort Worth Water Department Engineering & Regulatory Services fir Chris Harder, P.E. 200 Texas Street Water Director Fort Worth, TX 76102 Fort Worth macro WATER DEPARTMENT T11F Crry OF FORT WORTH * 200 'I'Fms Srart r * Fo1rr Wolrrli, 'rEXAs 76102 817-392-8240 * FAX 817-392-8195 1961 • 1993 • 2011 C~rl Prinled on recycled paper