Loading...
HomeMy WebLinkAboutContract 63486-PM1CSC No. 63486-PM1 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Water, Sewer, Street Lights & Paving To Serve Stanley & Cantey Townhomes IPRC Record No. IPRC22-0168 City Project No.104348 FID No. 30114-0200431-104348-EO7685 File No. W-2879 X File No. X-27508 Mattie Parker JESUS "JAY" CHAPA Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth July 2025 Shield Engineering Group TBPE Firm #F-11039 TBPLS Firm # 10193890 1600 W 7ch St., Suite 400, Fort Worth, TX. 76102 817-810-0696 Owner/Developer M25 ON THE RAIL, LLC 830 Taylor St Fort Worth, TX 76102 817-269-7669 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn�3 inyiia4ion to Bidders Last Revised 03 i 0 00 41 00 00 42 43 0043 13 Bid Fert Proposal Form Unit Price Bid Ben nn in s 05/22/2019 nn in 4 nno n�= Bidde :s Pf:eq, alifieatiea's 04/02/2014 0045 12 Prequalification Statement 09/01/2015 00 45 26 Contractor Compliance with Workers' Compensation Law r, 04/02/2014 nQ i 0045 40 00 52 43 iner-ity Business E fAer- rise Goal Agreement a 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 00 7200 Maintenance Bond Genef.,i Conditions 01/31/2012 i ii ii T 00 73 00 0073 10 c,,,.,.io,,.,enta y r,,. difi np Standard City Conditions of the Construction Contract for Developer n7inm�vzi 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 813129 01 3233 Pr-egeet Meet* — Preconstruction Video 07/0i/2 z 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 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 nn in4 017008 01 71 23 Construction Staking nn in 4 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti):Hfortworthtexas.aov/tvw/contractors/ or httvs:Happs.fortworthtexas.sov/Proi ectResources/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition 02 41 14 r r.4iyy n o,,,,,.,.,l i n t.an r,, e Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 313600 31 37 00 Gabiens Riprap Division 32 - Exterior Improvements 32 0118 Tempef ary ,o0ralt f \-A-in 32 01 29 Concrete Paving Repair 32 1123 Flexible Base Goufses 32 1129 Lime Treated Base Courses 32 1133 Eamont Traate Base r 32 1216 Asphalt Paving 32 13 13 Concrete Paving Date Modified CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 2'�0 B-6ok Urrt Paving 32 1613 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 27�3 3'�6 Curb Ad Chain >~areas era Ga4es .e >;enees 3'�9 32 32 13 W alid Gates Wood > en es ,,,.a Gates Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 3304 10 Joint Bonding and Electrical Isolation 3304 11 Corrosion Control Test Stations 33 04 12 22� Magnesium Anode Cathodic Protection System Tempe,-ary 33 04 40 22�0 Wa4ef Se-,4ees Cleaning and Acceptance Testing of Water Mains 3305 10 Cleaning f Sewer- Mains Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings - Cast Iron 3305 13.10 Frame, Cover and Grade Rings - Composite 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 22�v 22�= Concrete Collars Auger- Ber-ing T,,.,.,el Liner- e,- Plate 22 22� 33-0524 Steel Casing Pipe HandT,,,.,.eling Piro in Vigor Tu.'nol :irrar- Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 "k., Nutr,, v a Gaskets 33 11 0 33 11 11 D etile Ife,. Npe Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 12 11 �3 oner-et€Pr-essufe Pipe 1?er \x 7f:appe.l Steel Cylinder- Type ?,3 11 11 Bwied EoaaJ P�✓a :cgs ✓3 11 if Pro Strwvc Cene.ete Cy4i aef Pipe 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 22�T 33 1225 33 1230 33 1240 33 1250 22�2 33 31 3 33 31 15 AWWA Rubber- Seated BtWe-f1.,Valves Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Fire Hydrants Viatoa awe Stations Cufed i Place Pipe (CIPPI F4b fg1xa Rok-f;,fee Piro fe - r_,..,..;t.- Emeitary$ High Density Polyethylene (14DPE) Pipe for- Sanitafy Sewef 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 44412 Sanitafy SePar Vi* I ;,ffrng 22�3 Safi t., y Sewe,. Pipe E��l�g�Ieflt 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combi.-Waa" Air- Vye nor Sani ar, Sewer- For- e Mains 33 39 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 22�0 F4-bc7Alwr, Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts ✓� 11 11 71 HighE) Deas;�. Polyethylene (14DPPipe for- Stw D"C.. 12 11 1� 7 � Reifif f:ee l Pelyetl.lene (E RPE) Pipe 33 46 00 Subdrainage 33 4601 Sletted Starm D24�,rzj 33-46 02 33 49 10 Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 2 A�-41- 10 T,-., f e Signals 2AA ^env-11 A44aGttiiief4 A Cabine 24� 41-1.02 34 ^�-4z-i .03 �CePA:FeaPir Att$CL�. +Stl eatt��eatFellefvpeei iea4iea Attt'1;ehmeait�+ zcife-vpeeiiiea4ien 211 11 11 Tempe -at=y T -affie Signals 34 414 5 Reetangul�'w d FIwJ.»,xg B men 34-416 PedoG*�-\A II;bFW-&igxa4 34 41 20 Roadway Illumination Assemblies 24 4120.01 Aftorial. 1-14nsina;,r--s 2A il�02 F-oo.: ay LED P.,.,.1.:,.,.. 2A ^�03 Resi o..ti l LED Roadway Din. in-1i—as 34 41 30 Aluminum Signs 3471 13 Traffic Control CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 104348 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix FG4,91 GC-4.02 Subsurface and Physical Conditions — Geotechnical Report Provided GC-4.04 Underground Facilities Fib-4.0.6 It.zGMetis Eayi.efff en4 1 Condition eA Site GG 6.07 `vag&R-1� GG-6-M Bapmlt0"a11144 GG 6. 1 PT,%Nk-9anFArZatian GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised March 20, 2020 WATER AND SANITARY SEWER CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES CPN 104348 dotloop signature verification: dtlp.us/gzVz-xT5D-gfZQ Stanley Cantey Townhomes CPN 104348 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Paee 1 of 3 Bidder's Application Bidders Proposal Bidlist Item No. Description I Specification Section No. Unit of I Measure (Bid Quantity Unit Price UNIT I: WATER IMPROVEMENTS 1 0241.1118 4"-12" Pressure Plug 0241 14 EA 11 $6,000.00 2 3201.0151 Asphalt Pavement Repair, Water Service 3201 17 LF 130 $267.00 3 3201.0614 Conic Pavement Repair, Residential 3201 29 Sy $181.00 4 3305.0109 Trench Safety 33 05 10 LF 1166 305 $17.05 5 3311.001 Ductile Iron Water Fittings w/Restriant 3311 11 TON 0.16 $62,500.00 6 3311.0261 8" PVC Water Pipe 3311 12 LF 1305 $115.00 7 3312.001 Fire Hydrant w/Gate Valve 133 12 40 EA 11 0 $8,000.00 8 3312.0117 Connection to Existing 4"-12" Water Main 1331225 EA I $8,900.00 9 3312.2003 1" Water Service (Domestic) 1331210 I EA I $6,250.00 10 3312.2003 1" Water Service (Irrigation) 13312 10 I EA 14 2 I $2,750.00 11 3312.3003 8" Gate Valve & Box 13311 20 EA 11 $5,000.00 12 3471.0001 Traffic Control 13471 13 I MO 11 I $2,800.00 13 9999.0001 Waterline Pressure Test 100 00 00 i LF 1305 I $11.50 14 9999,0002 Waterline Sterilization 1000000 I LF 1305 $16.50 15 9999.0003 1" Water Service (Domestic) 000000 (Tap into Exist Main) I EA I24 $1,271.00 16 17 18 19 20 21 22 II 23 24 I! 25 26 27 - 28 29 30 31 I I I 32 33 I I 34 35 36 j{ 37 38 39 I I 40 1` 41 I 42 43 I 44 f 45 II Bid Value $6,000.00 $8, 010.00 $30,046.00 $5,200.25 $10,000.00 $35,075.00 $8,000.00 $8,900.00 $25,000.00 $5, 500.00 $5,000.00 $2, 800.00 $3,507.50 $5,032.50 $30,504.00 TOTAL UNIT 1: WATER IMPROVEMENTS 1 $188,575.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Farm Version May 22, 20t9 00 42 43_Stwiley and Cantey Toswho— Bid Proposal DAP Uti!ity-YNs dotloop signature verification: dtlp.us/gzVz-xT5D-gfZQ Stanlev Cante_v Townhomes (-'PN 104348 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Page 2 of 3 UNIT PRICE BID Bidder's Application Project Item Information I Bidder's Proposal Bidlist Item No. p I Description Specification Section No. Unit of Measure Bid Quantity ( Unit Price Bid Value UNIT II_ SANITARY SEWER IMPROVEMENTS_ 1 0330.0001 Concrete Encase Sewer Pi e p 1 03 30 00 1 CY ) 4 $1,750.00 $7,000.00 2 3201.0150 Asphalt Pavement Repair, Sewer Service 13201 17 1 LF 1110 $45.50 $5,005.00 3 3201.0614 Conc Pavement Repair, Residential 32 01 29 1 SY 1100 $210.00 $21,000.00 4 3301.0002 Post -CCTV Inspection 1330131 LF 1140 $8.60 $1,204.00 5 3301.0101 Manhole Vacuum Testing 133 01 30 EA 11 $1,000.00 $1,000.00 6 3305.0109 Trench Safe Safety 133 05 10 I LF I 140 1 $10.75 $1,505.00 7 3331.3101 4" Sewer Service 13331 50 1 EA 17 1 $2,000.001 $14,000.00 8 3331.4115 8" Sewer Pipe 133 31 20 1 LF 1140 1 $143.001 $20,020.00 9 3339.1001 4' Manhole 133 39 10, 33 1 EA 11 1 $8,000.001 $8,000.00 10 3471.0001 Traffic Control 13471 13 I MO I 1 1 $2,000.001 $2,000.00 11 9999.0004 Connect to Exist 4' Manhole 100 00 00 EA 11 $5,000.001 $5,000.00 12 4 9999.0005 " Sewer Service (Tap into Exist Main) 000000 I EA I $952.50 $20,002.50 13 I 1 i21 14 ' 1 15 16 17 18 19 20 21 22 I 23 I I I 24 I ! I 1 25 1 26 27 28 .. 29 30 I I I I !1 31 32 I I I 33 34 35 36 37 I I I 38 39 40 41 42 43 44 I 45 1 1 I 46 1 ( 1 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $105,736.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43—Stanley and Camey To N homes Bid Proposal DAL' Utility.xls dotloop signature verification: dtlp.us/gzVz-xT5D-gfZQ Statiley Cantey Townhomes CPN 104348 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Paee 3 of 3 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Item No. Description I jBidQuantityl Unit Price I Bid Value Section No. Measure Bid Summary UNIT 1: WATER IMPROVEMENTS ( $188,575.25 UNIT II: SANITARY SEWER IMPROVEMENTS $105,736.50� Total Construction Bid $294,311.751 This Bid is submitted by the enfity named below BIDDER: Stampede Utility Construction 2615 S Hivv 287 Ste 500 PO Box 938 Decatur. TX 76234 (940)901-6234 / (817)404-9980 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: Collin Porter TITLE: President DATE: END OF SECTION 60 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Stanley and Cantey To—h—s Bid Proposal —DAP Utility,ds dotloop signature verification: dtlp.us/gzVz-xT5D-gfZQ SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT 00 45 12 DAP PREQUALIFICATION STATEMENT Page I of I Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvpe" box provide the complete maior work tune and actual description as provided by the Water Department for water and sewer and TPW for paving. T Major Work Type Contractor/Subcontractor Company Name Wastewater new Development, Rehabilitation, and Redevelopment Open Cut (21" and under); Water new Development, Rehabilitation, and Redevelopment Open Cut (12" and Under) Stampede Utility Construction Prequalification Expiration Date 7/31 /2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Stampede Utility Construction 2615 Hwy 287 Ste 500 / PO Box 938 Decatur, TX 76234 BY: Collin Port (Signature) TITLE: President DATE: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS STANLEY & CANTEY TOWNHOMES CPN: 104348 00 45 12—Prequalification Statement 2015—DAP Form Version September 1, 2015 dotloop signature verification: dtlp.uslgzVz-xT5D-gfZQ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SIC 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104348 . Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CON'I FACTOR: Stampede Utility Construction Company 2615 Hwv 287 Ste / PO Box 938. Address Decatur, TX 76234 City/State/Zip THE STATE OF TEXAS COUNTY OFTARRANT By: Collin Porter (Pl e Print) Signature: 0 2 Title: President (Please Print) BEFORE ME, t1A undersigned authority, on this day personally appeared Apl%Gs'/ z'k,11- , known to me to be the person whose name is subscribed to the fore %ping instrument, and acknowledged to me that he/she executed the same as the act and deed of s477 -.el �%7�e�; , for the purposes and consideration therein expressdd and in the capacity th&ein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this f�`��l day of 2140 o�PaYp�e� Candace White I otary Public in and for the State of Texas MY COMMISSION EXPIRES 09/07/2027 NOTARY ID: 1345450'-/ _ •y,,.,,. - ,..,� .... �,,.._ _ END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 STANLEY & CANTEY TOWNHOMES CPN:104348 dotloop signature verification: dtlp.us/gzVz-xT5D-gfZQ SECTION 00 52 43 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 2 AGREEMENT 3 THIS AGREEMENT, authorized on 05/22/2025 is made by and between the Developer, 4 M25 ON THE RAIL, LLC., authorized to do business in Texas ("Developer"), and Stampede 5 Utility Construction authorized to do business in Texas, acting by and through its duly authorized 6 representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORD 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Stanlev & Cantev Townhomes 16 City Proiect Number: 104348 17 Article 3. CONTRACT TIME IS 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within { 60� working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard 29 City Conditions of the Construction Contract for Developer Awarded Projects. The 30 Contractor also recognizes the delays, expense and difficulties involved in proving in a 31 legal proceeding the actual loss suffered by the Developer if the Work is not completed on 32 time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated 33 damages for delay (but not as a penalty), Contractor shall pay Developer Dollars ($650) 34 for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance 35 until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANLEY & CANTEY TORWHONIES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised June 16, 2016 dotloop signature verification: dtlp.uslgzVz-xT5D-gfZQ 005243-2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of TWO HUNDRED NINETY-FOUR THOUSAND 39 THREE HUNDRED ELEVEN DOLLARS AND SEVENTY-FIVE CENTS. ($294.311.75). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment or, 61 if not attached, as incorporated by reference and described in the Table of Contents 62 of the Proj ecf s Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH STANLEY & CANTEY TO WNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised June 16, 2016 dotloop signature verification: dtlp.us/gzVz-xT5D-gfZQ 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. ENDEMNIFfCATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is svecifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for costs, 83 expenses and legal fees incurred by the city in defending against such claims and causes 84 of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification provision 91 is specificaliv intended to overate and be effective even if it is alleged or proven that all 92 or some of the damages being sought were caused, in whole or in part, by any net, 93 omission or negligence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 98 Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the Developer. 102 73 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon DEVELOPER and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised June 16.2016 dotloop signature verification: dtlp.us/gzVz-xT5D-gfZQ 005243-4 Developer Awarded Project Agreement Page 4 of 4 1201 116 7.6 Authority to Sign. 117 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 118 signatory of the Contractor. 119 120 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 121 counterparts. 122 123 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 124 125 Contractor: Stampede Utility Construction By: w (Signature) Developer: M25 ON THE RAIL, LLC By: (Signature) Collin Porter Troy Kunkel (Printed Name) (Printed Name) Title: President Title: Manager Company Name: Company Name: Address: Address: Stampede Utility Construction M25 ON THE RAIL. LLC 2615 S Hwy 287 Ste 500 / PO Box 938 PO Box 12324 City/State/Zip: Decatur, TX 76234 Date City/State/Zip: Fort Worth, TX 76110 05/22/2025 Date dodoop verified 05/22/25 3:30 PM CDT ASFJ-TZB9-Z W W P-N W 33 CITY OF FORT WORTH STINLEP & CANTEY T0II=\H01[ES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104343 Revised June 16. 2016 �� Bond No. SBP15075_004 0062 14- 1 PAYMENTBOND Page 1 of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Stampede Utilitv Construction , known as "Principal' herein, and 8 Pennsvlvania Insurance Comnanv , a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, M25 ON 11 THE RAIL, LLC, authorized to do business in Texas "(Developer"), and the City of Fort Worth, 12 a Texas municipal corporation ("City"), in the penal sum of TWO HUNDERD NINETY- 13 FOUR THOUSAND. THREE HUNDRED ELEVENDOLLARS AND SEVENTY-FIVE 14 CENTS ($294,311.75) lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for the payment of which sum well and truly be made jointly unto the Developer 16 and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors 17 and assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CFA Number CFA25-0040; and 20 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 14 day of July , 20 25 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Stanley & Cantey Townhomes. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 006214-2 PAYMENTBOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 14th day of 6 July 2025 7 S 9 10 11 12 13 14 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary rtness as to Surety PRINCIPAL: Stampede Utility Construction,__ BY: �^ Signature ' Collin Porter, President Name and Title Address: 2615 S Hwy 287 Ste 500 PO Box 938 Decatur, TX 76234 SURETY: Pennsylvania Insurance Company BY: ature DavidM. Layrran-Arc'omey-iii,�ract:` Name and Title r. Address: 13423 Blanc6,Road #411— San Antonio, T-K79216 Telephone Number: 210 7016071 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 STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 California insurance Company • Continental Indemnity Company • Illinois Insurance Company • Pennsylvania insurance Company 10805 Old A4111 Road • Omaha. Nebraska 68154 POWER OF ATTORNEY NO. SWSTEXOl_0323 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, Illinois 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: David M. Layman Its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver ]or 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 is authorized 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 of suretyship, 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 20th day of Dec. , 2022. California Insurance Company, Continental Indemnity Company, Illinois Insurance C( lipany, Pennsylvania insurance Company B. Jeffrey A. Silver, Secretary STATE OF NEBRASKA COUNTY OF DOUGLAS SS: On this 20th day of Dec. A.U. 2022 , before me a Notary Public of the State ofNebraska. in and 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 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 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 Do ftrtht§, the day and year figt above written. GENERAL NOTARY - State of NebraskaZ— • LINDA S. DAVIS My Comm. Exp. September 1, 2023 (Notary Public) I, the undersigned Ofticer 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 CArripan:y-or, the 14th day of July 2025 Jeffrey A, Silver, Secretary: Bond No. SBP 15075 004 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 0062 13-1 PERFORMANCE BOND Page I of 2 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Stampede Utility Construction, known as "Principal" herein and Pennsv lv an i a l n s u ran c e C o m_2_jLny , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or snore), are held and firmly bound unto the Developer, M25 ON THE RAIL, LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, TWO HUNDERD NINETY-FOUR THOUSAND,, THREE HUNDRED ELEVEN DOLLARS AND SEVENTY-FIVE CENTS (S294,311. 75), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA25-0040; and 20 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 14 day of Julv , 20 25 , which Contract is hereby referred to and spade a part 23 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 24 other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Stanley & Cantey Townhomes. 25 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 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 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 14th day of July . 20 25 . PRINCIPAL: Stampede Utility Construction ATTEST: (Principal) Secretary .Witness as to Principal 'iis as to Surety t' BY: L�''�`LIff - Signatu re Collin Porter, President Name and Title Address: 2615 S Hwy 278 Ste 500 PO Boy; 938 Decatur, TX 76234 SURETY: Pennsylvania Insurance-C-om=a v BY: Ignat-we .. David M. LE,yman,=Attorneyin-rani Nameand Title _ - - Address: 13423 Blanco -Road kli San Antonio, TX 78216 Telephone Number. 210 701 6071 *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 woRT1i STANLEY & CAN'rEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 California Insurance Company - Continental Indemnity Company - Illinois Insurance Company • Pennsylvania insurance Company 10805 Old Mill Road - Omaha. Nebraska 68154 POWER OF ATTORNEY NO. SWSTEXOI 0323 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, Illinois 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. David M. Layman 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 is authorized 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 of suretyship, 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 20th day of Dec. , 2022. California Insurance Company, Continental indemnity Company, Illinois insurance C, 11pany, Pennsylvania insurance Company Jeffrey A. Silver, Secretary STATE OF NEBRASKA COUNTY OF DOUGLAS SS: On this 20th day of Dec. A.U. 2022 , before me a Notary Public of the State of Nebraska, in and 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 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 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 Do outus, the day and ye.nr tigt above written. GENERAL NOTARY - State of Nebraska �• LINDA S. DAVIS , ,-°- My Comm. Exp. September t, 2023 (Notary Public) 1, 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 ofsaid Csmp nytori the 14th day of July 2025 Jeffrey A. Silver, Secretary: Bond No. SBP15075 004 0062 19- 1 MAINTENANCE BOND Page I of 3 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Stampede Utility Construction, known as "Principal" herein and 8 Pennsvlvania Insurance Comuanv , a corporate surety (sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, M25 ON THE RAIL, LLC, authorized to do 11 business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the sum of TWO HUNDERD NINETY-FOUR THOUSAND. THREE HUNDRED 13 ELEVEN DOLLARSANDSEVENTY-FIVE CENTS ($294.311.75). lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly 15 be made jointly unto the Developer and the City as dual obligees and their successors, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA25-0040; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 14 day of July . 20 25 , which Contract is 23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 25 Work, including any Work resulting from a duly authorized Change Order (collectively herein, the 26 "Work") as provided for in said Contract and designated as Stanley Ave Townhomes; and 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH STANLEY & CANTEY TO WNI TOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 IS PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and I8 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDfTIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31: 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 14th day of July . 20 25 . ATTEST: (Principal) Secretary 9Vitness as to Principal PRINCIPAL: Stampede Utility Construction BY: Signature Collin Porter, President Name and Title Address: 2615 S Hwy 287 Ste 500 PO Box 938 _ Decatur, TX 76234 SURETY: Pennsylvania Insurance Company BY: ignature ✓� David M. Layman, Attorney-m-Fact' - ATTEST: Name and Title T. Address: 13423 Blanco- Road 411 (Surety) Secretary j San A itanio; TX 7821.E - (M✓' � it s as to Sure Telephone Number: � p 21 0.?-01 6071 �.. -.. `Note: If signed by an officer of the Surety Company, there must be on file- a. certified .erti•act from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 STANLEY & CANTEY TOWNHOMES CPN: 104348 California Insurance Company • Continental indemnity Company - Illinois insurance Company - Pennsylvania insurance Company 10805 Ohl Mill Road • Onraha. Nebraska 68154 POWER OF ATTORNEY NO. SWSTEX01_0323 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, Illinois 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: David M. Layman 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. "RESOLVER That the President, Senior Vice President, Vice President, Assisted Vice President, Secretary, Treasurer and each of them hereby is authorized 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 of suretyship, 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 20th day of Dec. , 2022. California Insurance Company, Continental Indemnity Company, Illinois insurance C� 11pany, Pennsylvania Insurance Company t Jeffrey A. Silver, Secretary STATE OF NEBRASKA COUNTY OF DOUGLAS SS: On this 20th day of Dec. A.D. 2022 , before me a Notary Public ofthc State ofNebraska, in and 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 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 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 Do?trlas, the day and year fikt above written. A GENERAL NOTARY - State of Nebraska LINDA S. DAVIS (Notary Public) My Comm. Exp. September 1, 2023 1, 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 AiTORNEY 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, 1 have hereunto set my hand, and affixed the Seal ofsaid C.6mpat}y_on the 3.4th day of July 2025 - Jeffrey A, Silver, Secretary PAVING CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES CPN 104348 dotloop signature verification: dtlp.us/HGdl-tf4m-VnCC Stanley Cantey Townhomes CPN 104348 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Page I of 2 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification I Section No. Unit of Measure Bid Quantity Unit Price I Bid Value UNIT ill: PAVING IMP 20VEMENTS 1 0241.1300 Remove Concrete Curb And Gutter 0241 15 LF 180 $20.00 $3,600.00 2 3213.0101 6" Concrete Pavement 32 13 13 SY 156 $210.00 $32,760.00 3 3216.0101 6" Curb and Gutter 32 1613 LF 40 $20.00 $800.00 4 3211.0501 6" Lime Treatment 32 11 29 SY 172 $16.00 $2,752.00 5 3211.0400 Hydrated Lime (40lb/SY) 32 11 29 TON 4.0 $380.00 $1,520.00 6 3213.0301 4" Concrete Sidewalk (By Dev Only) 31 1320 SF 3336 $20.00 $66,720.00 7 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 4 $3,000.00 $12,000.00 8 3292.0100 Block Sod Placement 32 92 13 SY 301 $8.50 $2,558.50 9 3441.4003 Furnish/Install Aluminum Sign Ground Mount City 3441 30 EA 2 $1,250.00 $2,500.00 10 3471.0001 Traffic Control 3471 13 MO 1 $2,800.00 $2,800.00 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 TOTAL UNIT III: PAVING IMPROVEMENTS $128,010.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fonn Version May 22, 2019 00 42 43—Stanley and Carney Townhomes Bid Proposal_DAP Paving.,ds dotloop signature verification: dtlp.us/HGdl-tf4m-VnCC Stanlev Cantev Townhomes CPN 104348 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP -BID PROPOSAL Paee 2 of 2 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification I Unit of Bid Unit Price I Bid Value Item No.Section No. Measure Quantity Bid Summary UNIT III: PAVING IMPROVEMENTS i $128,010.50 Total Construction Bid I $128,010.50 This Bid is submitted by the entity named below: BIDDER: Stampede Utility Construction 2615 Hwy 287 Ste 500 / PO Box 938 Decatur, TX 76234 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 BY: Collie Porter A � TITLE: President DATE: 60 working days after the date when the END OF SECTION 00 42 43_Stanley and Cantey Townhomes Bid Proposal —DAP Paving.xls dotloop signature verification: dtlp.us/HGd1-tf4m-VnCC 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.104348. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR- Stampede Utilitv Construction . By: Collin Porter Company (Please Print) 2615 Hwv 287 Ste 500 PO Box 938 Address Decatur. TX 76234 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT E 0 Signature: Title: President (Please Print) BEFfRE E, thqundersigned authority, on this day personally appeared �� ����1/7 /f/��P� , known to me to be the person whose name is subscribed to the foregoin instrument, and acknowledged to me that he/she executed the same as the act and deed of 'Sfy/�/�Q��'(!, for the purposes and consideration therein expressed hand in the capacity then stated. el GIVEN UNDER MY HAND AND SEAL OF OFFICE this 9'� day of iit /Ui , 20:a�1 A e, Candace White otary Public in and for the State of Texas MY COMMISSION EXPIRES 39 09/07/2027 NOTARY ID: 134545054 40 END OF SECTION im CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 STANLEY & CANTEY TOWNHOMES CPN:104348 dotloop signature verification: dtlp.us/HGd1-tf4m-VnCC SECTION 00 52 43 00 52 43 - 1 Developer Awarded Project Agreement Page I of 4 2 AGREEMENT 3 THIS AGREEMENT, authorized on 05/22/2025 is made by and between the Developer, 4 M25 ON THE RAIL, LLC., authorized to do business in Texas ("Developer") , and Stampede 5 Utility Construction, authorized to do business in Texas, acting by and through its duly authorized 6 representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Stanley & Cantev Townhomes 16 City Proiect Number: 104348 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within { AQJ working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard 29 City Conditions of the Construction Contract for Developer Awarded Projects. The 30 Contractor also recognizes the delays, expense and difficulties involved in proving in a 31 legal proceeding the actual loss suffered by the Developer if the Work is not completed on 32 time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated 33 damages for delay (but not as a penalty), Contractor shall pay Developer Dollars ($650) 34 for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance 35 until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANLEY & CANTEY TOW VHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised June 16, 2016 dotloop signature verification: dtlp.us/HGd1-tf4m-VnCC 005243-2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of ONE HUNDRED TWENTY-EIGHT THOUSAND, 39 TEN DOLLARS AND FIFTH' CENTS ($128,010.50). 40 Article 5. CONTRACT DOCUMENTS ��Zf�M��IfC.Y 42 A.The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment or, 61 if not attached. as incorporated by reference and described in the Table of Contents 62 of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised June 16, 2016 dotloop signature verification: dtlp.us/HGd1-tf4m-VnCC 005243-3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages beinu 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for costs, 83 expenses and legal fees incurred by the city in defending against such claims and causes 84 of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification provision 91 is specifically intended to operate and be effective even if it is alleged or proven that all 92 or some of the damages being sought were caused, in whole or in part, by any act, 93 omission or negligence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 98 Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon DEVELOPER and 11 o CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised June 16, 2016 dotloop signature verification: dtlp.us/HGd1-tf4m-VnCC 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 115 116 7.6 Authority to Sign. 117 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 118 signatory of the Contractor. 119 120 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 121 counterparts. 122 123 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 124 125 Contractor: Stampede Utility Construction By: .�#ignature) �( Collin Porter (Printed Name) Title: President Company Name: Address: Stampede Utility Construction 2615 S Hwy Ste 500 / PO Box 938 City/State/Zip: Decatur, TX 76234 I)5 - a -9s Date Developer: M25 ON THE RAIL, LLC By : I ;rw- f Troy Kunkel (Signature) (Printed Name) Title: Manager Company Name: Address: M25 ON THE RAIL, LLC PO Box 12324 dotloop verified 05/22/25 3:30 PM CDT HHIU-OY0Z-T2JD-WH4C City/State/Zip: Fort Worth, TX 76110 05/22/2025 Date CITY OF FORT WORTH STANLEY & CANTEY TOWA'HOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised June 16.2016 ACo CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) I 6/12/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED j REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Tanya Wyatt Higginbotham Insurance Agency, Inc. PHONE FAX - 1100 8th Street (EA/C No. Extt: 940-723-0977 ! IA/C. Not: VVichita Falls TX 76301 ADDRESS: DD iesS: TVVvatt@higginbotham.net INSURER(S) AFFORDING COVERAGE NAIC LIC—O" 2081754 INSURER A_ National American Insurance Co. 23663 INSURED STAMUTI-01 INSURER B : Texas Mutual Insurance Compan 22945 Stampede Utility Construction - --- 4116 Bunting Avenue INSURERC: Fort Worth TX 76107 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:2107093389 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR A TYPE OF INSURANCE I COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR ADDLISUBR' INSD WVD POLICY NUMBER MP44130142 : LI POCY EFF POLICY EXP ! (MM/DD/YYYYI ; (MM/DD/YYYYI 2/27/2025 2/27/2026 GEN'L AGGREGATE LIMIT APPLIES PER: __i POLICY ❑ PRO-LOC 1 OTHER: A AUTOMOBILE LIABILITY MP44130142 2127/21125 2/27/2026 ANY AUTO OWNED X SCHEDULED AUTOS ONLY AUTOS HIRED X NON -OWNED 1—, AUTOS ONLY J AUTOS ONLY i LIMITS EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED j PREMISES (Ea occurrence) $ 100,000 ME_D EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $1,000,000 $2,000,000 GENERAL AGGREGATE PRODUCTS - COMP/OP AGG $ 2,000,000 COMBINED SINGLE LIMIT I (Ea accident) j BODILY INJURY (Per person) $ 1,000,000 $ BODILY INJURY (Per accident) $ DAMAGE $ �PROPERTY Per accident A X UMBRELLA LIAB X 1 OCCUR I MB75030042 5/13/2025 2/27/2026 EACH OCCURRENCE I $ 5,000,000 EXCESS LIAB % CLAIMS -MADE!: AGGREGATE $ 5,000,000 DED X ! RETENTION $ in nno B WORKERS COMPENSATION $ 0002113732 7/1/2024 7/1/2025 X PER OTH- I AND EMPLOYERS' LIABILITY y / N STATUTE ER_ ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBEREXCLUDED? NIA E.L. EACH ACCIDENT 1 $1,0001000 - (Mandatory in NH) LEL_DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below ! E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is included as Additional insured for General Liability, Business auto policies as its interest may appear as required by written contract, but always subject to the policy terms, conditions & exclusions. Waiver of subrogation is granted in favor of Certificate Holder as their interests may appear as require by written contract but limited to the operations of the insured & always subject to policy terms, conditions & exclusions on General Liability, Business Auto policies. General Liability & Business Auto policies are Primary and Non -Contributory and any other insurance shall be excess only and not contributing. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN M25 Developments ACCORDANCE WITH THE POLICY PROVISIONS. 2812 Stanley Ave AUTHORIZED PRESENTATIVE Fort Worth, TX 76110 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: STAMUTI-01 LOC #: ACCORV ADDITIONAL REMARKS SCHEDULE page 1 of 1 AGENCY NAMED INSURED Higginbotham Insurance Agency, Inc. Stampede Utility Construction 4116 Bunting Avenue POLICY NUMBER Fort Worth TX 76107 CARRIER I NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Waiver of subrogation is granted in favor of Certificate Holder as their interests may appear as require by written contract but limited to the operations of the insured & always subject to policy terms, conditions & exclusions on Workers Compensation policies. Commercial Umbrella is follow form. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD �� 0 DATE (MWDDIYYYY) CC> I CERTIFICATE ®F LIABILITY INSURANCE 07/31/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER- THIS ` CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER .. CONTACT 1 NAME _ Tama Wyatt Higginbotham Insurance Agency, Inc. PHONE— -- --- FAx �— 1100 Sth Street (Arc. N�c _E�rd: 940-723 0977 _ _ _ ArC, No : S-MAIL Wichita Falls TX 76301 ADDRESS: TW�a_tt�a higginbotham_net INSURERS AFFORDING COVERAGE NAIC # Licerule# Zoe1754 INSURER A: American Insurance Co. 23663 INSURED STAMUTI-01 INSURERB: Texas Mutual Insurance Company 22M Stampede Utility Construction 2615 S Hwy 287 Ste 500 INSURER c PO Box 938 INSURER D` Decatur, TX 76234 INSURER E : I INSURER-F : COVERAGES CERTIFICATE NUMBER:2107093389 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ? CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ' EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ INSR TYPE OF INSURANCE ADOL SUER POLICYEFP POLICY EXP LIMITS LTR INSD I u„ in POLICY NUMBER (MMIDD/YYYYI (MM/DDIYYYY) A COMMERCIAL GENERAL LIABILITY MP44130142 2/27/2025 2/27/2026 .EACH OCCURRENCE $1,000,000 _ DAMAGE TO RENTED { CLAIMS -MADE FX OCCUR PREMISES (Ea owgrence) $100,000 MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO- POLICY ❑ PRO JECT LOC PRODUCTS-COMP/OPAGG _ _ _ _ �. $2,000,000 OTHER:.._ A AUTOMOBILELIABILITY M MP44130142 2/27/2025 2/27/2026 COMBINED SINGLE LIMB f Ea accident)__ _ $1,000,000 ANYAUTO BODILY INJURY (Per person) $ OWNED X SCHEDULED BODILY INJURY (Per accident)' $ AUTOS ONLY AUTOS X HIRED X NON -OWNED PROPEt�7Y0AY,r�,GE AUTOS ONLY AUTOS ONLY (Per amd_enttl A X UMBRELLAUAB X I OCCUR M675030042 5113/2025 2/27/2026 EACH OCCURRENCE $ 5 000,000 ( EXCESS LIAB CLAIMS -MADE AGGREGATE _ DED X RETENTION$ innnn -- -. _. '- - -- YIN N / A EACHSTATUTE ER ACCIDENMP OY E - - B WORKERS COMPENSATION I I 0002113732 7/1/2024 7/1/2025 X PE12 om- AND EMPLOYERS' LIABILITY- - - OFFICE IMEMB R/PARTNER/EXECUTNE E L $1,000,000 OFFICEREMBE, EXCLUDED. � --- —"— —" i (Mandatoryin NH E.L. DISEASE EA F L E_E� $1,000,000 If yes, describe under . _._... ._._ _..__ 1 DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached it more space is required) Certificate holder is included as Additional Insured for General Liability, Business auto policies as its interest may appear as required by written contract, but always subject to the policy terms, conditions & exclusions. Waiver of subrogation is granted in favor of Certificate Holder as their interests may appear as require by written contract but limited to the operations of the insured & always subject to policy terms, conditions & exclusions on General Liability, Business Auto policies. General Liability & Business Auto policies are Primary and Non -Contributory and any other insurance shall be excess only and not contributing. See Attached... CERTIFICATE HOLDER City of Fort Worth 100 Fort Worth Trail CANCELLATION SHOULD ANY OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth TX 76102 ( AUTHORIZED REPRESENTATIVE ��_�l ACORD 25 (2015103) ©1g88-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: STAMUTI-01 _ LOC ACC>R" ADDITIONAL REMARKS SCHEDULE Page 1 of 1 ,AGENCY ; NAMEDINSURED I Higginbotham Insurance Agency, Inc. Stampede Utility Construction poucr NUMBER 2615 S Hwy 287 Ste 500 I PO Box 938 Decatur, TX 76234 CARRIER ` NAIC CODE 1 ( EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, j FORM NUMBER: ___.?5 - FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE IWaiver of subrogation is granted In favor of Certificate Holder as their interests may appear as require by written contract but limited to the operations of the Iinsured & always subject to policy terms, conditions & exclusions on Workers Compensation policies. Commercial Umbrella is follow form. V of Fort Worth, its officers, employees and servants are additional insured for general liability and automobile liability on a primary basis. Waiver of ition in favor of the City of Fort Worth applies as workers' compensation coverage. )3287/104348 Name: Stanley & Cantey Townhomes ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Bond No. SBP15075 004 0062 14- 1 PAYMENT BOND Pagel of 2 I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Stampede Utilitv Construction , known as "Principal" herein, and 8 Pennsylvania Insurance Comnanv , a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, M25 ON 11 THE RAIL, LLC, authorized to do business in Texas "(Developer"), and the City of Fort Worth, 12 a Texas municipal corporation ("City"), in the penal sum of ONE HUNDERD TWENTY- 13 EIGHT THOUSAND. TEN DOLLARS AND FIFTY CENTS ($128.010.50) lawful money of 14 the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which 15 sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CFA Number CFA25-0040; and 20 21 WHEREAS. Principal has entered into a certain written Contract with Developer, 22 awarded the 14 day of Julv , 20 25 which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Stanley & Cantey Townhomes. 25 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 PrincipaI shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 14th day of 6 July 2025 7 PRINCIPAL: Stampede Utility Construction _ ATTEST: BY: 441 Signature Collin Porter, President (Principal) Secretary Name and Title Address: 2615 S Hwy 287 Ste 500 ` PO Bpi 938 /41lel;:tocpi�cipal �%`� ? L�l Decatur, TX 76234 SURETY: Pennsylvania Insurance Company ATTEST: BY: David M. Layman; Atlomey-i.-q--Fact•- (Surety) Secretary Name and Title _ Address: 13423 Blanc. Road 4411- San Antonio, TX-78216 Witness as to Surety Telephone Number: 210 701 6071 8 9 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 10 bylaws showing that this person has authority to sign such obligation. If Surety's physical 11 address is different from its mailing address, both must be provided. 12 D The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF PORT WORTII STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CI'N: 104348 Revised January 31, 2012 California Insurance Company • Continental Indemnity Company • Illinois Insurance Company • Pennsylvania insurance Company 10805 Old Mill Road • Omaha. Nebraska 68154 POWER OF ATTORNEY NO. SWSTEXOi 0323 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, Illinois 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., David M. Layman its true and lawful agent and attomey-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 is authorized 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 of suretyship, 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 20th day of Dec. , 2022. California Insurance Company, Continental Indemnity Company, Illinois insurance C( 11pany, Pennsylvania Insurance Company 13v l� Jeffrey A. Silver, Secretary STATE OF NEBRASKA COUNTY OF DOUGLAS SS: On this 20th day of Dec. A.D. 2022 , before me a Notary Public ofthe State of Nebraska, in and 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 ofthe same, and being by me duly sworn, deposed mid said that he is the officer of the said Company aforesaid, and that the seal of Ned 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 ofthe 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 Douglas, the day and ycltr tigt above written. � GENERAL NOTARY - State of Nebraska LINDA S. DAVIS 4 ` (Notary Public) My Comm. fxp. September 1, 2023 1, 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-ofsaia Cnrepany.,ori the 14th day of July 2025 `- .�, ,iefTrey A. Silver, Sccrctan Bond No. SBP15075 004 0062 13- 1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Stampede Utility Construction, known as "Principal' herein and 8 Pennsy lv an i a 1 n s u ran c e C o m,p any a corporate surety (sureties, if 9 more than one) duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the Developer, M25 ON THE RAIL, LLC, 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of, ONE HUNDERD TWENTY-EIGHT THOUSAND, 13 TEN DOLLARS AND FIFTY CENTS f$I28,0I0.501, lawful honey of the United States, to be 14 paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be 15 made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities 19 Agreement, CFA Number CFA25-0040; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 14 day of July _ 20 25_, which Contract is hereby referred to and made a part 22 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 23 other accessories defined by law, in the prosecution of the Work, including any Change Orders, as 24 provided for in said Contract designated as Stanley & Cantey Townhomes. 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the Developer and/or City, then this 30 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 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 14th day of 9 July 2025 . 10 11 12 13 14 15 16 ATTEST: 17 18 19 (Principal) Secretary 20 21 22 23 1 24C��/ 2 �ess as to Principal 26 27 28 29 30 31 32 33 34 35 36 37 38 L�Gr 39 40 Wigs as to Surety 41 42 *Note: 43 44 45 46 PRINCIPAL: Stampede Utility Construction BY: AW141Z�ok Signature Collin Porter, President Name and Title Address: 2615 S Hwy 278 Ste 500 PO Box 938 Decatur, TX 762'4 SURETY: Pennsylvania Insurance_Gwnpariy _ BY: David M. Layman;"Attorney..-in7 ac Name and Titi> - - ' Address: 13423 Hlarico-Reed #41- San Antonio, TX. 78216 Telephone Number: 210 7016071 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 STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 California Insurance Company • Continental indemnity Company - Illinois insurance Company • Pennsylvania insurance Company 10805 Old Adf11 Road • Omaha. Nebraska 68154 POWER OF ATTORNEY NO. SWSTEX01_0323 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, Illinois 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: David M. Layman its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver l'or and on its behalf as surety, and its act and deed arty 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 seated 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 is authorized 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 of suretyship, 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 20th day of Dec. , 2022. California Insurance Company, Continental indemnity Company, Illinois Insurance Ct Ilpany, Pennsylvania Insurance Company - Dy d Jeffrey A. Silver, Secretary STATE OF NEBRASKA COUNTY OF DOUGLAS SS: On this 20th day of Dec. A.D. 2022 , before me a Notary Public of the State o f Nebraska, in and 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 sworn, deposed and said that he is the officer of the said Company aforesaid, and that the scat 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 ttte 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 Do }tjtas, the day and Year figt above written. A GENERAL NOTARY • State at Nebraska - fi x �� . 1 — ' LiNDA S. DAVIS (Notary Public) e,r er My Comm. Exp. September t, 2023 1, 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 Ali'ORNEY 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 o(saia Cs6mparfyton_the 14th day of July 12025 — —� Jeffrey A. Silver, Secretar) Bond No. SBP15075 004 0062 19- 1 MAINTENANCE BOND Page I of 3 I SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Stampede Utility Construction, known as "Principal" herein and 8 Pennsvlvania Insurance Comnanv , a corporate surety (sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or 10 more), are held and firmly bound unto the Developer, M25 ON THE RAIL, LLC, authorized to 11 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the sum of ONE HUNDERD TWENTY-EIGHT THOUSAND. TEN DOLLARS, 13 AND FIFTY CENTS ($128.010.50) lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto 15 the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction 18 of community facilities in the City of Fort Worth by and through a Community 19 Facilities Agreement, CFA Number CFA25-0040; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the 14 day of July__._____ 2025 , which Contract is 22 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish 23 all materials, equipment labor and other accessories as defined by law, in the prosecution of the 24 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 25 the "Work") as provided for in said Contract and designated as Stanley Ave Townhomes; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City. then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 14th day of 3 ,July 2025 . 4 5 6 7 8 9 10 11 12 ATTEST: 13 14 15 (Principal) Secretary 16 17 18 19 20 21 aitnCssas to Principal- 22 23 24 25 26 27 28 29 PRINCIPAL: Stampede Utility Construction BY: L�kA Signature Collin Porter, President Name and Title Address: 261.5 S Hwy.287 Ste_5.00 PO Box 938_ _ Decatur, TX 76234 SURETY: Pennsylvania Insurance Company BY: C--<Ignature David M. Layman, Attorney -in -Fact' - 30 ATTEST: Name and Title 31 f 32 Address: 13423 B1=06 Road`#4.l 1 33 (Surety) Secretary San Aiitchio; TX 78216 - _ 34 ,�%, %f - 35 off' 36 it s as to Surety Telephone Number: 210.701 6071 ' 37 - - 38 *Note: If signed by an officer of the Surety Company, there must be on file a, certified extract 39 from the by-laws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different from its mailing address, both must be provided. 41 42 The date of the bond shall not be prior to the date the Contract is awarded. 43 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPM 104348 Revised January 31, 2012 California insurance Company • Continental Indemnity Company • Illinois Insurance Company - Pennsylvania Insurance Company 10805 Old Mill Road • Omaha. Nebraska 68154 POWER OF ATTORNEY NO. SWSTEXOI_0323 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, Illinois 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: David M. Layman its true and lawful agent and attorney -in -tact, 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 oP "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 is authorized 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 of suretyship, 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 20th day of Dec. , 2022. California Insurance Company, Continental Indemnity Company, Illinois Insurance C` Ilpany, Pennsylvania Insurance Company Bit, � J Jeffrey A. Silver, Secretary STATE OF NEBRASKA COUNTY OF DOUGLAS SS: On this 20th day of Dec. A.D. 2022 , before me a Notary Public oftltc State ofNebraska. in and for the County of Douglas. duty 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 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 Seat of said Company, and the said Corporate seal and his signature as officer %vere duty 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 Do ►t=ta$, the day and yc fi> t above written. GENERAL NOTARY -State of Nebraskat—�- �• LiNDA S. DAVIS (Notary Public) My Comm. Exp. September t, 2023 1, 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 AThORNEY 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. 1 have hereunto set my hand, and affixed the Seal the 14th day of Ju1y 2025 — Jeffrey A. Silver, Secretary STREET LIGHTS CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES CPN 104348 Stanley Cantey Townhomes CPN 104348 00 42 43 DAP - BED PROPOSAL Page 1 of 2 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Bidder's Application Bidder's Proposal Bidlist Item Description I Specification Unit of Bid Unit Price No. Section No. Measure Quantity UNIT IV: STREET LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80(T) 26 05 33 LF 840 $25.00 3305.0103 Exploratory Excavation of Existing Utilities 330630 EA 40 $200.00 2 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 2520 $4.00 3 3441.1501 Ground Box Type B 3441 10 EA 5 $860.00 5 3441.1735 Rdwy Illum Foundation TY 13 34 41 20 EA 9 $1,250.00 6 3441.3001 Rdwy Illum Assembly TY 1,4, and 6 34 41 20 EA 6 $4,320.00 7 3441.3025 Furnish/install Berry Pole and Luminaire 34 41 20 EA 9 $4,498.00 8 9999.0001 Metered Pedestal 120-240 Volt 00 00 00 EA 1 $12,000.00 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Bid Value $21,000.00 $8,000.00 $10,080.00 $4,250.00 $11,250.00 $25, 920.00 $40,482.00 $12,000.00 TOTAL UNIT IV: STREET LIGHTING IMPROVEMENTS $132,982,00 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECFICATION DOCUh=S - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 09 42 43_STanley and Cantey Townhomes Sid Proposal_DAP Electrical Stanley Cantey Townhomes Of) 42 as PAP -BID PROPOSAL CPN 104348 Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item I Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value Bid Summary UNIT IV: STREET LIGHTING IMPROVEMENTS I $132.982.001 Total Construction Bid $132,982,00 This Bid is submitted by the entity named below: BIDDER: BY: Blake Mena C'&S I'tility Contractors, Inc. 6705 HWY 287 Arlington, TX 76001 TITLE. Operations DATE: 2f712025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. ENDOF SECTION 30 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forrn Version May 22, 2019 0042 43_ Stanley and Cantey Townhurnes Bid Pmponl_➢APEteetcical 004512 DAP PR.EQUALMCATION STATEMENT Page i of I SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed, in the "Maior Work Type" box provide the complete maior work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Naive Prequalification Expiration Date Street Lighting Improvements C&S Utility Contractors, Inc. 1/31/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: C&S Utility Contractors, Inc. 6705 HWY 287 Arlington, TX 76001 BY: Black Menapace (Si ature) TITLE: Operations Mana DATE: 05/22/2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATI ON STATEMENT- DEVELOPER AWARDED PRO]ECTS Form Vernon September 1, 2015 STANLEY & CANTEY TOWNHOMES CPN: 104349 00 45 12Prequaliifcation Statement 2015_DAP 00 45 26 - I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No.104348. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 C&S Utility Contractors. Inc. . By:-_B_lackMenapace 13 Company (Plea } 14 15 6705 HWY 287. Signature: , 16 Address 17 18 Arlington, TX 76001 Title: Op Manager 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 Blake Menapace , known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of G&S utility Contractors, Inc. for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31' 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of 33 May 2025. 34 35 36 37 Notary ublic in and for IteT xas 38 39 END OF SECTION 4C KIMBERLY MARAK .� �Apv nV9'i lVatary Public, State of Texas ?; �•.��e� comm. Expires 06-13-2026 J' Notary ID 126306905 '��rrnd` - - CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104348 Revised April 2, 2014 005243-1 Developer Awarded Project Agreement Page 1 of 4 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 05/22/2025 is made by and between the Developer, 4 M25 ON THE RAIL, LLC., authorized to do business in Texas ("Developer"), and C&S Utility 5 Contractors, Inc., authorized to do business in Texas, acting by and through its duly authorized 6 representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Stanlev & Cantev Townhomes 16 City Proiect Number: 104348 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within f 30 } working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard 29 City Conditions of the Construction Contract for Developer Awarded Projects. The 30 Contractor also recognizes the delays, expense and difficulties involved in proving in a 31 legal proceeding the actual loss suffered by the Developer if the Work is not completed on 32 time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated 33 damages for delay (but not as a penalty), Contractor shall pay Developer Dollars ($650) 34 for each day that expires after the tirne specified in Paragraph 3.2 for Final Acceptance 35 until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN- 104348 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of ONE HUNDRED THIRTY-TWO THOUSAND 39 NINE HUNDRED EIGHTY-TWO DOLLARS, ($132,982.00), 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 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) 1 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 STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN. 104348 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to overate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused. in 'whole or in Dart, by anv act. omission or negligence of the citv. 82 This indemnity provision is intended to include, without limitation, indemnity for costs, 83 expenses and legal fees incurred by the city in defending against such claims and causes 84 of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification provision 91 is specifically intended to operate and be effective even if it is alleged or proven that all 92 or some of the damages being sought were caused. in whole or in part, by anv act, 93 omission or negligence of the citv. 94 95 Article 7. MISCELLANEOUS 96 7.1 Tenns. 97 Terms used in this Agreement are defined in Article l of the Standard City Conditions of the 98 Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severabiiity. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon DEVELOPER and 110 CONTRACTOR. Ill 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division, CITY OF FORT WORTH STANLEY & CANTU TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised June 16, 2016 dotloop signature verification: dt1p.us/jCA0-iWnp-MuM2 005243-4 Developer Awarded Project Agreement Page 4 of 4 115 116 7.6 Authority to Sign. 117 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 118 signatory of the Contractor. 119 120 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 121 counterparts. 122 123 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 124 125 Contractor: C&S Utility Contractors, Inc. By: 7!5ignature) Blake Menapace (Printed Name) Title: Operations Manager Company Name: Address: C&S Utility Contractors, Inc 6705 Hwy 287 City/State/Zip: Arlington, TX 76001 05/22/2025 Date Developer: M25 ON THE RAIL, LLC BB.. T iC. (Signature) Troy Kunkel (Printed Name) Title: Manager Company Name: Address: M25 ON THE RAIL, LLC PO Box 12324 05/22/2025 4MNE-K65L-MOGY-V0FQ City/State/Zip: Fort Worth, TX 76110 05/22/2025 Date CITY OF FORT WORTH ST,9NLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised June 16, 2016 DATE (MM/DD/YYYY) A� " CERTIFICATE OF LIABILITY INSURANCE 6/9/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER (CONTACT Swingle, Collins & Associates I PHONE FAX 13760 Noel Road, Suite 600 (A/C. No. Ext): 972-387-3000 (A/C, No): 972 387-3808 Dallas TX 75240 I ADDRESS: services?PswinglecolllnS.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Republic Franklin Insurance Company 12475 INSURED C&SUTIL-01 C&S Utility Contractors Inc. INSURER B : Texas Mutual Insurance CO 22945 6705 Highway 287 I INSURER C : Utica Lloyd's of Texas 10990 Arlington TX 76001 I INSURERD: Evanston Insurance Co 35378 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:863409056 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY Y Y 5500216 2/20/2025 2/20/2026 EACH OCCURRENCE $ 1 000 000 CLAIMS -MADE � OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑X PRO- ❑ LOC JECT OTHER: C AUTOMOBILE LIABILITY Y Y 5500213 X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB I V I OCCUR Y Y 5507415 EXCESS LIAB H CLAIMS -MADE DED I X I RETENTION $ in non B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRI ETOR/PARTNER/EXECUTIV 1- OFFICER/MEMBER EXCLUDED? NI N / A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below A Contractors Equipment A Scheduled Equipment D Excess Liability Y 0001312476 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 2/20/2025 2/20/2026 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) 2/20/2025 2/20/2026 I EACH OCCURRENCE 2/20/2025 2/20/2026 AGGREGATE Follow Form X STATUTE ERH $ 2,000,000 $ 2,000,000 E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE- POLICY LIMIT $ 1,000,000 5500216 2/20/2025 2/20/2026 Blanket Limit 100,000 5500216 2/20/2025 2/20/2026 Scheduled Limit 1,077,952 025289479AR 2/20/2025 2/20/2026 Per Occurrence 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Leased/Rented Equipment - Limit $100,000 RE: Stanley & Cantey Townhomes — COFW Project No. 104348 Street Lighting Improvements The City of Ft Worth, it officers, employees, and servants are included as Additional Insured as respects General & Auto Liability as required by written contract. The General Liability policy contains a special provision with Primary & Non -Contributory wording as required by written contract. Waiver of Subrogation applies as respects General & Auto Liability and Workers Compensation as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 100 Fort Worth Trail AUTHORIZED REPRESENTATIVE Fort Worth, TX 76102 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART Only that insurance provided below that broadens coverage under the Commercial Auto Coverage Part applies. A. Fellow Employee Exclusion Exception The following modification applies on an excess basis over any other insurance. Exclusion 5. (Fellow Employee) of SECTION II - LIABILITY COVERAGE is replaced by the following: 5. "Bodily injury" to any fellow employee of the "insured" arising out of and in the course of the fellow employee's employment. But this exclusion does not apply to "bodily injury" to any fellow employee which results from the use of a covered "auto" you own or hire. B. Increased Supplementary Payments The amount we will pay for the cost of bail bonds and for reasonable expenses incurred by the "insured" under the Supplementary Payments Coverage Extension of SECTION II - LIABILITY COVERAGE is increased to $2,500 and $300 respectively. C. Automatic Hired Auto Physical Damage Coverage 1. Subject to 2. and 3. below, the broadest of the Physical Damage Coverages provided under this Coverage Part for "autos" you own are also provided for hired "autos" which are covered for Liability Coverage under this Coverage Part. 2. The most we will pay for "loss" in any one "accident" is the lesser of: a. The actual cash value of the damaged or stolen property as of the time of the "loss"; b. The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality; or c. $35,000. 3. As respects the Physical Damage Coverage provided for hired "autos" under this Coverage Extension, our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the largest deductible for such coverage applicable to any owned covered "auto." In the event of "loss" caused by fire or lightning, no deductible shall apply. D. Leased Auto Additional Legal Obligation Coverage The following coverage is added to SECTION III - PHYSICAL DAMAGE COVERAGE: For any covered "auto" for which this Coverage Form includes a lessor as an additional "insured" under the Additional Insured - Lessor endorsement, we will pay your additional "legal obligation" to such lessor in the event of a total "loss." As used in this coverage, "legal obligation" shall mean and be the difference between the amount owed on your lease and the actual cash value of the "auto." The amount owed on your lease shall not include any taxes; overdue payments or interest resulting from overdue payments; penalties; lease termination fees; and charges resulting from mileage, overdue payments or excess wear and tear. The actual cash value of the "auto" and the amount owed on your lease shall be based on the time of the "loss." E. Theft Extension The coverage provided under SECTION III - PHYSICAL DAMAGE COVERAGE for transportation expenses incurred by you because of a total theft of a covered "auto" of the private passenger type is increased to $50 per day and to a maximum of $1,000. 8-E-2419 Ed. 04-2017 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 3 with its permission. Copyright, Utica Mutual Insurance Company, 2017. F. Window Glass Breakage Deductible Waiver For "loss" covered under SECTION III - PHYSICAL DAMAGE COVERAGE, the Deductible provision does not apply to window glass breakage if the damaged window glass is repaired instead of replaced. G. Malfunction Extension for Airbags The following provision is added to the Exclusion for wear and tear, freezing, mechanical or electrical breakdown under SECTION III - PHYSICAL DAMAGE COVERAGE: But mechanical or electrical breakdown does not include accidental inflation of an airbag. H. Multiple Deductibles 1. In the event of any occurrence which results in a loss or "loss" we cover under more than one Coverage, Coverage Form, or Coverage Part, the deductibles shall apply as described in 2., 3. or 4. below. 2. a. If all involved deductibles are equal in amount, that amount will apply only once for all loss or "loss" from each occurrence. K. Broadened Cancellation It is agreed that we may cancel or nonrenew this Coverage Part by mailing or delivering to the first Named Insured written notice of cancellation or nonrenewal at least sixty (60) days before the effective date of cancellation. This provision does not apply if the policy is cancelled for nonpayment of premium. If these provisions conflict with any state law or regulation governing the cancellation/nonrenewal of this Coverage Part, then such law or regulation shall prevail and this Coverage Part is amended to conform with such law or regulation. L. Broadened Named Insured b. Loss or "loss" from each occurrence under all involved coverages will be accumulated to make up that deductible amount. 3. If involved deductibles for different coverages are of different amounts, we will use the method described in a. or b. of this item 3. which results in the higher total payment to you. M a. We will apply each deductible to the loss or 'loss" for the coverage to which it applies; or b. We will add the amount of loss or "loss" from all involved coverages and subtract from the total the larger or largest applicable deductible. 4. This deductible provision does not apply to loss or "loss" caused by flood, windstorm or hail. Bodily Injury Redefined It is agreed and understood that the definition of "bodily injury" (SECTION V) includes mental anguish resulting from "bodily injury," sickness or disease to the person who sustained such "bodily injury," sickness or disease. Unintentional Failure to Disclose Hazards Failure of the insured to disclose all hazards existing as of the inception date of the Coverage Part shall not invalidate the insurance afforded by this Coverage Part if such failure or omission is not intentional. It is agreed that the Named Insured shown in the Declarations includes any subsidiary corporation, firm, or organization of a similar business nature which is newly acquired or formed, and over which you maintain ownership or majority interest, if there is no other similar insurance available to that organization. However, coverage does not apply to "bodily injury," "property damage" or "loss" that occurred before you acquired or formed the organization. No person or organization is an "insured" with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in the Declarations. As used in this extension of coverage, the phrase, "similar business nature" means of a nature which an ordinary person would consider to be closely related to your business. Notice of Accident, Claim, Suit or Loss It is agreed that failure by any agent, servant, or employee (except an executive officer, or individual designated by an executive officer to give such notice) of the "insured" to notify us of any "accident," claim, "suit," or "loss" of which such person has knowledge shall not invalidate the insurance afforded by this Coverage Part as respects the Named Insured. N. Hired Auto Changes Coverage territory is amended to be anywhere in the world for a "suit": 1. Involving a covered "auto" that is leased, hired, rented or borrowed by the Named Insured; and 2. Brought against an "insured" for damages to which this insurance applies; when such "suit" is brought in: a. The United States of America; b. The territories and possessions of the United States of America; c. Puerto Rico; or d. Canada. Page 2 of 3 8-E-2419 Ed. 04-2017 O. Theft Expenses S. Waiver of Subrogation Under the Loss Payment - Physical Damage The Transfer of Rights of Recovery Against Coverage Loss Condition (SECTION IV), Others To Us Loss Condition is replaced by the regardless of the option we select, it is agreed following: and understood that in the event of a theft of a If the insured has rights to recover all or part of covered "auto," we will pay those expenses any payment we have made under this policy, incurred for the return of the covered "auto" to the those rights are transferred to us. The insured Named Insured. must do nothing after loss to impair them. At our P. Employees as Insureds request, the insured will bring suit or transfer The following is added to the LIABILITY those rights to us and help us enforce them. COVERAGE WHO IS AN INSURED provision: We waive any right of recovery we may have Any employee of yours is an "insured" while using under such a transfer of rights against any person a covered "auto" you don't own, hire or borrow in or organization holding a waiver under a written your business or your personal affairs. contract with the insured if such contract was Q. Towing and Labor executed prior to the loss which generated such right of recovery. Under SECTION III - PHYSICAL DAMAGE T. Additional Insured - By Contract, Agreement COVERAGE, Towing is replaced by the following: Or Permit Towing and Labor Under SECTION II - LIABILITY COVERAGE, the We will pay up to the following limits for towing following is added to Who Is An Insured: and labor costs incurred each time a covered "auto" Any person or organization with whom you have is disabled: entered into a written contract, agreement or a. $100 for a covered "auto" rated and classified permit requiring you to provide insurance such as as a private passenger vehicle. is afforded by this Business Auto Coverage Form b. $150 for a covered "auto" rated and classified is an "insured" for Liability Coverage, but only to as a light, medium, heavy or extra -heavy the extent that such person or organization truck. qualifies as an "insured" under the Who Is An However, the labor must be performed at the Insured Provision. place of disablement. U. Rental Reimbursement R. Personal Effects 1. We will reimburse you for reasonable costs The following is added to SECTION III - you incur for the rental of a substitute "auto" PHYSICAL DAMAGE COVERAGE: that temporarily replaces a covered "auto" Personal Effects described in the Declarations while such If you carry Comprehensive Coverage for the "auto" is being repaired due to a "loss" stolen covered "auto", we will pay up to $750 for covered under Comprehensive Coverage, personal effects stolen with the auto. Specified Cause of Loss Coverage or Collision Coverage. This insurance is excess over any other 2. We will pay the lesser of: collectible insurance and no deductible applies. a. The amount of actual and necessary rental costs that you incur; or b. A maximum of $5,000 for each "loss." 3. The Deductible provision does not apply to this coverage. 8-E-2419 Ed. 04-2017 Page 3 of 3 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS LIABILITY EXTENSION PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM 1. The following is added to the Coverages section: YOUR WORK COVERAGE a. Insuring Agreement (1) We will reimburse you for "property damage" claims directly arising from "your work" for a "client'. The amount of such reimbursement is limited as described in the Limits Of Insurance section. No other obligation or liability to pay sums or perform acts or services is covered. (2) This insurance applies only if: (a) "Your work" was performed by you or an "employee" and was done with the express knowledge of the insured; (b) "Your work" was performed during the policy period; (c) You reasonably determine that payment in the amount of the "property damage" to the "client' for "your work" is necessary; and (d) You have received a notarized notification of a demand for remuneration from the "client' by mail within ninety days after the work was performed. (3) We shall have no duty nor obligation to defend the insured or perform acts or services. b. Exclusions This insurance does not apply to: (1) Owned Property "Your work" performed at any location owned by, rented or leased to the insured. (2) Subcontracted Work Work performed by a subcontractor. (3) Bodily Injury And Property Damage Liability Exclusions Property damage excluded under Bodily Injury And Property Damage Liability in the Coverages section. c. The following is added to the Limits Of Insurance section: The most we will reimburse you for the sum of all damages covered under Your Work Coverage is $10,000 in any one occurrence and $20,000 in any annual period starting with the beginning of the policy period in the Declarations. d. The following conditions replace the Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under the Commercial General Liability Conditions for Your Work Coverage only: DUTIES IN THE EVENT OF A CLAIM (1) You must notify us as soon as possible of the notification from your "client' of a demand for remuneration for "property damage" resulting from your work". The notice should include: (a) A notarized letter from the "client' of the work deemed necessary to be changed; (b) The names and addresses of the affected "clients"; (c) A written description by you of how, when and where the event occurred; and (d) A cancelled check or money order written to the "client'. (2) At our request, give us complete inventories of the damage and undamaged property. Include quantities, costs, values and amount of the loss claimed. (3) Cooperate with us in the review of the reimbursement. 8-E-3799(TX) Ed. 02-2012 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 9 with its permission. Copyright, Utica Mutual Insurance Company, 2012. e. The following definition is added: "Client" means an individual, company, or organization with whom you have a written contract or work order for your services for a described premises and have billed for your services. INCIDENTAL MALPRACTICE a. The definition of "bodily injury" in SECTION V - DEFINITIONS is amended to include injury arising out of rendering or failing to render medical or paramedical services to persons by any physician, dentist, nurse, emergency medical technician or paramedic who is employed by you to provide such services. b. Paragraph 2.a.(1)(d) of SECTION II - WHO IS AN INSURED does not apply to nurses, emergency medical technicians or paramedics described in paragraph a. above. c. Part (1) of the Employers Liability exclusion under Paragraph 2. Exclusions, of SECTION - I COVERAGE A does not apply to injury to the emotions or reputation of a person arising out of such services. This Incidental Malpractice Coverage does not apply if you are engaged in the business or profession of providing services described in paragraph a. above. 3. EXTENDED PROPERTY DAMAGE Under Paragraph 2. Exclusions of SECTION - I COVERAGE A, the Expected Or Intended Injury exclusion is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 4. NONOWNED AIRCRAFT AND WATERCRAFT Under Paragraph 2. Exclusions of SECTION - I COVERAGE A, the Aircraft, Auto or Watercraft is replaced by the following: Aircraft, Auto or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading." This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) An aircraft that is: (a) Hired, chartered or loaned to an insured with a paid crew; and (b) Not owned by an insured; (2) A watercraft while ashore on premises you own or rent; (3) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; Exceptions (1) and (3) to this exclusion g. do not apply, and exclusion g. is fully applicable, to any aircraft or watercraft to which any other insurance covering "bodily injury" or "property damage" is available to the insured. This is so whether the other insurance applies on a primary, excess, contingent or any other basis. (4) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (5) Liability assumed under any "insured contract' for the ownership, maintenance or use of aircraft or watercraft; or (6) "Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment' if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment'. PROPERTY DAMAGE LIABILITY - ELEVATORS, BORROWED EQUIPMENT and LIMITED COVERAGE FOR DAMAGE TO PERSONAL PROPERTY IN YOUR CARE, CUSTODY OR CONTROL a. Under Paragraph 2. Exclusions of SECTION - COVERAGE A, part (4) of the Damage To Property exclusion applies as follows: (1) This exclusion always applies to "property damage" to property of others which occurs at premises you own, rent or control. (2) With respect to "property damage" to personal property of others which occurs away from premises you own, rent or control, this exclusion will apply only when the "property damage" is: Page 2 of 9 8-E-3799(TX) Ed. 02-2012 (a) To property which you have contracted to install; (b) The direct result of the property being raised, lowered or otherwise moved by a crane; (c) To "mobile equipment' or an "auto"; (d) To that particular part of property which you are attempting to service or repair; or (e) Covered by other insurance which will pay for the "property damage." (3) This exclusion does not apply to "property damage" to borrowed equipment while not being used to perform operations at the job site. b. Parts (3), (4) and (6) of the Damage To Property exclusion do not apply to the use of elevators. c. The insurance afforded by this section is excess over any valid and collectible property insurance (including any deductible portion thereof) available to the insured whether primary, excess, contingent or on any other basis, and the OTHER INSURANCE condition is deemed changed accordingly. CONTRACTUAL PERSONAL AND ADVERTISING INJURY Under Paragraph 2. Exclusions of SECTION - I COVERAGE B, the Contractual Liability exclusion is deleted. However, the coverage provided by this section will not apply if COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY is excluded by any of the exclusions or other provisions of the Coverage Form or by any endorsement. FIRE, LIGHTNING, EXPLOSION OR WATER DAMAGE a. The last paragraph of SECTION I - COVERAGE A (after the exclusions) is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion or water to premises rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. b. Paragraph 6. of Section III - Limits Of Insurance is replaced by the following: 6. Subject to 5. above, the greater of: (1) $500,000; or (2) The Damage To Premises Rented To You Limit shown in the Declarations; is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or water, while rented to you, or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit applies to all loss or damage caused by or resulting from fire, lightning, explosion or water; or any combination of these causes c. Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, part b. (1)(b) of Other Insurance is replaced by the following: (b) That is Fire and Extended Coverage insurance for premises rented to you or temporarily occupied by you with permission of the owner; SUPPLEMENTARY PAYMENTS Under SUPPLEMENTARY PAYMENTS - COVERAGES A AND B: a. The most we will pay for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies is increased by $2,250. b. The most we will pay for actual loss of earnings because of time off from work is increased by $250. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Paragraph 3. under SECTION II - WHO IS AN INSURED, is replaced by the following: 3. Any organization you newly acquire or form; other than a partnership, joint venture or limited liability company; and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; and b. Coverage under this provision does not apply to: (1) "Bodily injury" or "property damage" that occurred; or (2) "Personal and advertising injury" arising out of an offense committed; before you acquired or formed the organization. 8-E-3799(TX) Ed. 02-2012 Page 3 of 9 10. SUBSIDIARIES (2) Such insurance as is provided by The following is added under SECTION II - paragraph a.(1) for any additional WHO IS AN INSURED: insured will be primary, if so required by a. Any organization, not shown in the the written contract, agreement or Declarations as a Named Insured, which is permit. Any other insurance available to a legally incorporated entity, if you own such person or organization shall be more than 50% of the outstanding securities excess over this insurance. representing the present right to vote for the (3) A person's or organization's status as election of its directors; or an additional insured in connection with b. Any organization, not shown in the a written contract, agreement or permit Declarations as a Named Insured, which is under paragraphs a.(1), (2) and (3) a legally incorporated entity, if more than ends when your operations for that 50% of the outstanding securities additional insured are completed or the representing the present right to vote for the written contract, agreement or permit is election of its directors is owned by an terminated or expires. organization described in paragraph a. b. Additional Exclusions or Limitations above; is also an insured. (1) Lessor of Leased Equipment The insurance afforded under paragraphs a. If an equipment lessor is an additional and b. above applies only if no other insured as a result of the provisions of insurance of any kind is available to such paragraphs a.(1), (2) and (3) above, the entity for this kind of liability. following additional exclusion applies: 11. ADDITIONAL INSUREDS - BY CONTRACT This insurance does not apply to "bodily "property AGREEMENT OR PERMIT - INCLUDING injury" or damage" arising out LESSOR OF LEASED EQUIPMENT, OWNER of the sole negligence of such OF LEASED LAND, MANAGERS OR additional insured. LESSORS OF PREMISES, ENGINEERS, (2) Owner of Leased Land ARCHITECTS AND SURVEYORS AND If an owner or other interest from whom VENDORS land has been leased is an additional The following is added to SECTION II - WHO IS insured as a result of the provisions of AN INSURED: paragraphs a.(1), (2) and (3) above, the following additional exclusions apply: a. Additional Insureds - By Contract, This insurance does not apply to: Agreement or Permit (a) Any "occurrence" that takes place (1) Any person or organization with whom after you cease to lease that land; you have entered into a written or contract, agreement or permit requiring (b) Structural alterations, new you to provide insurance such as is construction or demolition afforded by this Commercial General operations performed by or for the Liability Coverage Form will be an owner or other interest from whom additional insured, but only: the land was leased. (a) To the extent that such additional (3) Managers or Lessors of Premises insured is held liable for acts or If a manager or lessor of premises you omissions committed by you or your rent or lease is an additional insured as subcontractors during the a result of the provisions of paragraphs performance of your ongoing a.(1), (2) and (3) above, the following operations for the additional additional exclusions apply: pp y� insured. This insurance does not apply to: (b) With respect to property owned or (a) Any "occurrence" that takes place used by, or rented or leased to, after you cease to be a tenant in you. those premises; or The insurance afforded any additional (b) Structural alterations, new insured under this paragraph a.(1) will construction or demolition operations be subject to all applicable exclusions performed by or for the manager or or limitations described in paragraphs lessor of those premises. b.(1), (2), (3) (5) and (6) and in c.(1), (2), (3), (4), (5) and (6) below. Page 4 of 9 8-E-3799(TX) Ed. 02-2012 (4) Engineers, Architects or Surveyors (v) Any failure to make such If an engineer, architect or surveyor is inspections, adjustments, tests an additional insured as a result of the or servicing as the vendor has provisions of paragraphs a.(1), (2) and agreed to make or normally (3) above, the following additional undertakes to make in the usual exclusions apply: course of business, in This insurance does not apply to "bodily connection with the distribution injury," "property damage," "personal or sale of the products; and advertising injury" arising out of the (vi) Demonstration, installation, rendering or failing to render any servicing or repair operations, professional services by or for you, except such operations including: performed at the vendor's (a) The preparing, approving, or failing premises in connection with the to approve, maps, shop drawings, sale of the product; or opinions, reports, surveys, field (vii) Products which, after orders, change orders or drawings distribution or sale by you, have and specifications; or been labeled or relabeled or (b) Giving directions or instructions, or used as a container, part or failing to give them, if that is the ingredient of any other thing or primary cause of injury. substance by or for the vendor. (5) Vendors of "Your Products" (b) This insurance afforded the vendor If a vendor of "your products" is an does not apply to any person or additional insured under this Coverage organization from whom you have Part, such insurance as is provided to acquired such products, or any the additional insured applies only with ingredient, part or container respect to "bodily injury" or "property entering into, accompanying or damage" arising out of "your products" containing such products. which are distributed or sold in the No insurance will be provided under this regular course of the vendor's business Vendors coverage if "bodily injury" or and subject to the following additional "property damage" under the "products - exclusions: completed operations hazard" is (a) This insurance afforded the vendor excluded by any of the exclusions or does not apply to: other provisions of this Coverage Form or by any endorsement. (i) "Bodily injury" or "property (6) State or Governmental Agency or damage" for which the vendor Subdivision or Political Subdivision is obligated to pay damages by If the state or governmental agency or reason of the assumption of subdivision or political subdivision is an liability in a contract or additional insured as a result of the agreement. This exclusion does provisions of paragraphs a.(1), (2) and not apply liability that the (3) above, the following additional vendor would have in the exclusions apply: absence of the contract or This insurance does not apply to: agreement; (ii) Any express warranty (a) "Bodily injury", "property damage" "personal unauthorized by you; or and advertising injury" arising out of operations performed (iii) Any physical or chemical for the federal government, state or change in the product made municipality; or intentionally by the vendor; (b) "Bodily injury" or "property damage" (iv) Repackaging, unless unpacked included within the "products - solely for the purpose of completed operations hazard". inspection, demonstration, testing or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; 8-E-3799(TX) Ed. 02-2012 Page 5 of 9 c. Such insurance as is afforded for any additional insured under paragraph a. or b. above is subject to all applicable exclusions of 2. Exclusions, COVERAGE A (Section 1), other than exclusion b. Contractual Liability, to all exclusions or limitations stated with the coverage language, and to the following additional exclusions: This insurance does not apply to: (1) The independent acts or omissions of such additional insured. (2) Any liability arising from injury or damage in connection with a contract or agreement executed or permit issued subsequent to: (a) The occurrence of any "bodily injury" or "property damage"; or (b) The commission of any offense which caused "personal and advertising injury." (3) Construction or demolition activities within 50 feet of any railroad property and affecting any railroad bridge or trestle, track, road -bed, tunnel, underpass or crossing. (4) Any liability arising from injury or damage in connection with a permit issued by a state or political subdivision if the liability is from operations performed for the state or political subdivision. (5) Any liability from "bodily injury" or "property damage" arising out of "your work" which is included in the "products -completed operations hazard." This additional exclusion c.(5) does not apply with respect to such Vendors coverage as is provided under b.(5) above. (6) Any person or organization included as an insured under any other provision of Section II - Who Is An Insured or included as an additional insured by any endorsement to this policy. 12. INSUREDS - NONOWNED WATERCRAFT The following is added to SECTION II - WHO IS AN INSURED: With respect to any watercraft you do not own that is: a. Less than 51 feet long; and b. Not being used to carry persons or property for a charge; any person who uses or is responsible for the use of such watercraft, with your express or implied consent, is an insured. Any other person or organization responsible for the conduct of such person is also an insured, but only with respect to liability arising out of the operation or use of the watercraft, and only if no other insurance of any kind is available to that person or organization for this liability. However, no person or organization is an insured with respect to: (1) "Bodily injury" to a co -"employee" of the person operating or using the watercraft; or (2) "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an insured under this provision. 13. MEDICAL PAYMENTS Paragraph 7. of SECTION III - LIMITS OF INSURANCE is replaced by the following: 7. Subject to 5. above, the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person is the Medical Expense Limit which is the greater of: a. $15,000; or b. The Medical Expense Limit shown in the Declarations. 14. PER LOCATION GENERAL AGGREGATE LIMIT The General Aggregate Limit under Limits Of Insurance (Section III) applies separately to each of your "locations" owned by or rented to you. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 15. PRIORITY CONDITION The following paragraph is added to SECTION III - LIMITS OF INSURANCE: In the event a claim or "suit' is brought against more than one insured, due to "bodily injury" or "property damage" from the same 'occurrence", or "personal and advertising injury" from the same offense, the Limits of Insurance will apply in the following order: a. You; b. Your "executive officers", directors, stockholders or "employees", and c. Any other insureds in any order that we choose. 16. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under SECTION IV - COMMERCIAL LIABILITY CONDITIONS, DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT is replaced by the following: Page 6 of 9 8-E-3799(TX) Ed. 02-2012 Duties In The Event Of Occurrence, Offense, Claim Or Suit a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. This paragraph a. applies only if one of the following knows of the "occurrence" or offense: (1) You; (2) A partner or member, if you are a partnership or joint venture; (3) A member or manager, if you are a limited liability company; or (4) An "executive officer" or insurance manager, if you are an organization other than a partnership, joint venture or limited liability company. b. If a claim is made or "suit" is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. This paragraph b. will be considered to have been violated only if the violation occurs after the claim or "suit" is known to: (1) You; (2) A partner or member, if you are a partnership or joint venture; (3) A member or manager, if you are a limited liability company; or (4) An "executive officer" or insurance manager, if you are an organization other than a partnership, joint venture or limited liability company. c. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation, or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization that may be liable to the insured because of injury or damage to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 17. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, the following replaces Transfer Of Rights Of Recovery Against Others To Us: If the insured has rights to recover all or part of any payment we have made under this policy, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. We waive any right of recovery we may have under such a transfer of rights against any person or organization holding a waiver under a written contract with the insured if such contract was executed prior to the loss which generated such right of recovery. 18. NOTICE TO COMPANY The following is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: Notice To Company If the insured reports an "occurrence" or offense to its Workers Compensation insurer and such "occurrence" or offense later becomes a claim under this Coverage Part, failure to report such "occurrence" or offense to us at the time of the "occurrence" or offense will not be considered a violation of the Duties in the Event of Occurrence, Offense, Claim or Suit Condition, only if: a. Such failure or omission is not intentional; and b. You notify us as soon as practicable when you become aware that the "occurrence" or offense has become a liability claim. 8-E-3799(TX) Ed. 02-2012 Page 7 of 9 19. UNINTENTIONAL FAILURE TO DISCLOSE 22. PERSONAL AND ADVERTISING INJURY HAZARDS LIABILITY EXTENSION The following is added to SECTION IV - Under the Definitions Section, "personal and COMMERCIAL GENERAL LIABILITY advertising injury" is replaced by the following: CONDITIONS: "Personal and advertising injury" means injury Unintentional Failure To Disclose Hazards including mental anguish, shock or humiliation other than "bodily injury" arising out of one or Failure of the insured to disclose all hazards more of the following offenses: existing as of the inception date of the policy 1. False arrest, detention or imprisonment; shall not prejudice the rights of the insured as 2. Malicious prosecution or abuse of process; respects the insurance afforded by this policy if 3. Wrongful entry into, or eviction of a person such failure or omission is not intentional. from, a room, dwelling or premises that the 20. COVERAGE TERRITORY person occupies; Under the Definitions Section, "coverage 4. Oral or written publication, in any manner, territory" is replaced by the following: of material that slanders or libels a person "Coverage territory" means: or organization or disparages a person's or a. The United State of America (including its organization's goods, products or services; territories and possessions), Puerto Rico 5. Oral or written publication, in any manner, and Canada; of material that violates a person's right of b. International waters or airspace, provided privacy; 6. The use of another's advertising idea in the injury or damage does not occur in the your "advertisement"; course of travel or transportation to or from 7. Infringing upon anothers copyright, trade any place not included in a. above; or dress or slogan in your "advertisement"; or c. All other parts of the world if: 8. Discrimination. 1) The injury or damage arises out of: As used in this form, discrimination means a) Goods or products made or sold by the act of differentiation based on age, race, you in the territory described in a. color, sex, religion, national origin, physical above; handicap or sexual preference which b) The activities of a person whose violates any applicable federal, state or home is in the territory described in local statute which pertains to a. above, but is away for a short discrimination. time on your business; or But discrimination does not include acts of differentiation that cause injury to: c) "Personal and advertising injury" offenses that take place through the a. A person arising out of any: Internet or similar electronic means (1) Refusal to employ that person; of communication; and (2) Termination of that person's 2) The insured's responsibility to pay employment; or damages is determined in a "suit" on (3) Employment -related practices, the merits, in: policies, acts or omissions, such as a) The territory described in a. above; coercion, demotion, evaluation, b) The Commonwealth of the reassignment, discipline, Bahamas, Bermuda, Cayman defamation, harassment, humiliation Islands, and British Virgin Islands; or discrimination directed at that or in a settlement we agree to. person; or 21. BODILY INJURY DEFINITION b. The spouse, child, parent, brother or Under the Definitions Section, "bodily injury" is sister of that person as a consequence replaced by the following: "Bodily of "bodily injury" to that person at whom injury" means: any of the employment -related a. Bodily injury, sickness or disease sustained practices described in paragraphs (1), by a person, including death resulting from (2) or (3) above as directed. any of these at any time; or b. Shock, mental anguish or mental injury, Paragraphs a. and b. above apply: including death resulting therefrom, to a (1) Whether the "insured" may be liable person who sustained bodily injury, as an employer or in any other sickness or disease, provided the shock, capacity; and mental anguish or mental injury is a (2) To any obligation to share damages consequence of the bodily injury, sickness with or repay someone else who or disease. must pay damages because of the injury. Page 8 of 9 8-E-3799(TX) Ed. 02-2012 23. IMPAIRED PROPERTY a. Under the Definitions Section, the definition of "impaired property" does not apply. b. Exclusions m. and n. under SECTION I - COVERAGE A are replaced by the following: m. Loss Of Use Of Tangible Property Loss of use of tangible property which has not been physically injured or destroyed, resulting from: (1) A delay in or lack of performance by you or anyone on your behalf of any contract or agreement; or (2) The failure of "your product' or "your work" to meet the level of performance, quality, fitness or durability warranted or represented by or on your behalf. This exclusion does not apply to loss of use of other tangible property resulting from the sudden or accidental physical injury to or destruction of: (1) "Your product'; or (2) "Your work"; after such product or work has been put to its intended use. n. Recall Of Products, Work Or Other Property Damage claimed for any loss, cost or expense incurred by you or others for the loss of use, withdrawal, recall, inspection, repair, replacement, adjustment, removal or disposal of: (1) "Your product'; (2) "Your work"; or (3) Any property of which "your product' or "your work" forms a part; if such product, work, or property is withdrawn or recalled from the market or from use by any person or organization because of a known or suspected defect, deficiency, inadequacy or dangerous condition in it. 24. LIBERALIZATION If we adopt any revision that would broaden the coverage under this Coverage Part without additional premium within 45 days prior to or during the policy period, the broadened coverage will immediately apply to this Coverage Part. 25. LIMITED PRODUCT WITHDRAWAL EXPENSE The Limited Product Withdrawal Expense Endorsement is added, subject to the following: Unless higher amounts are shown in the Schedule of the Limited Product Withdrawal Expense Endorsement: a. A $10,000 Aggregate Limit of Insurance; b. A $500 Deductible Amount Per Product Withdrawal; and c. A 0% Participation Percentage Per Product Withdrawal; applies to this coverage. 26. ELECTRONIC DATA LIABILITY The Electronic Data Liability endorsement is added subject to the following: Unless a higher limit is shown in the Schedule of the Electronic Data Liability Endorsement, $10,000 applies to the coverage provided by this endorsement. 8-E-3799(TX) Ed. 02-2012 Page 9 of 9 t ---eXaSMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 2/20/25 at 12:01 a.m. standard time, forms a part of: Policy no. 0001312476 of Texas Mutual Insurance Company effective on 2/20/25 Issued to: C&S UTILITY CONTRACTORS INC NCCI Carrier Code: 29939 This is not a bill I Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 2/18/25 WC 42 03 04 B DATE (MM/DD/YYYY) A� " CERTIFICATE OF LIABILITY INSURANCE 6/9/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER (CONTACT Swingle, Collins & Associates I PHONE FAX 13760 Noel Road, Suite 600 (A/C. No. Ext): 972-387-3000 (A/C, No): 972 387-3808 Dallas TX 75240 I ADDRESS: services?PswinglecolllnS.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Republic Franklin Insurance Company 12475 INSURED C&SUTIL-01 C&S Utility Contractors Inc. INSURER B : Texas Mutual Insurance CO 22945 6705 Highway 287 I INSURER C : Utica Lloyd's of Texas 10990 Arlington TX 76001 I INSURERD: Evanston Insurance Co 35378 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1153011101 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY Y Y 5500216 2/20/2025 2/20/2026 EACH OCCURRENCE $ 1 000 000 CLAIMS -MADE � OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑X PRO- ❑ LOC JECT OTHER: C AUTOMOBILE LIABILITY Y Y 5500213 X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB I V I OCCUR Y Y 5507415 EXCESS LIAB H CLAIMS -MADE DED I X I RETENTION $ in non B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRI ETOR/PARTNER/EXECUTIV 1- OFFICER/MEMBER EXCLUDED? NI N / A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below A Contractors Equipment A Scheduled Equipment D Excess Liability Y 0001312476 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 2/20/2025 2/20/2026 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) 2/20/2025 2/20/2026 I EACH OCCURRENCE 2/20/2025 2/20/2026 AGGREGATE Follow Form X STATUTE ERH $ 2,000,000 $ 2,000,000 E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE- POLICY LIMIT $ 1,000,000 5500216 2/20/2025 2/20/2026 Blanket Limit 100,000 5500216 2/20/2025 2/20/2026 Scheduled Limit 1,077,952 025289479AR 2/20/2025 2/20/2026 Per Occurrence 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Leased/Rented Equipment - Limit $100,000 RE: Stanley & Cantey Townhomes — COFW Project No. 104348 Street Lighting Improvements M25 on the Rail LLC. is included as Additional Insured as respects General & Auto Liability as required by written contract. The General Liability policy contains a special provision with Primary & Non -Contributory wording as required by written contract. Waiver of Subrogation applies as respects General & Auto Liability and Workers Compensation as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. M25 on the Rail LLC. PO Box 12324 AUTHORIZED REPRESENTATIVE Fort Worth, TX 76100 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART Only that insurance provided below that broadens coverage under the Commercial Auto Coverage Part applies. A. Fellow Employee Exclusion Exception The following modification applies on an excess basis over any other insurance. Exclusion 5. (Fellow Employee) of SECTION II - LIABILITY COVERAGE is replaced by the following: 5. "Bodily injury" to any fellow employee of the "insured" arising out of and in the course of the fellow employee's employment. But this exclusion does not apply to "bodily injury" to any fellow employee which results from the use of a covered "auto" you own or hire. B. Increased Supplementary Payments The amount we will pay for the cost of bail bonds and for reasonable expenses incurred by the "insured" under the Supplementary Payments Coverage Extension of SECTION II - LIABILITY COVERAGE is increased to $2,500 and $300 respectively. C. Automatic Hired Auto Physical Damage Coverage 1. Subject to 2. and 3. below, the broadest of the Physical Damage Coverages provided under this Coverage Part for "autos" you own are also provided for hired "autos" which are covered for Liability Coverage under this Coverage Part. 2. The most we will pay for "loss" in any one "accident" is the lesser of: a. The actual cash value of the damaged or stolen property as of the time of the "loss"; b. The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality; or c. $35,000. 3. As respects the Physical Damage Coverage provided for hired "autos" under this Coverage Extension, our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the largest deductible for such coverage applicable to any owned covered "auto." In the event of "loss" caused by fire or lightning, no deductible shall apply. D. Leased Auto Additional Legal Obligation Coverage The following coverage is added to SECTION III - PHYSICAL DAMAGE COVERAGE: For any covered "auto" for which this Coverage Form includes a lessor as an additional "insured" under the Additional Insured - Lessor endorsement, we will pay your additional "legal obligation" to such lessor in the event of a total "loss." As used in this coverage, "legal obligation" shall mean and be the difference between the amount owed on your lease and the actual cash value of the "auto." The amount owed on your lease shall not include any taxes; overdue payments or interest resulting from overdue payments; penalties; lease termination fees; and charges resulting from mileage, overdue payments or excess wear and tear. The actual cash value of the "auto" and the amount owed on your lease shall be based on the time of the "loss." E. Theft Extension The coverage provided under SECTION III - PHYSICAL DAMAGE COVERAGE for transportation expenses incurred by you because of a total theft of a covered "auto" of the private passenger type is increased to $50 per day and to a maximum of $1,000. 8-E-2419 Ed. 04-2017 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 3 with its permission. Copyright, Utica Mutual Insurance Company, 2017. F. Window Glass Breakage Deductible Waiver For "loss" covered under SECTION III - PHYSICAL DAMAGE COVERAGE, the Deductible provision does not apply to window glass breakage if the damaged window glass is repaired instead of replaced. G. Malfunction Extension for Airbags The following provision is added to the Exclusion for wear and tear, freezing, mechanical or electrical breakdown under SECTION III - PHYSICAL DAMAGE COVERAGE: But mechanical or electrical breakdown does not include accidental inflation of an airbag. H. Multiple Deductibles 1. In the event of any occurrence which results in a loss or "loss" we cover under more than one Coverage, Coverage Form, or Coverage Part, the deductibles shall apply as described in 2., 3. or 4. below. 2. a. If all involved deductibles are equal in amount, that amount will apply only once for all loss or "loss" from each occurrence. K. Broadened Cancellation It is agreed that we may cancel or nonrenew this Coverage Part by mailing or delivering to the first Named Insured written notice of cancellation or nonrenewal at least sixty (60) days before the effective date of cancellation. This provision does not apply if the policy is cancelled for nonpayment of premium. If these provisions conflict with any state law or regulation governing the cancellation/nonrenewal of this Coverage Part, then such law or regulation shall prevail and this Coverage Part is amended to conform with such law or regulation. L. Broadened Named Insured b. Loss or "loss" from each occurrence under all involved coverages will be accumulated to make up that deductible amount. 3. If involved deductibles for different coverages are of different amounts, we will use the method described in a. or b. of this item 3. which results in the higher total payment to you. M a. We will apply each deductible to the loss or 'loss" for the coverage to which it applies; or b. We will add the amount of loss or "loss" from all involved coverages and subtract from the total the larger or largest applicable deductible. 4. This deductible provision does not apply to loss or "loss" caused by flood, windstorm or hail. Bodily Injury Redefined It is agreed and understood that the definition of "bodily injury" (SECTION V) includes mental anguish resulting from "bodily injury," sickness or disease to the person who sustained such "bodily injury," sickness or disease. Unintentional Failure to Disclose Hazards Failure of the insured to disclose all hazards existing as of the inception date of the Coverage Part shall not invalidate the insurance afforded by this Coverage Part if such failure or omission is not intentional. It is agreed that the Named Insured shown in the Declarations includes any subsidiary corporation, firm, or organization of a similar business nature which is newly acquired or formed, and over which you maintain ownership or majority interest, if there is no other similar insurance available to that organization. However, coverage does not apply to "bodily injury," "property damage" or "loss" that occurred before you acquired or formed the organization. No person or organization is an "insured" with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in the Declarations. As used in this extension of coverage, the phrase, "similar business nature" means of a nature which an ordinary person would consider to be closely related to your business. Notice of Accident, Claim, Suit or Loss It is agreed that failure by any agent, servant, or employee (except an executive officer, or individual designated by an executive officer to give such notice) of the "insured" to notify us of any "accident," claim, "suit," or "loss" of which such person has knowledge shall not invalidate the insurance afforded by this Coverage Part as respects the Named Insured. N. Hired Auto Changes Coverage territory is amended to be anywhere in the world for a "suit": 1. Involving a covered "auto" that is leased, hired, rented or borrowed by the Named Insured; and 2. Brought against an "insured" for damages to which this insurance applies; when such "suit" is brought in: a. The United States of America; b. The territories and possessions of the United States of America; c. Puerto Rico; or d. Canada. Page 2 of 3 8-E-2419 Ed. 04-2017 O. Theft Expenses S. Waiver of Subrogation Under the Loss Payment - Physical Damage The Transfer of Rights of Recovery Against Coverage Loss Condition (SECTION IV), Others To Us Loss Condition is replaced by the regardless of the option we select, it is agreed following: and understood that in the event of a theft of a If the insured has rights to recover all or part of covered "auto," we will pay those expenses any payment we have made under this policy, incurred for the return of the covered "auto" to the those rights are transferred to us. The insured Named Insured. must do nothing after loss to impair them. At our P. Employees as Insureds request, the insured will bring suit or transfer The following is added to the LIABILITY those rights to us and help us enforce them. COVERAGE WHO IS AN INSURED provision: We waive any right of recovery we may have Any employee of yours is an "insured" while using under such a transfer of rights against any person a covered "auto" you don't own, hire or borrow in or organization holding a waiver under a written your business or your personal affairs. contract with the insured if such contract was Q. Towing and Labor executed prior to the loss which generated such right of recovery. Under SECTION III - PHYSICAL DAMAGE T. Additional Insured - By Contract, Agreement COVERAGE, Towing is replaced by the following: Or Permit Towing and Labor Under SECTION II - LIABILITY COVERAGE, the We will pay up to the following limits for towing following is added to Who Is An Insured: and labor costs incurred each time a covered "auto" Any person or organization with whom you have is disabled: entered into a written contract, agreement or a. $100 for a covered "auto" rated and classified permit requiring you to provide insurance such as as a private passenger vehicle. is afforded by this Business Auto Coverage Form b. $150 for a covered "auto" rated and classified is an "insured" for Liability Coverage, but only to as a light, medium, heavy or extra -heavy the extent that such person or organization truck. qualifies as an "insured" under the Who Is An However, the labor must be performed at the Insured Provision. place of disablement. U. Rental Reimbursement R. Personal Effects 1. We will reimburse you for reasonable costs The following is added to SECTION III - you incur for the rental of a substitute "auto" PHYSICAL DAMAGE COVERAGE: that temporarily replaces a covered "auto" Personal Effects described in the Declarations while such If you carry Comprehensive Coverage for the "auto" is being repaired due to a "loss" stolen covered "auto", we will pay up to $750 for covered under Comprehensive Coverage, personal effects stolen with the auto. Specified Cause of Loss Coverage or Collision Coverage. This insurance is excess over any other 2. We will pay the lesser of: collectible insurance and no deductible applies. a. The amount of actual and necessary rental costs that you incur; or b. A maximum of $5,000 for each "loss." 3. The Deductible provision does not apply to this coverage. 8-E-2419 Ed. 04-2017 Page 3 of 3 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS LIABILITY EXTENSION PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM 1. The following is added to the Coverages section: YOUR WORK COVERAGE a. Insuring Agreement (1) We will reimburse you for "property damage" claims directly arising from "your work" for a "client'. The amount of such reimbursement is limited as described in the Limits Of Insurance section. No other obligation or liability to pay sums or perform acts or services is covered. (2) This insurance applies only if: (a) "Your work" was performed by you or an "employee" and was done with the express knowledge of the insured; (b) "Your work" was performed during the policy period; (c) You reasonably determine that payment in the amount of the "property damage" to the "client' for "your work" is necessary; and (d) You have received a notarized notification of a demand for remuneration from the "client' by mail within ninety days after the work was performed. (3) We shall have no duty nor obligation to defend the insured or perform acts or services. b. Exclusions This insurance does not apply to: (1) Owned Property "Your work" performed at any location owned by, rented or leased to the insured. (2) Subcontracted Work Work performed by a subcontractor. (3) Bodily Injury And Property Damage Liability Exclusions Property damage excluded under Bodily Injury And Property Damage Liability in the Coverages section. c. The following is added to the Limits Of Insurance section: The most we will reimburse you for the sum of all damages covered under Your Work Coverage is $10,000 in any one occurrence and $20,000 in any annual period starting with the beginning of the policy period in the Declarations. d. The following conditions replace the Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under the Commercial General Liability Conditions for Your Work Coverage only: DUTIES IN THE EVENT OF A CLAIM (1) You must notify us as soon as possible of the notification from your "client' of a demand for remuneration for "property damage" resulting from your work". The notice should include: (a) A notarized letter from the "client' of the work deemed necessary to be changed; (b) The names and addresses of the affected "clients"; (c) A written description by you of how, when and where the event occurred; and (d) A cancelled check or money order written to the "client'. (2) At our request, give us complete inventories of the damage and undamaged property. Include quantities, costs, values and amount of the loss claimed. (3) Cooperate with us in the review of the reimbursement. 8-E-3799(TX) Ed. 02-2012 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 9 with its permission. Copyright, Utica Mutual Insurance Company, 2012. e. The following definition is added: "Client" means an individual, company, or organization with whom you have a written contract or work order for your services for a described premises and have billed for your services. INCIDENTAL MALPRACTICE a. The definition of "bodily injury" in SECTION V - DEFINITIONS is amended to include injury arising out of rendering or failing to render medical or paramedical services to persons by any physician, dentist, nurse, emergency medical technician or paramedic who is employed by you to provide such services. b. Paragraph 2.a.(1)(d) of SECTION II - WHO IS AN INSURED does not apply to nurses, emergency medical technicians or paramedics described in paragraph a. above. c. Part (1) of the Employers Liability exclusion under Paragraph 2. Exclusions, of SECTION - I COVERAGE A does not apply to injury to the emotions or reputation of a person arising out of such services. This Incidental Malpractice Coverage does not apply if you are engaged in the business or profession of providing services described in paragraph a. above. 3. EXTENDED PROPERTY DAMAGE Under Paragraph 2. Exclusions of SECTION - I COVERAGE A, the Expected Or Intended Injury exclusion is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 4. NONOWNED AIRCRAFT AND WATERCRAFT Under Paragraph 2. Exclusions of SECTION - I COVERAGE A, the Aircraft, Auto or Watercraft is replaced by the following: Aircraft, Auto or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading." This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) An aircraft that is: (a) Hired, chartered or loaned to an insured with a paid crew; and (b) Not owned by an insured; (2) A watercraft while ashore on premises you own or rent; (3) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; Exceptions (1) and (3) to this exclusion g. do not apply, and exclusion g. is fully applicable, to any aircraft or watercraft to which any other insurance covering "bodily injury" or "property damage" is available to the insured. This is so whether the other insurance applies on a primary, excess, contingent or any other basis. (4) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (5) Liability assumed under any "insured contract' for the ownership, maintenance or use of aircraft or watercraft; or (6) "Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment' if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment'. PROPERTY DAMAGE LIABILITY - ELEVATORS, BORROWED EQUIPMENT and LIMITED COVERAGE FOR DAMAGE TO PERSONAL PROPERTY IN YOUR CARE, CUSTODY OR CONTROL a. Under Paragraph 2. Exclusions of SECTION - COVERAGE A, part (4) of the Damage To Property exclusion applies as follows: (1) This exclusion always applies to "property damage" to property of others which occurs at premises you own, rent or control. (2) With respect to "property damage" to personal property of others which occurs away from premises you own, rent or control, this exclusion will apply only when the "property damage" is: Page 2 of 9 8-E-3799(TX) Ed. 02-2012 (a) To property which you have contracted to install; (b) The direct result of the property being raised, lowered or otherwise moved by a crane; (c) To "mobile equipment' or an "auto"; (d) To that particular part of property which you are attempting to service or repair; or (e) Covered by other insurance which will pay for the "property damage." (3) This exclusion does not apply to "property damage" to borrowed equipment while not being used to perform operations at the job site. b. Parts (3), (4) and (6) of the Damage To Property exclusion do not apply to the use of elevators. c. The insurance afforded by this section is excess over any valid and collectible property insurance (including any deductible portion thereof) available to the insured whether primary, excess, contingent or on any other basis, and the OTHER INSURANCE condition is deemed changed accordingly. CONTRACTUAL PERSONAL AND ADVERTISING INJURY Under Paragraph 2. Exclusions of SECTION - I COVERAGE B, the Contractual Liability exclusion is deleted. However, the coverage provided by this section will not apply if COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY is excluded by any of the exclusions or other provisions of the Coverage Form or by any endorsement. FIRE, LIGHTNING, EXPLOSION OR WATER DAMAGE a. The last paragraph of SECTION I - COVERAGE A (after the exclusions) is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion or water to premises rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. b. Paragraph 6. of Section III - Limits Of Insurance is replaced by the following: 6. Subject to 5. above, the greater of: (1) $500,000; or (2) The Damage To Premises Rented To You Limit shown in the Declarations; is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or water, while rented to you, or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit applies to all loss or damage caused by or resulting from fire, lightning, explosion or water; or any combination of these causes c. Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, part b. (1)(b) of Other Insurance is replaced by the following: (b) That is Fire and Extended Coverage insurance for premises rented to you or temporarily occupied by you with permission of the owner; SUPPLEMENTARY PAYMENTS Under SUPPLEMENTARY PAYMENTS - COVERAGES A AND B: a. The most we will pay for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies is increased by $2,250. b. The most we will pay for actual loss of earnings because of time off from work is increased by $250. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Paragraph 3. under SECTION II - WHO IS AN INSURED, is replaced by the following: 3. Any organization you newly acquire or form; other than a partnership, joint venture or limited liability company; and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; and b. Coverage under this provision does not apply to: (1) "Bodily injury" or "property damage" that occurred; or (2) "Personal and advertising injury" arising out of an offense committed; before you acquired or formed the organization. 8-E-3799(TX) Ed. 02-2012 Page 3 of 9 10. SUBSIDIARIES (2) Such insurance as is provided by The following is added under SECTION II - paragraph a.(1) for any additional WHO IS AN INSURED: insured will be primary, if so required by a. Any organization, not shown in the the written contract, agreement or Declarations as a Named Insured, which is permit. Any other insurance available to a legally incorporated entity, if you own such person or organization shall be more than 50% of the outstanding securities excess over this insurance. representing the present right to vote for the (3) A person's or organization's status as election of its directors; or an additional insured in connection with b. Any organization, not shown in the a written contract, agreement or permit Declarations as a Named Insured, which is under paragraphs a.(1), (2) and (3) a legally incorporated entity, if more than ends when your operations for that 50% of the outstanding securities additional insured are completed or the representing the present right to vote for the written contract, agreement or permit is election of its directors is owned by an terminated or expires. organization described in paragraph a. b. Additional Exclusions or Limitations above; is also an insured. (1) Lessor of Leased Equipment The insurance afforded under paragraphs a. If an equipment lessor is an additional and b. above applies only if no other insured as a result of the provisions of insurance of any kind is available to such paragraphs a.(1), (2) and (3) above, the entity for this kind of liability. following additional exclusion applies: 11. ADDITIONAL INSUREDS - BY CONTRACT This insurance does not apply to "bodily "property AGREEMENT OR PERMIT - INCLUDING injury" or damage" arising out LESSOR OF LEASED EQUIPMENT, OWNER of the sole negligence of such OF LEASED LAND, MANAGERS OR additional insured. LESSORS OF PREMISES, ENGINEERS, (2) Owner of Leased Land ARCHITECTS AND SURVEYORS AND If an owner or other interest from whom VENDORS land has been leased is an additional The following is added to SECTION II - WHO IS insured as a result of the provisions of AN INSURED: paragraphs a.(1), (2) and (3) above, the following additional exclusions apply: a. Additional Insureds - By Contract, This insurance does not apply to: Agreement or Permit (a) Any "occurrence" that takes place (1) Any person or organization with whom after you cease to lease that land; you have entered into a written or contract, agreement or permit requiring (b) Structural alterations, new you to provide insurance such as is construction or demolition afforded by this Commercial General operations performed by or for the Liability Coverage Form will be an owner or other interest from whom additional insured, but only: the land was leased. (a) To the extent that such additional (3) Managers or Lessors of Premises insured is held liable for acts or If a manager or lessor of premises you omissions committed by you or your rent or lease is an additional insured as subcontractors during the a result of the provisions of paragraphs performance of your ongoing a.(1), (2) and (3) above, the following operations for the additional additional exclusions apply: pp y� insured. This insurance does not apply to: (b) With respect to property owned or (a) Any "occurrence" that takes place used by, or rented or leased to, after you cease to be a tenant in you. those premises; or The insurance afforded any additional (b) Structural alterations, new insured under this paragraph a.(1) will construction or demolition operations be subject to all applicable exclusions performed by or for the manager or or limitations described in paragraphs lessor of those premises. b.(1), (2), (3) (5) and (6) and in c.(1), (2), (3), (4), (5) and (6) below. Page 4 of 9 8-E-3799(TX) Ed. 02-2012 (4) Engineers, Architects or Surveyors (v) Any failure to make such If an engineer, architect or surveyor is inspections, adjustments, tests an additional insured as a result of the or servicing as the vendor has provisions of paragraphs a.(1), (2) and agreed to make or normally (3) above, the following additional undertakes to make in the usual exclusions apply: course of business, in This insurance does not apply to "bodily connection with the distribution injury," "property damage," "personal or sale of the products; and advertising injury" arising out of the (vi) Demonstration, installation, rendering or failing to render any servicing or repair operations, professional services by or for you, except such operations including: performed at the vendor's (a) The preparing, approving, or failing premises in connection with the to approve, maps, shop drawings, sale of the product; or opinions, reports, surveys, field (vii) Products which, after orders, change orders or drawings distribution or sale by you, have and specifications; or been labeled or relabeled or (b) Giving directions or instructions, or used as a container, part or failing to give them, if that is the ingredient of any other thing or primary cause of injury. substance by or for the vendor. (5) Vendors of "Your Products" (b) This insurance afforded the vendor If a vendor of "your products" is an does not apply to any person or additional insured under this Coverage organization from whom you have Part, such insurance as is provided to acquired such products, or any the additional insured applies only with ingredient, part or container respect to "bodily injury" or "property entering into, accompanying or damage" arising out of "your products" containing such products. which are distributed or sold in the No insurance will be provided under this regular course of the vendor's business Vendors coverage if "bodily injury" or and subject to the following additional "property damage" under the "products - exclusions: completed operations hazard" is (a) This insurance afforded the vendor excluded by any of the exclusions or does not apply to: other provisions of this Coverage Form or by any endorsement. (i) "Bodily injury" or "property (6) State or Governmental Agency or damage" for which the vendor Subdivision or Political Subdivision is obligated to pay damages by If the state or governmental agency or reason of the assumption of subdivision or political subdivision is an liability in a contract or additional insured as a result of the agreement. This exclusion does provisions of paragraphs a.(1), (2) and not apply liability that the (3) above, the following additional vendor would have in the exclusions apply: absence of the contract or This insurance does not apply to: agreement; (ii) Any express warranty (a) "Bodily injury", "property damage" "personal unauthorized by you; or and advertising injury" arising out of operations performed (iii) Any physical or chemical for the federal government, state or change in the product made municipality; or intentionally by the vendor; (b) "Bodily injury" or "property damage" (iv) Repackaging, unless unpacked included within the "products - solely for the purpose of completed operations hazard". inspection, demonstration, testing or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; 8-E-3799(TX) Ed. 02-2012 Page 5 of 9 c. Such insurance as is afforded for any additional insured under paragraph a. or b. above is subject to all applicable exclusions of 2. Exclusions, COVERAGE A (Section 1), other than exclusion b. Contractual Liability, to all exclusions or limitations stated with the coverage language, and to the following additional exclusions: This insurance does not apply to: (1) The independent acts or omissions of such additional insured. (2) Any liability arising from injury or damage in connection with a contract or agreement executed or permit issued subsequent to: (a) The occurrence of any "bodily injury" or "property damage"; or (b) The commission of any offense which caused "personal and advertising injury." (3) Construction or demolition activities within 50 feet of any railroad property and affecting any railroad bridge or trestle, track, road -bed, tunnel, underpass or crossing. (4) Any liability arising from injury or damage in connection with a permit issued by a state or political subdivision if the liability is from operations performed for the state or political subdivision. (5) Any liability from "bodily injury" or "property damage" arising out of "your work" which is included in the "products -completed operations hazard." This additional exclusion c.(5) does not apply with respect to such Vendors coverage as is provided under b.(5) above. (6) Any person or organization included as an insured under any other provision of Section II - Who Is An Insured or included as an additional insured by any endorsement to this policy. 12. INSUREDS - NONOWNED WATERCRAFT The following is added to SECTION II - WHO IS AN INSURED: With respect to any watercraft you do not own that is: a. Less than 51 feet long; and b. Not being used to carry persons or property for a charge; any person who uses or is responsible for the use of such watercraft, with your express or implied consent, is an insured. Any other person or organization responsible for the conduct of such person is also an insured, but only with respect to liability arising out of the operation or use of the watercraft, and only if no other insurance of any kind is available to that person or organization for this liability. However, no person or organization is an insured with respect to: (1) "Bodily injury" to a co -"employee" of the person operating or using the watercraft; or (2) "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an insured under this provision. 13. MEDICAL PAYMENTS Paragraph 7. of SECTION III - LIMITS OF INSURANCE is replaced by the following: 7. Subject to 5. above, the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person is the Medical Expense Limit which is the greater of: a. $15,000; or b. The Medical Expense Limit shown in the Declarations. 14. PER LOCATION GENERAL AGGREGATE LIMIT The General Aggregate Limit under Limits Of Insurance (Section III) applies separately to each of your "locations" owned by or rented to you. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 15. PRIORITY CONDITION The following paragraph is added to SECTION III - LIMITS OF INSURANCE: In the event a claim or "suit' is brought against more than one insured, due to "bodily injury" or "property damage" from the same 'occurrence", or "personal and advertising injury" from the same offense, the Limits of Insurance will apply in the following order: a. You; b. Your "executive officers", directors, stockholders or "employees", and c. Any other insureds in any order that we choose. 16. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under SECTION IV - COMMERCIAL LIABILITY CONDITIONS, DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT is replaced by the following: Page 6 of 9 8-E-3799(TX) Ed. 02-2012 Duties In The Event Of Occurrence, Offense, Claim Or Suit a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. This paragraph a. applies only if one of the following knows of the "occurrence" or offense: (1) You; (2) A partner or member, if you are a partnership or joint venture; (3) A member or manager, if you are a limited liability company; or (4) An "executive officer" or insurance manager, if you are an organization other than a partnership, joint venture or limited liability company. b. If a claim is made or "suit" is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. This paragraph b. will be considered to have been violated only if the violation occurs after the claim or "suit" is known to: (1) You; (2) A partner or member, if you are a partnership or joint venture; (3) A member or manager, if you are a limited liability company; or (4) An "executive officer" or insurance manager, if you are an organization other than a partnership, joint venture or limited liability company. c. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation, or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization that may be liable to the insured because of injury or damage to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 17. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, the following replaces Transfer Of Rights Of Recovery Against Others To Us: If the insured has rights to recover all or part of any payment we have made under this policy, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. We waive any right of recovery we may have under such a transfer of rights against any person or organization holding a waiver under a written contract with the insured if such contract was executed prior to the loss which generated such right of recovery. 18. NOTICE TO COMPANY The following is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: Notice To Company If the insured reports an "occurrence" or offense to its Workers Compensation insurer and such "occurrence" or offense later becomes a claim under this Coverage Part, failure to report such "occurrence" or offense to us at the time of the "occurrence" or offense will not be considered a violation of the Duties in the Event of Occurrence, Offense, Claim or Suit Condition, only if: a. Such failure or omission is not intentional; and b. You notify us as soon as practicable when you become aware that the "occurrence" or offense has become a liability claim. 8-E-3799(TX) Ed. 02-2012 Page 7 of 9 19. UNINTENTIONAL FAILURE TO DISCLOSE 22. PERSONAL AND ADVERTISING INJURY HAZARDS LIABILITY EXTENSION The following is added to SECTION IV - Under the Definitions Section, "personal and COMMERCIAL GENERAL LIABILITY advertising injury" is replaced by the following: CONDITIONS: "Personal and advertising injury" means injury Unintentional Failure To Disclose Hazards including mental anguish, shock or humiliation other than "bodily injury" arising out of one or Failure of the insured to disclose all hazards more of the following offenses: existing as of the inception date of the policy 1. False arrest, detention or imprisonment; shall not prejudice the rights of the insured as 2. Malicious prosecution or abuse of process; respects the insurance afforded by this policy if 3. Wrongful entry into, or eviction of a person such failure or omission is not intentional. from, a room, dwelling or premises that the 20. COVERAGE TERRITORY person occupies; Under the Definitions Section, "coverage 4. Oral or written publication, in any manner, territory" is replaced by the following: of material that slanders or libels a person "Coverage territory" means: or organization or disparages a person's or a. The United State of America (including its organization's goods, products or services; territories and possessions), Puerto Rico 5. Oral or written publication, in any manner, and Canada; of material that violates a person's right of b. International waters or airspace, provided privacy; 6. The use of another's advertising idea in the injury or damage does not occur in the your "advertisement"; course of travel or transportation to or from 7. Infringing upon anothers copyright, trade any place not included in a. above; or dress or slogan in your "advertisement"; or c. All other parts of the world if: 8. Discrimination. 1) The injury or damage arises out of: As used in this form, discrimination means a) Goods or products made or sold by the act of differentiation based on age, race, you in the territory described in a. color, sex, religion, national origin, physical above; handicap or sexual preference which b) The activities of a person whose violates any applicable federal, state or home is in the territory described in local statute which pertains to a. above, but is away for a short discrimination. time on your business; or But discrimination does not include acts of differentiation that cause injury to: c) "Personal and advertising injury" offenses that take place through the a. A person arising out of any: Internet or similar electronic means (1) Refusal to employ that person; of communication; and (2) Termination of that person's 2) The insured's responsibility to pay employment; or damages is determined in a "suit" on (3) Employment -related practices, the merits, in: policies, acts or omissions, such as a) The territory described in a. above; coercion, demotion, evaluation, b) The Commonwealth of the reassignment, discipline, Bahamas, Bermuda, Cayman defamation, harassment, humiliation Islands, and British Virgin Islands; or discrimination directed at that or in a settlement we agree to. person; or 21. BODILY INJURY DEFINITION b. The spouse, child, parent, brother or Under the Definitions Section, "bodily injury" is sister of that person as a consequence replaced by the following: "Bodily of "bodily injury" to that person at whom injury" means: any of the employment -related a. Bodily injury, sickness or disease sustained practices described in paragraphs (1), by a person, including death resulting from (2) or (3) above as directed. any of these at any time; or b. Shock, mental anguish or mental injury, Paragraphs a. and b. above apply: including death resulting therefrom, to a (1) Whether the "insured" may be liable person who sustained bodily injury, as an employer or in any other sickness or disease, provided the shock, capacity; and mental anguish or mental injury is a (2) To any obligation to share damages consequence of the bodily injury, sickness with or repay someone else who or disease. must pay damages because of the injury. Page 8 of 9 8-E-3799(TX) Ed. 02-2012 23. IMPAIRED PROPERTY a. Under the Definitions Section, the definition of "impaired property" does not apply. b. Exclusions m. and n. under SECTION I - COVERAGE A are replaced by the following: m. Loss Of Use Of Tangible Property Loss of use of tangible property which has not been physically injured or destroyed, resulting from: (1) A delay in or lack of performance by you or anyone on your behalf of any contract or agreement; or (2) The failure of "your product' or "your work" to meet the level of performance, quality, fitness or durability warranted or represented by or on your behalf. This exclusion does not apply to loss of use of other tangible property resulting from the sudden or accidental physical injury to or destruction of: (1) "Your product'; or (2) "Your work"; after such product or work has been put to its intended use. n. Recall Of Products, Work Or Other Property Damage claimed for any loss, cost or expense incurred by you or others for the loss of use, withdrawal, recall, inspection, repair, replacement, adjustment, removal or disposal of: (1) "Your product'; (2) "Your work"; or (3) Any property of which "your product' or "your work" forms a part; if such product, work, or property is withdrawn or recalled from the market or from use by any person or organization because of a known or suspected defect, deficiency, inadequacy or dangerous condition in it. 24. LIBERALIZATION If we adopt any revision that would broaden the coverage under this Coverage Part without additional premium within 45 days prior to or during the policy period, the broadened coverage will immediately apply to this Coverage Part. 25. LIMITED PRODUCT WITHDRAWAL EXPENSE The Limited Product Withdrawal Expense Endorsement is added, subject to the following: Unless higher amounts are shown in the Schedule of the Limited Product Withdrawal Expense Endorsement: a. A $10,000 Aggregate Limit of Insurance; b. A $500 Deductible Amount Per Product Withdrawal; and c. A 0% Participation Percentage Per Product Withdrawal; applies to this coverage. 26. ELECTRONIC DATA LIABILITY The Electronic Data Liability endorsement is added subject to the following: Unless a higher limit is shown in the Schedule of the Electronic Data Liability Endorsement, $10,000 applies to the coverage provided by this endorsement. 8-E-3799(TX) Ed. 02-2012 Page 9 of 9 t ---eXaSMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 2/20/25 at 12:01 a.m. standard time, forms a part of: Policy no. 0001312476 of Texas Mutual Insurance Company effective on 2/20/25 Issued to: C&S UTILITY CONTRACTORS INC NCCI Carrier Code: 29939 This is not a bill I Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 2/18/25 WC 42 03 04 B o06213-1 PERFORMANCE BOND Page I oft I SECTION 00 62 13 2 PERFORMANCE BOND #4480061 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, C&S Utility Contractors, Inc.. known as "Principal" herein and 8 SureTec Insurance Company , a corporate surety(sureties, if more than 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, M25 ON THE RAIL, LLC_, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, ONE HUNDRED THIRTY-TWO THOUSAND NINE, HUNDRED EIGHTY-TWO DOLLARS ($.132.982.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA25-0040; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the day of 1A Al , 20Z-which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by Law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Stanley Ave Townhomes. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer andlor City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 5 1, 2012 STANI,FY K, CANTEY TOWNHOMES CPN: 104348 1 2 3 4 5 6 006213-2. PERFORMANCE. BOND Page 2 of? PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. 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 23rd day of 9 Mav 202-5—. 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 ATTEST: (Principal) Secretary bm 14 Wi ness as tc Principal PRINCIPAL: C&S Utility Contractors, Inc. BY: Si Blake Mernapace. Operations Manager. Name and Title Address: 6705 RWY 287 Arlington, TX 76001 SURETY: SureTec Insurance Company 'A BY: \ mature Kirk Dreyer - Attorney Fact Name and Title Address: 13760 Noel Road, Suite 600 Up ) 1 tAA� Dallas. TX 75240 itness as to Surety Telephone Number: 972-387-3000 *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 STAN.LEY & CANTEY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 POA #: 4221060 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Frank Swingle, Warren Gravely, Jr., Matthew B. Elmore, Kirk D. Dreyer, John M. Huff, Stacey Healy, DeAnna Hansford Crombie, Lynsie DeCet, Lawrence Wesson, Jr., Katie Hunt, Crystal Carlson, Collin Brence, Sarah Swain its true and lawtul Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 001100 Dollars ($6,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions. Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'h of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this tom day of August A.D. 2024 Kati SURETEC INSURANCE COMPANY �Uta�tue� i w Michael C. K mig, President n �a State of Texas ss: y,�3 County of Harris may* On this 20th day of August , A.D. 2024 before me personally came Michael C. Keimig, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he sigrr%41hiclAsimv,thereto by like order. •'�`S TU% � - Chelsea Turner, Notary Public ( _ � ru My commission expires July 6, 2028 I, M. Brent Beaty, Assistant Secretary of SURETEC INSUR+�I�Ej{ P 1 hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is M xt @ f l$i2 effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. "' fill `A Given under my hand and the seal of said Company at Houston, Texas this Z3 day of �� 20 z 1 , A.D. M. Brent Beaty, ssistant eretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. 4221060 For verification of the authority of this power you may call (713) 812.0800 any business day between 8:30 am and 5:00 pin CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://w" ,v.tdi.state.t-x.us Email ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 06042015 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Limitation on Bond Penalty Increase Notwithstanding any provision in the bonds or subcontract to the contrary, the penal sum of this Bond shall automatically be adjusted to reflect the additive or deductive amounts of all change orders issued to the Subcontract; provided, however, that Obligee shall notify Surety if an individual change order increases the Subcontract Price by more than 10%, and, if at any point the aggregate amount of all change orders increases the Subcontract Price by more than 35% of the Subcontract Price, the Surety's consent shall be required to increase the penal sum of this Bond in excess of 35% of the Subcontract Price, such consent not to be unreasonably withheld. The failure to provide the required notice shall not release Surety from its obligations to the extent of the bond penalty in force prior the change that required such notice. Texas Rider 010106 0062 14 - 1 PAYMFNTBOND Page 1 of I SECTION 00 62 14 2 PAYMENT BOND #4480061 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, C&S Utility Contractors. Inc., known as "Principal" herein, and 8 SureTec Insurance Company , a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, M25 ON It THE RAIL, LLC., authorized to do business in Texas "(Developer"), and the City of Fort Worth, 12 a Texas municipal corporation ("City"), in the penal sum of, ONE HUNDRED THIRTY-TWO 13 THOUSAND NINE HUNDRED EIGHTY-TWO DOLLARS ($132.982.001 lawful money of 14 the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 well and truly be made jointly unto the Developer and the City as dual obligees, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: l8 WHEREAS, Developer and City have entered into an Agreement fur the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA25-0040; and 2 i WHEREAS, Principal has � entered into a certain written Contract with Developer, 22 awarded the ZZday of qv tr 202 S which Contract is hereby 23 referred to and made a part hereof for 11 purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defied by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Stanley Ave Townhomes. 26 NOW, THEREFORE, THE CONDITION Of THIS OBLIGATION is such that if 27 .Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH STANLEY & CA1 iTEY TOWI+IHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 10434E Revised January 31, 2012 0062 14 - 2 PAYMENT BOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 23rd day of 6 __May 2025 . 7 8 9 10 I 12 13 14 PRINCIPAL: C&S Utility Contractors ATTEST: BY: Signa ire _ Blake Menapace, Operations ManaQ_ er (Principal) Secretary Name and Title j Address: 6705 HWY 287 1 ` f{-�/ r Arlington, TX 76001 Witnts as to Principal V {j SURETY: SureTec insurance Comnanv ATTEST. BY: Zl( Sig ature r Kirk Dreyer - Attome In act (Surety) Secretary Name and Title Address: 13760 Noel Road, Suite 600 1 V Dallas, I X 75240 Witness asto Surety Telephone Number: 972-387-3000 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 STANLEY & CANTEY TOWNHOMF.S STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised January 31, 2012 POA k: 4221060 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know Atl Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Frank Swingle, Warren Gravely, Jr., Matthew B. Elmore, Kirk D. Dreyer, John M. Huff, Stacey Healy, DeAnna Hansford Crombie, Lynsie DeCet, Lawrence Wesson, Jr., Katie Hunt, Crystal Carlson, Collin Brence, Sarah Swain its true and lawtul Attorney -in -tact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 00l100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 ofApril, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this Zorn day of August A.D. 2o24 MSURETEC INSURANCE COMPANY wG�� XANC�c By: w 'u n Michael C. K mig, President %-5` 1 T State of Texas ss: -, County of Harris n ., On this loth day of August , A.D. 2024 before me personally came Michael C. Keimig, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he sigr�e�d hsslAdmyrt ereto by like order- 0 .�• _ � Chelsea Turner, Notary Public My commission expires July 6, 2028 fDlr O� s�� ' .0 `' I, M. Brent Beaty, Assistant Secretary of SURETEC INSUF&j r� iereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is Ma' OlT/10l@ ; effect; agd furthermore, the resolutions of the Board of Directors, set 'tt out in the Power of Attorney are in full force and effect. t ti 15G� Given under my hand and the seat of said Company at Houston, Texas this L3 day of 2 Vj� 2__ J , A.D. M. Brent Beaty, Assistant keretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. 4221060 For verification of the authority of this power you may tail (713) 812-0800 any business day between 8:30 am and 6:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: httiD://y/wN.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider06042015 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Limitation on Bond Penalty Increase Notwithstanding any provision in the bonds or subcontract to the contrary, the penal sum of this Bond shall automatically be adjusted to reflect the additive or deductive amounts of all change orders issued to the Subcontract; provided, however, that Obligee shall notify Surety if an individual change order increases the Subcontract Price by more than 10%, and, if at any point the aggregate amount of all change orders increases the Subcontract Price by more than 35% of the Subcontract Price, the Surety's consent shall be required to increase the penal sum of this Bond in excess of 35% of the Subcontract Price, such consent not to be unreasonably withheld. The failure to provide the required notice shall not release Surety from its obligations to the extent of the bond penalty in force prior the change that required such notice. Texas Rider 010106 006219-1 MAINTENANCF, BOND Page I of 3 I SECTION 00 62 19 2 MAINTENANCE BOND #4480061 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, C&S Utilitv Contractors, Inc., known as "Principal" herein and 8 SureTec Insurance Company , a corporate surety (sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, M25 ON THE RAIL, LLC., authorized to do I I business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the sum of (ONE HUNDRED THIRTY-TWO THOUSAND NINE HUNDRED 13 EIGHTY-TWO DOLLARS ($132,982.00).. lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly 15 unto the Developer and the City as dual obligees and their successors, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA25-0040;_a11d 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the7---Z— day of OAAA 1 , 20�which Contract is 24 hereby referred to and a rnade part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as Stanley Ave Townhomes; and 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 32 CITY OF FORT WORTH STANLEY & CANTEY T OWNHONIFE STANDARD CITY CONDITIONS — DEVF,LOPER AWARDED PROJECTS CPN: 104343 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 i3 14 15 16 17 18 19 20 21 22 23 00 02 19 - 2 MAINTF,NANCF, BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period, NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to retrain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised Jwivafy 31, 2012 STANLEY & CANTFY TOWNHOMES CPN: 104348 00 62 19 - 3 MAtNTFNANCF, BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duty authorized agents and officers on this the 23rd day of May 3 , 2025 . 4 5 6 7 8 9 l0 11 ATTEST: 12 I3 14 (Principal) Secretary 15 16 17 18 19 20 Witnes as to Principal 21 22 23 24 25 26 27 28 29 ATTEST: 3 31 �---�- 32 ( t ecre ary 33 34 35 Witness as to Surety 36 PRINCIPAL: C&S Utilitv Contractors. Inc. BY: Signatu Blake Menavace, Operations ManaRer Name and Title Address. 6705 Hwy 287 AdinRton, TX 76001 SURETY: Surele . In tam- (,nm0afty BY: � signature Kirk Dreyer - Attorne In act Name and 'title �_/ Address: 13760 Noel Road, Suite 600 Dallas, TX 75240 Telephone Number: 972-387-3000 37 *Note: if sighed by an officer of the Surety Company. there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded 42 CITY OF FORT WORTH STANLEY & CANTFY TOWNHOMES STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPIN: 104348 Revised January 31, 2012 POA f#: 4221060 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Frank Swingle, Warren Gravely, Jr., Matthew B. Elmore, Kirk D. Dreyer, John M. Huff, Stacey Healy, DeAnna Hansford Crombie, Lynsie DeCet, Lawrence Wesson, Jr., Katie Hunt, Crystal Carlson, Collin Brence, Sarah Swain its true and lawful Attorney -in -fact, with hull power and authority hereby conterred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 00/100 Dollars ($5,000,000,00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attotney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2&' of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 2o1h day of August , A.D. 2024 , LLB, SURETEC INSURANCE COMPANY a:' X By: w i w i n_ Michael C. K mig, President State of Texas ss: County of Harris On this loth day of August , A.D. 2024 before me personally came Michael C. Keimig, to me known, who, being by me, duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seat affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he sigr�ev>i thi�>lidrn�,t aereto by like order, PUe���9 " LM Chelsea Turner, Notary Public 'Tl*: t My commission expires July 6, 2028 ai aZ.. cb I, M. Brent Beaty, Assistant Secretary of SURETEC INSURE Fj,(�I A `hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is �rn @t� f QrQ� W effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. '"+ � "10 {j C Given under my hand and the seal of said Company at Houston, Texas this day of � avf 20 ?f ) . A.D. lAssisitantcretary M/ AM. Brent Beaty Any instrument issued in excess of the penalty stated above is totally void and without any validity. 4221060 For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: htto://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 06042015 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Limitation on Bond Penalty Increase Notwithstanding any provision in the bonds or subcontract to the contrary, the penal sum of this Bond shall automatically be adjusted to reflect the additive or deductive amounts of all change orders issued to the Subcontract; provided, however, that Obligee shall notify Surety if an individual change order increases the Subcontract Price by more than 10%, and, if at any point the aggregate amount of all change orders increases the Subcontract Price by more than 35% of the Subcontract Price, the Surety's consent shall be required to increase the penal sum of this Bond in excess of 35% of the Subcontract Price, such consent not to be unreasonably withheld. The failure to provide the required notice shall not release Surety from its obligations to the extent of the bond penalty in force prior the change that required such notice. Texas Rider 010106 SureTec Insurance Company RIDER TO BE ATTACHED TO AND FORM A PART OF PERFORMANCE AND PAYMENT BONDS BOND NO. 4480061 Wherein C&S Utilitv Contractors, Inc. is named as Principal and SureTec Insurance Company, as Surety in favor of Citv of Fort Worth. TX as Obligee, in the amount of One Hundred Thirty -Two Thousand Nine Hundred Eighty -Two Dollars ($132,982.00) effective November 1. 2025 for Stanlev & Cantev Townhomes, Cltv Proiect No.104348 CFA25-0040 . WHEREAS, when this bond was executed M25 On The Rail. LLC was named as Obligee, and WHEREAS, it is now desired that certain other parties be added as "Additional Obligees". NOW, THEREFORE, it is hereby understood and agreed that the following shall be considered as Additional Obligees under this bond: Citv of Forth Worth. TX The foregoing, however, is subject to the following further provisions: (1) The Surety shall not be liable under this bond to the Obligees, or any of them, unless the said Obligees, or any of them, shall make payment to the Principal or Surety strictly in accordance with the term of said contract as to payments, and shall promptly perform all other obligations to be performed to by the Obligee under said contract at the time and in the manner therein set forth. (2) The Principal and the Surety shall not be liable to any one or to all of the Obligees in the aggregate in excess of the penal sum of the bond, to wit: $132,982.00 . Signed, and sealed this 23rd day of May, 2025. Signatures on following page SIC AS Dual Obligee Rider rev 10_2021 Page 1 of 2 C � Principal: C&S Utility Contractors, By: Inc. - Signature Name: Title; OPINQA-Tl-1 � /f /f SureTec Insurance Company By: Signature Name: Kirk Dreyer Attorney -in -Fact SIC AS Dual Obligee Rider rev 10_2021 Page 2 of 2 POA #: 4221060 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Frank Swingle, Warren Gravely, Jr., Matthew B. Elmore, Kirk D. Dreyer, John M. Huff, Stacey Healy, DeAnna Hansford Crombie, Lynsie DeCet, Lawrence Wesson, Jr., Katie Hunt, Crystal Carlson, Collin Brence, Sarah Swain its true and lawful Attorney -in -tact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 001100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney{s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney to -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seat of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seat shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 21Y' of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this loth day of August , A.D. 2024 . taruc SURETEC INSURANCE COMPANY By; w=tun€ Michael mig, President xs State of Texas ss: County of Harris On this 20th day of August , A.D. 2024 before me personally came Michael C. Keimig, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he sigrkqq his'Ak nit,tPereto by like order. ,1�yC3 Iq PLtj��'Q Chelsea Turner, Notary Public My commission expires July 6, 2028 �PE of I, M. Brent Beaty, Assistant Secretary of SURETEC INSU `�tereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is St' Mtn fh ,<0A effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. 110, y 2 Given under my hand and the seal of said Company at Houston, Texas this t day of qk , A.D. &M.ent Beaty, ssist�ant cretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. 4221060 For verification of the authority of this power you may call (713) 812-0800 any business day between 8.30 am and 5.00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: htflD:lhmv,u.tdi.state, tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 06042015 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Limitation on Bond Penalty Increase Notwithstanding any provision in the bonds or subcontract to the contrary, the penal sum of this Bond shall automatically be adjusted to reflect the additive or deductive amounts of all change orders issued to the Subcontract; provided, however, that Obligee shall notify Surety if an individual change order increases the Subcontract Price by more than 10%, and, if at any point the aggregate amount of all change orders increases the Subcontract Price by more than 35% of the Subcontract Price, the Surety's consent shall be required to increase the penal sum of this Bond in excess of 35% of the Subcontract Price, such consent not to be unreasonably withheld. The failure to provide the required notice shall not release Surety from its obligations to the extent of the bond penalty in force prior the change that required such notice. Texas Rider 010106 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology 1 1.1 Defined Terms............................................................................................................................... 1 1.2 Terminology.................................................................................................................................. 5 Article 2 — Preliminary Matters 6 2.1 Before Starting Construction........................................................................................................ 6 2.2 Preconstruction Conference.......................................................................................................... 6 2.3 Public Meeting.............................................................................................................................. 6 Article 3 — Contract Documents and Amending 6 3.1 Reference Standards...................................................................................................................... 6 3.2 Amending and Supplementing Contract Documents................................................................... 6 Article 4 — Bonds and Insurance 7 4.1 Licensed Sureties and Insurers...................................................................................................... 7 4.2 Performance, Payment, and Maintenance Bonds......................................................................... 7 4.3 Certificates of Insurance............................................................................................................... 7 4.4 Contractor's Insurance.................................................................................................................. 9 4.5 Acceptance of Bonds and Insurance; Option to Replace........................................................... 12 Article 5 — Contractor's Responsibilities 12 5.1 Supervision and Superintendent.................................................................................................12 5.2 Labor; Working Hours................................................................................................................13 5.3 Services, Materials, and Equipment...........................................................................................13 5.4 Project Schedule..........................................................................................................................14 5.5 Substitutes and "Or-Equals".......................................................................................................14 5.6 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)......................................16 5.7 Concerning Subcontractors, Suppliers, and Others.................................................................... 16 5.8 Wage Rates.................................................................................................................................. 18 5.9 Patent Fees and Royalties........................................................................................................... 19 5.10 Laws and Regulations................................................................................................................. 19 5.11 Use of Site and Other Areas........................................................................................................19 5.12 Record Documents...................................................................................................................... 20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................. 21 5.15 Hazard Communication Programs............................................................................................. 22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee........................................................................... 23 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services............................................................................... 24 5.20 Right to Audit: ............................................................................................................................. 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 — Other Work at the Site ...... 6.01 Related Work at Site ...... Article 7 — City's Responsibilities................................................. 7.1 Inspections, Tests, and Approvals ............................. 7.2 Limitations on City's Responsibilities ...................... 7.3 Compliance with Safety Program ............................. Article 8 — City's Observation Status During Construction......... 8.1 City's Project Representative ................................... 8.2 Authorized Variations in Work ................................ 8.3 Rejecting Defective Work ........................................ 8.4 Determinations for Work Performed ....................... ..... 26 ..... 26 ................................ 26 ................................ 26 ................................ 26 ................................ 27 ................................ 27 ................................ 27 ................................ 27 ................................ 27 ................................ 28 Article9 — Changes in the Work..................................................................................................................... 28 9.1 Authorized Changes in the Work................................................................................................28 9.2 Notification to Surety..................................................................................................................28 Article 10 — Change of Contract Price; Change of Contract Time.................................................................28 10.1 Change of Contract Price............................................................................................................ 28 10.2 Change of Contract Time............................................................................................................28 10.3 Delays.......................................................................................................................................... 28 Article 11 — Tests and Inspections; Correction, Removal or Acceptance of Defective Work 11.1 Notice of Defects................................................................................................. 11.2 Access to Work................................................................................................... 11.3 Tests and Inspections.......................................................................................... 11.4 Uncovering Work................................................................................................ 11.5 City May Stop the Work..................................................................................... 11.6 Correction or Removal of Defective Work ........................................................ 11.7 Correction Period................................................................................................ 11.8 City May Correct Defective Work...................................................................... Article12 — Completion................................................................................. 12.1 Contractor's Warranty of Title ................................................... 12.2 Partial Utilization....................................................................... 12.3 Final Inspection.......................................................................... 12.4 Final Acceptance........................................................................ Article 13 — Suspension of Work........ 13.01 City May Suspend Work CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 Article 14 — Miscellaneous ......................... 14.1 Giving Notice ......................... 14.2 Computation of Times ........... 14.3 Cumulative Remedies ............ 14.4 Survival of Obligations .......... 14.5 Headings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 .................................................... 34 ......... 34 .......................... 34 STANLEY & CANTEY TOWNHOMES CPN: 104348 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Pagel of35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.1 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) --A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right -of- way or easement on a recorded plat. 8. Contract—Theentire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at TOO a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a.m. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.2 Terminology A. The words and terms discussed in Paragraph 1.023 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 - PRELIMINARY MATTERS 2.1 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.2 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.3 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 - CONTRACT DOCUMENTS AND AMENDING 3.1 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.2 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.1 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.2 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.3 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.4 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None Write the name of the railroad company. (lf none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: None Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.5 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 - CONTRACTOR'S RESPONSIBILITIES 5.1 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.2 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.3 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.4 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.5 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. Citys Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. Citys Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.6 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.7 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) 0 Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.8 Wage Rates ❑ Required for this Contract. © Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.9 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.1 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.2 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.3 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.1 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.2 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.3 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.4 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.1 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.2 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.1 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.2 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.3 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.1 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.2 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.3 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.4 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.5 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.6 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.7 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.8 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.1 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.2 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.3 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.4 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.1 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.2 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.3 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 0073 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.4 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.5 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 01 11 0001 78 39 - 1 DAP SUMMARY OF WORKPROJECT RECORD DOCUMENTS Paget of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 GENERAL 4 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 01 11 0001 78 39 - 2 DAP SUMMARY OF WORKPROJECT RECORD DOCUMENTS Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 All Work shall be in accordance with railroad requirements set forth in Division 7 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, 18 plants, lawns, fences, culverts, curbing, and all other types of structures or 19 improvements, to all water, sewer, and gas lines, to all conduits, overhead pole 20 lines, or appurtenances thereof, including the construction of temporary fences 21 and to all other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or 23 private lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of 25 the Work. 26 b. Notices shall be applicable to both public and private utility companies and 27 any corporation, company, individual, or other, either as owners or 28 occupants, whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character 30 resulting from any act, omission, neglect, or misconduct in the manner or 31 method or execution of the Work, or at any time due to defective work, 32 material, or equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the 35 Project to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the 37 Work is not in progress and when the site is vacated overnight, and/or at all 38 times to provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 01 11 0001 78 39 - 3 DAP SUMMARY OF WORKPROJECT RECORD DOCUMENTS Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 1 1 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 104348 Revised December 20, 2012 01 31 01 78 3919 - 1 DAP PRECONSTRUCTION MEETING PROJECT RECORD DOCUMENTS Paget of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES SSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 01 31 01 78 3919 - 2 DAP PRECONSTRUCTION MEETING PROJECT RECORD DOCUMENTS Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES SSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 01 31 01 78 3919 - 3 DAP PRECONSTRUCTION MEETING PROJECT RECORD DOCUMENTS Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES SSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 0133 000178 39 - 1 DAP SUBMITTALSPROJECT RECORD DOCUMENTS Page 1 of 8 1 SECTION 0133 00 2 DAP SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following Work- 7 related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. W rk associated with this Item is considered subsidiary to the various items bid. No 20 separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals 25 from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing 28 the related Work or other applicable activities, or within the time specified in the 29 individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by processing 31 times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0133 000178 39 - 2 DAP SUBMITTALSPROJECT RECORD DOCUMENTS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. C. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/z inches x 1 Iinches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 0133 000178 39 - 3 DAP SUBMITTALSPROJECT RECORD DOCUMENTS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. W ere correct fabrication of the Work depends upon field measurements 31 Provide such measurements and note on the drawings prior to submitting for 32 approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing -in diagrams and templates 44 5) Catalog cuts CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 0133 000178 39 - 4 DAP SUBMITTALSPROJECT RECORD DOCUMENTS Page 4 of 8 1 6) Product photographs 2 7) Standard wiring diagrams 3 8) Printed performance curves and operational -range diagrams 4 9) Production or quality control inspection and test reports and certifications 5 10) Mill reports 6 11) Product operating and maintenance instructions and recommended spare -parts 7 listing and printed product warranties 8 12) As applicable to the Work 9 H. Samples 10 1. As specified in individual Sections, include, but are not necessarily limited to: 11 a. Physical examples of the Work such as: 12 1) Sections of manufactured or fabricated Work 13 2) Small cuts or containers of materials 14 3) Complete units of repetitively used products color/texture/pattern swatches and 15 range sets 16 4) Specimens for coordination of visual effect 17 5) Graphic symbols and units of Work to be used by the City for independent 18 inspection and testing, as applicable to the Work 19 I. Do not start Work requiring a shop drawing, sample or product data nor any material to be 20 fabricated or installed prior to the approval or qualified approval of such item. 21 1. Fabrication performed, materials purchased or on -site construction accomplished which 22 does not conform to approved shop drawings and data is at the Contractor's risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance with 26 approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be uploaded 30 to City's Buzzsaw site, or another external FTP site approved by the City. 31 b. Shop Drawings 32 1) Upload submittal to designated project directory and notify appropriate City 33 representatives via email of submittal posting. 34 2) Hard Copies 35 a) 3 copies for all submittals 36 b) If Contractor requires more than 1 hard copy of Shop Drawings returned, 37 Contractor shall submit more than the number of copies listed above. 38 c. Product Data 39 1) Upload submittal to designated project directory and notify appropriate City 40 representatives via email of submittal posting. 41 2) Hard Copies 42 a) 3 copies for all submittals 43 d. Samples 44 1) Distributed to the Project Representative 45 2. Hard Copy Distribution (if required in lieu of electronic distribution) 46 47 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 0133 000178 39 - 5 DAP SUBMITTALSPROJECT RECORD DOCUMENTS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a. 8 copies for mechanical submittals 5 b. 7 copies for all other submittals 6 c. If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved product 17 data and samples, where required, to the job site file and elsewhere as directed by 18 the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance with 23 the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City does 30 not relieve the Contractor from his/her responsibility with regard to the fulfillment of 31 the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the Work 35 with all other associated work and trades, for selecting fabrication processes, for 36 techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of the 39 City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 44 comments on the submittal. 45 a. When returned under this code the Contractor may release the equipment 46 and/or material for manufacture. 47 b. Code 2 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 0133 000178 39 - 6 DAP SUBMITTALSPROJECT RECORD DOCUMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 0133 000178 39 - 7 DAP SUBMITTALSPROJECT RECORD DOCUMENTS Page 7 of 8 1 9. W en the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be used 9 on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 If specifically required in other Sections of these Specifications, submit a P.E. Certification 12 for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. W en the Contractor believes there is a conflict between Contract Documents 17 c. W en the Contractor believes there i11a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 0133 000178 39 - 8 DAP SUBMITTALSPROJECT RECORD DOCUMENTS 2 3 Page 8 of 8 5 PART 2 — PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 0135 130178 39 - 1 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. W rk near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. W ter Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference standard 28 published at the time of the latest revision date logged at the end of this Specification, 29 unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High 31 Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. W en work in the right-of-way which is under the jurisdiction of the Texas Department 37 of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit 40 b. All work performed in the TxDOT right-of-way shall be performed in compliance 41 with and subject to approval from the Texas Department of Transportation CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August, 30, 2013 0135 130178 39 - 2 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 2 of 7 1 B. Work near High Voltage Lines 2 1. Regulatory Requirements 3 a. All Work near High Voltage Lines (more than 600 volts measured between 4 conductors or between a conductor and the ground) shall be in accordance with 5 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 6 2. Warning sign 7 a. Provide sign of sufficient size meeting all OSHA requirements. 8 3. Equipment operating within 10 feet of high voltage lines will require the following 9 safety features 10 a. Insulating cage -type of guard about the boom or arm 11 b. Insulator links on the lift hook connections for back hoes or dippers 12 c. Equipment must meet the safety requirements as set forth by OSHA and the safety 13 requirements of the owner of the high voltage lines 14 4. Work within 6 feet of high voltage electric lines 15 a. Notification shall be given to: 16 1) The power company (example: ONCOR) 17 a) Maintain an accurate log of all such calls to power company and record 18 action taken in each case. 19 b. Coordination with power company 20 1) After notification coordinate with the power company to: 21 a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower 22 the lines 23 c. No personnel may work within 6 feet of a high voltage line before the above 24 requirements have been met. 25 C. Confined Space Entry Program 26 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA 27 requirements. 28 2. Confined Spaces include: 29 a. Manholes 30 b. All other confined spaces in accordance with OSHA's Permit Required for 31 Confined Spaces 32 D. Use of Explosives, Drop Weight, Etc. 33 1. When Contract Documents permit on the project the following will apply: 34 a. Public Notification 35 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior 36 to commencing. 37 2) Minimum 24 hour public notification in accordance with Section 01 31 13 38 E. Water Department Coordination 39 40 1. During the construction of this project, it will be necessary to deactivate, for a 41 period of time, existing lines. The Contractor shall be required to coordinate with 42 the Water Department to determine the best times for deactivating and activating 43 those lines. 44 2. Coordinate any event that will require connecting to or the operation of an existing 45 City water line system with the City's representative. 46 a. Coordination shall be in accordance with Section 33 12 25. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 35 130178 39 - 3 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 3 of 7 b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. C. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August, 30, 2013 0135 130178 39 - 4 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 Page 4 of 7 c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. £ Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August, 30, 2013 0135 130178 39 - 5 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 1301 78 39 - 6 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: NOTICE OF CONSTRUCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August, 30, 2013 1 2 3 0135 130178 39 - 7 DAP SPECIAL PROJECT PROCEDURES PROJECT RECORD DOCUMENTS Page 7 of 7 EXHIBIT B FORT WORTH �: DOIE 1110. XXXX fto,e" Imo: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August, 30, 2013 04 45 230178 39 - 1 DAP TESTING AND INSPECTION SERVICES PROJECT RECORD DOCUMENTS Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another form of distribution approved 38 by the City. 39 40 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 04 45 230178 39 - 2 DAP TESTING AND INSPECTION SERVICES PROJECT RECORD DOCUMENTS Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered 11 load of Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 DATE NAME 30 Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised August 30, 2013 0150 000178 39 - 1 DAP TEMPORARY FACILITIES AND CONTROLSPROJECT RECORD DOCUMENTS Pagel of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired 41 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised JULY 1, 2011 0150 000178 39 - 2 DAP TEMPORARY FACILITIES AND CONTROLSPROJECT RECORD DOCUMENTS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised JULY 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 0150 000178 39 - 3 DAP TEMPORARY FACILITIES AND CONTROLSPROJECT RECORD DOCUMENTS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised JULY 1, 2011 0150 000178 39 - 4 DAP TEMPORARY FACILITIES AND CONTROLSPROJECT RECORD DOCUMENTS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, 2 to a condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised JULY 1, 2011 0155 260178 39 - t DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROLPROJECT RECORD DOCUMENTS Paget of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. 39 40 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised July 1, 2011 0155 260178 39 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROLPROJECT RECORD DOCUMENTS Page 2 of 3 1 2 1) Allow a minimum of 5 working days for permit review. 3 2) Contractor's responsibility to coordinate review of Traffic Control plans for 4 Street Use Permit, such that construction is not delayed. 5 C. Modification to Approved Traffic Control 6 1. Prior to installation traffic control: 7 a. Submit revised traffic control plans to City Department Transportation and 8 Public Works Department. 9 1) Revise Traffic Control plans in accordance with Section 34 71 13. 10 2) Allow minimum 5 working days for review of revised Traffic Control. 11 3) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 D. Removal of Street Sign 14 1. If it is determined that a street sign must be removed for construction, then contact 15 City Transportation and Public Works Department, Signs and Markings Division to 16 remove the sign. 17 E. Temporary Signage 18 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 19 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 20 Devices (MUTCD). 21 2. Install temporary sign before the removal of permanent sign. 22 3. When construction is complete, to the extent that the permanent sign can be 23 reinstalled, contact the City Transportation and Public Works Department, Signs 24 and Markings Division, to reinstall the permanent sign. 25 F. Traffic Control Standards 26 1. Traffic Control Standards can be found on the City's Buzzsaw website. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 PART 3 - EXECUTION [NOT USED] 37 END OF SECTION CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised July 1, 2011 0155 260178 39 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROLPROJECT RECORD DOCUMENTS Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised July 1, 2011 0157 130178 39 - 1 DAP STORM WATER POLLUTION PREVENTION PROJECT RECORD DOCUMENTS Pagel of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 A. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 B. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. 38 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised July 1, 2011 0157 130178 39 - 2 DAP STORM WATER POLLUTION PREVENTION PROJECT RECORD DOCUMENTS Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) 'TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review 48 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised July 1, 2011 0157 130178 39 - 3 DAP STORM WATER POLLUTION PREVENTION PROJECT RECORD DOCUMENTS Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - -PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 0160 000178 39 - 1 DAP PRODUCT REQUIREMENTS PROJECT RECORD DOCUMENTS Pagel of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: https://apes.fortworthtexas.aov/ProjectResources/ and following the directory path: 02 — Construction Documents\Standard Product List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised March 20, 2020 0160 000178 39 - 2 DAP PRODUCT REQUIREMENTS PROJECT RECORD DOCUMENTS Page 2 of 2 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised March 20, 2020 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 1 2 3 11 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 SECTION 0174 23 CLEANING PART 1 - GENERAL 017423-1 DAP CLEANING Page I of 4 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 1. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PAT 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Paget of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten 38 39 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O& Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings 37 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page l of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.3 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. 37 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". 36 37 38 CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 IV) 13 14 15 16 17 18 19 20 21 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 22 23 DATE NAME 24 25 END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 104348 Revised April 7, 2014 APPENDIX GC-4.01 Availability of Lands - None GC-4.02 Subsurface and Physical Conditions —Geotechnical Report Provided GC-4.04 Underground Facilities - None GC-4.06 Hazardous Environmental Condition at Site -None GC-6.06.1) Minority and Women Owned Business Enterprise Compliance — Not Required GC-6.07 Wage Rates - Not Required GC-6.09 Permits and Utilities - Urban Forestry Permit GC-6.24 Nondiscrimination - None GR-01 60 00 Product Requirements — COFW Water Department & TPW Standard Product List Provided CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104348 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104348 Revised July 1, 2011 r ECS Southwest, LLP Geotechnical Engineering Report Stanley Avenue Multi -Family Development 2645 Stanley Avenue Fort Worth, Texas ECS Project Number 63:1169 June 11, 2019 ECS SOUTHWEST, LLP "Setting the Standard for Service" Geotechnical • Construction Materials • Environmental • Facilities June 11, 2019 Mr. Lee McFaul Huntington Dev. 2001 East Division Street Suite 115 Arlington, Texas 76001 ECS Project No. 63:1169 Reference: Geotechnical Engineering Report Stanley Avenue Multi -Family Development 2645 Stanley Avenue Fort Worth, Texas Dear Ms. McFaul: ECS Southwest (ECS) has completed the subsurface exploration, laboratory testing, and geotechnical engineering analyses for the referenced project. Our services were performed in general accordance with ECS Proposal No. 63:1122-GP, dated and authorized on April 3, 2019. This report presents our understanding of the geotechnical aspects of the project along with the results of the field exploration and laboratory testing conducted. The report also contained our findings and recommendations for design and construction. It has been our pleasure to be of service to you during the design phase of this project. We would appreciate the opportunity to remain involved during the continuation of the design phase, and we would like to provide our services during construction phase operations as well to verify the assumptions of subsurface conditions made for this report. Should you have any questions concerning the information contained in this report, or if we can be of further assistance to you, please contact us. Respectfully submitted, ECS Southwest, LLP Yonas Tanga, P.E. Geotechnical Project Manager vwtanga@ecslimited.com Michael Batuna, P.E. Principal Engineer mbatuna@ecslimited.com The electronic seal on this document was authorized by Michael P. Batuna No. 92147, on June 11, 2019 3033 Kellway Drive, Suite 110, Carrollton, TX 75006 • T: 972-392-3222 • F: 214-483-9684 • www.eeslimited.com ECS Capitol Services, PLLC • ECS Florida, LLC • ECS Mid -Atlantic, LLC • ECS Midwest, LLC • ECS Southeast, LLP • ECS Southwest, LLP Stanley Avenue Multi -Family Development ECS Project No. 63:1169 TABLE OF CONTENTS June 11, 2019 Page ii EXECUTIVE SUMMARY.............................................................................................................1 1.0 INTRODUCTION..................................................................................................................2 1.1 GENERAL.................................................................................................................................2 1.2 SCOPE OF SERVICES................................................................................................................2 1.3 AUTHORIZATION....................................................................................................................2 2.0 PROJECT INFORMATION.....................................................................................................3 2.1 PROJECT LOCATION................................................................................................................3 2.2 CURRENT SITE CONDITIONS...................................................................................................3 2.2 PROPOSED CONSTRUCTION...................................................................................................3 3.0 FIELD EXPLORATION...........................................................................................................4 3.1 FIELD EXPLORATION PROGRAM.............................................................................................4 3.2 TEST BORINGS........................................................................................................................4 3.3 REGIONAL GEOLOGY..............................................................................................................4 3.4 SUBSURFACE CHARACTERIZATION.........................................................................................5 3.5 GROUNDWATER OBSERVATIONS...........................................................................................6 4.0 LABORATORY TESTING........................................................................................................7 5.0 DESIGN RECOMMENDATIONS.............................................................................................8 5.1 EXISTING FILL MATERIALS......................................................................................................8 5.2 POTENTIAL VERTICAL MOVEMENTS AND SUBGRADE IMPROVEMENTS...............................8 5.3 FOUNDATION DESIGN............................................................................................................9 5.3.5 Residential Structures — Monolithic Slabs....................................................................9 5.3.6 Perimeter Conditions..................................................................................................10 5.4 RETAINING WALL / BELOW GRADE WALL CONSIDERATIONS..............................................10 5.5 SEISMIC DESIGN CONSIDERATIONS.....................................................................................12 5.6 SWIMMING POOL RECOMMENDATIONS.............................................................................12 5.7 PAVEMENT SECTIONS...........................................................................................................13 6.0 SITE CONSTRUCTION RECOMMENDATIONS.......................................................................16 6.1 SUBGRADE PREPARATION....................................................................................................16 6.2 EARTHWORK OPERATIONS...................................................................................................16 6.3 MATERIAL SPECIFICATIONS..................................................................................................17 6.3.1 MOISTURE CONDITIONED CLAY FILL...................................................................................17 6.3.2 SELECT FILL.....................................................................................................................18 6.3.3 LIME STABILIZED ON SITE CLAY..........................................................................................18 6.3.4 FLEXIBLE BASE................................................................................................................18 7.0 CLOSING...........................................................................................................................19 Stanley Avenue Multi -Family Development ECS Project No. 63:1169 APPENDICES Appendix A — Figures • Site Location Map • Boring Location Diagram • Regional Geology • Clay Plug Detail Appendix B — Field Operations • Reference Notes for Boring Logs • Building Boring Logs B-1 to B-5 • Pavement Boring Logs P-1 Appendix C — Laboratory Testing • Laboratory Testing Summary June 11, 2019 Page iii Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 1 C14Xd1jIliWSAP►IP/L131 The following summarizes the main findings of the exploration, particularly those that may have a cost impact on the planned development. Further, our principal foundation recommendations are summarized. Information gleaned from the executive summary should not be utilized in lieu of reading the entire geotechnical report. • The geotechnical exploration performed for this study consisted of a total of six (6) borings drilled to depths of approximately 5 to 15 feet below the existing site grades. • Two to ten feet of fill material was encountered at the surface in all of the borings. The fill material consists of distinct layers of asphalt and gravel with clay and clay with rock pieces and asphalt (CL/CH). Natural, Fat and Lean (CH and CL) soils were encountered to the top of tan limestone in the building borings and to the termination depth of the pavement boring. • The gravel, asphalt and clay fill layer is not generally suitable for structural fill. These fill soils should be removed and replaced with either select fill, on -site clay soils clay soils or imported clay soils with plasticity index not more than 40. • Tan limestone was encountered beneath the surficial soil layers at depths of 4 to 10 feet below the existing grade until the boring termination depth of approximately 15 feet below the existing site grades. Groundwater seepage was encountered in Borings B-1 and B-2 at depths of approximately 8 feet and 14 feet below existing grades during drilling operations, and at depths of approximately 12 feet and 14 feet upon completion of drilling. • The planned residential structures can be supported by monolithic slab -on -grade systems with post -tensioning reinforcement (PTI) or conventional reinforcement (BRAB) on prepared subgrade. • The soils encountered at the site has moderate to high movement potential. Therefore, subgrade improvements will be necessary to reduce the PVR to 1 inch or less. Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 2 1.0 INTRODUCTION 1.1 GENERAL The purpose of this study was to provide geotechnical information for the design of the foundations for the proposed multi -family development at 2645 Stanley Avenue in Fort Worth, Texas. Associated pavements and utility improvements are also included in this project. The recommendations developed for this report are based on project information provided by the client. This report contains the results of our subsurface explorations and geotechnical laboratory testing programs, site characterization, engineering analyses, and recommendations for the design and construction of the planned structures. 1.2 SCOPE OF SERVICES To obtain the necessary geotechnical information required for evaluation of subsurface soil conditions supporting the structures, six (6) soil test borings were drilled and cored for this study. The soil test borings were performed at locations selected by ECS. A laboratory -testing program was also implemented to characterize the physical and geotechnical engineering properties of the subsurface soils and rock encountered. This report discusses our exploratory and testing procedures, presents our findings and evaluations and includes the following: • A brief review and description of our field and laboratory test procedures and the results of testing conducted. • A review of surface topographical features and site conditions. • A review of area and site geologic conditions. • A review of subsurface soil stratigraphy with pertinent available physical properties. • A final copy of our soil test borings. • Recommendations for site preparation and construction of compacted fills, including an evaluation of on -site soils for use as compacted fills. • Recommended foundation types. • Retaining wall recommendations. • General recommendations for pavement design. 1.3 AUTHORIZATION Our services were provided in accordance with ECS Proposal No. 63:1122-GP, dated April 3, 2019 and authorized by the client on April 10, 2019. Stanley Avenue Multi -Family Development ECS Project No. 63:1169 2.0 PROJECT INFORMATION 2.1 PROJECT LOCATION June 11, 2019 Page 3 The project is located at the northeast corner of Stanley Avenue and W. Cantey Street in Fort Worth, Texas. The location is depicted in Figure 2.1.1 as shown below. Figure 2.1.1 Site Location 2.2 CURRENT SITE CONDITIONS Currently the site is a vacant tract covered by grass, tree lines mainly along the west side of the property. The site is adjoined by a train track along the north side. The topography of the site slopes down from east/south to the west/north with maximum and minimum elevation of EL 650 feet near the southeast corner of the site and minimum elevation of EL 640 feet near the northwest corner of the site. Site grading information was not available at the time of this report preparation. These elevations as well as the elevations noted on our boring logs were interpolated from NCTCOG (www.dfwmar)s.com), which provided elevation contours in 2 foot intervals. 2.2 PROPOSED CONSTRUCTION We understand the development will consist of two four-story wood -framed multi -family buildings on an approximately 1.24 acre tract. The building will have gross footprints of about 11,299 square feet and 9,388 square feet. We also understand that the buildings are planned to be supported by a monolithic slab on grade foundations. A swimming pool is planned for this development. Stanley Avenue Multi -Family Development ECS Project No. 63:1169 3.0 FIELD EXPLORATION 3.1 FIELD EXPLORATION PROGRAM June 11, 2019 Page 4 The field exploration was planned with the objective of characterizing the project site in general geotechnical and geological terms and to evaluate subsequent field and laboratory data to assist in the determination of geotechnical recommendations. 3.2 TEST BORINGS The subsurface conditions were explored by drilling six (6) borings. The borings extended to a depth of approximately 5 to 15 feet below existing grades. A truck -mounted drill rig with continuous flight augers was utilized to drill the borings. The subsurface exploration was completed under the general supervision of an ECS representative. The current boring locations were selected and located in the field by ECS personnel using the supplied information. The approximate as -drilled boring locations are shown on the Boring Location Diagram in Appendix A. The ground surface elevations noted in this report were obtained from NCTCOG (www.dfwmai)s.com), which provided elevation contours in 2 foot intervals. Representative soil samples were obtained by means of the Split -barrel and Shelby tube sampling procedures in accordance with ASTM Specifications D-1586 and D-1587, respectively. In the split - barrel sampling procedure, a 2-inch outer diameter, split -barrel sampler is driven into the soil a distance of 18 inches by means of a 140-pound hammer falling 30 inches. The number of blows required to drive the sampler through a 12-inch interval is termed the Standard Penetration Test (SPT) value and is indicated for each sample on the boring logs. In the Shelby tube sampling procedure, a thin walled, steel, seamless tube with sharp cutting edges is pushed hydraulically into the soil, and a relatively undisturbed sample is obtained. Texas Cone Penetrometer tests were performed to evaluate the load carrying capacity of the rock encountered. These tests were performed in general accordance with test method Tex-132-E in the Texas Department of Transportation (TxDOT) Manual of Testing Procedures. The results of these tests are shown on the attached boring logs at the depths of occurrence. Field logs of the soils encountered in the borings were maintained by the drill crew. After recovery, each geotechnical soil sample was removed for the sampler and visually classified. Representative portions of each soil sample was then wrapped in plastic and transported to our laboratory for further visual examination and laboratory testing. After completion of the drilling operations, the boreholes were backfilled with auger cuttings to the existing ground surface. 3.3 REGIONAL GEOLOGY The near surface geologic mapping is largely within the Pawpaw and Weno Limestone Geologic Formation (Kpd). This formation generally consists of alternating layers of limestone, shale, and sandstone. Chemical and mechanical weathering of the parent rock produces moderately to highly active clay soils. Groundwater in these formations is mostly encountered at the contacts and limited in quantity (perched). It L ,"A r. OK a "' Stanley Avenue Multi -Family Development ECS Project No. 63:1169 June 11, 2019 Page 6 Approximate Depth to Bottom of Strata Material Description Consistency Below Grade (feet) 11 (CL), LEAN CLAY, light brown Hard 152 LIMESTONE, tan Rock Note: 1. Encountered only in Boring B-1 and B-2. 2. Boring termination depth Please refer to the attached boring logs and laboratory data summary for this field exploration for a more detailed description of the subsurface conditions encountered in the borings as the stratification descriptions above are generalized for presentation purposes. 3.5 GROUNDWATER OBSERVATIONS Groundwater level observations were made in the borings during drilling operations. In auger drilling operations, water is not introduced into the borehole and the groundwater position can often be determined by observing water flowing into and out of the excavation. Furthermore, visual observation of soil samples retrieved can often be used in evaluating the groundwater conditions. Groundwater seepage was encountered in Borings B-1 and B-2 at depths of approximately 8 feet and 14 feet below existing grades during drilling operationsand at depths of approximately 12 feet and 14 feet upon completion of drilling. Any water encountered in borings within this geologic setting is generally referred to as a partially perched condition. Specifically, rainfall that enters the site, either directly from overland flow or from adjacent properties, begins to percolate through surficial soils down to the natural soil/existing fill interface or to the rock and travels along that interface. This ground water remains trapped or flow continues downhill with the water table occasionally surfacing to form wet springs and intermittent streams. Only in the lowest lying areas and adjacent to existing creeks is a shallow groundwater table in a continuous condition. The highest groundwater observations are normally encountered in the late winter and early spring. Fluctuation in the location of the long-term water table may occur as a result of changes in precipitation, evaporation, surface water runoff and other factors not immediately apparent at the time of his investigation. Therefore, the groundwater conditions at this site are expected to be significantly influenced by surface water runoff and rainfall. Stanley Avenue Multi -Family Development ECS Project No. 63:1169 4.0 LABORATORY TESTING June 11, 2019 Page 7 The laboratory testing was performed by ECS on selected samples obtained during our field exploration operations. Classification and index property tests were performed on representative soil samples obtained from the test borings in order to aid in classifying soils according to the Unified Soil Classification System and to quantify and correlate engineering properties. The soil samples were tested for moisture content, Atterberg Limits, gradation analyses (percent passing No. 200 sieve) and one-dimensional swell. An experienced geotechnical engineer visually classified each soil sample from the test borings on the basis of texture and plasticity in accordance with the Unified Soil Classification System (USCS) and ASTM D-2488 (Description and Identification of Soils-Visual/Manual Procedures). After classification, the geotechnical engineer grouped the various soil types into the major zones noted on the boring logs in Appendix B. The group symbols for each soil type are indicated in parentheses following the soil descriptions on the boring logs. The stratification lines designating the interfaces between earth materials on the boring logs are approximate; in situ, the transitions may be gradual. The soil samples will be retained in our laboratory for a period of 60 days, after which, they will be discarded unless other instructions are received as to their disposition. Stanley Avenue Multi -Family Development ECS Project No. 63:1169 5.0 DESIGN RECOMMENDATIONS June 11, 2019 Page 8 The following recommendations have been developed on the basis of previously described project characteristics and subsurface conditions. If there are any changes to the project characteristics or if different subsurface conditions are encountered during construction, ECS should be consulted so that the recommendations of this report can be reviewed. Since site grading plans were not available at the time of preparing this report, we assume that the finished floor elevation will be within 2 feet of existing grade. If the finished floor elevation deviates from this assumed grade, the recommendations provided below should be evaluated by our office. 5.1 EXISTING FILL MATERIALS Two to 10 feet of fill materials of gravel and asphalt with clay and clay (CL/CH) soils with gravel, rock pierces and asphalt was encountered at the surface in all borings. It should be noted that fill and obstructions may be encountered at varying depths and lateral extents than encountered in our subsurface investigation. The risk associated with the existing fills is associated to future differential movements that may exceed the desired design limits. We anticipate that the future settlements associated with the existing fills, under new loads, could be beyond what the building can tolerate over the life of the structures. The majority of the fill material encountered particularly in the top 4 to 6 feet in Borings B-1 and B-2 is not suitable for structural fill. These materials should be completely removed and replaced with on -site clay soils, select fill or imported clay soils with plasticity index of not more than 40. The remainder of the fill material shall be removed and re -compacted if the per the recommendations provided in this report to reduce the risk of future movement to 1 inch. 5.2 POTENTIAL VERTICAL MOVEMENTS AND SUBGRADE IMPROVEMENTS The soils encountered at this site are moderately active. Based on test method TEX-124-E in the Texas Department of Transportation (TXDOT) Manual of Testing Procedures, and our experience with similar soils, we estimate that the potential vertical soil movements (PVM) will be about 2 to 3 inches, based on dry conditions. The actual movements could be greater if poor drainage, ponded water, and/or other unusual sources of moisture are allowed to saturate the soils beneath the structure after construction. We recommend subgrade improvements below the building floor slab if slab -on -grade is used. To reduce the floor slab movements to about 0.5 inch or 1 inch, we recommended the following subgrade improvement options; Table 5.2.1 Suberade Improvements Potential Future Movement (inches) Select Fill/ Flexible Base Thickness (feet) Depth of Moisture Conditioning (feet) Total Depth of Improved Zone (feet) 1 1 9* 10* * or to top of tan limestone The subgrade improvements should extend beyond the building lines to include building entrances, abutting sidewalks, flatwork areas sensitive movement and 5 feet beyond those elements. If moisture conditioning is used, select fill or flexible base should not be placed in Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 9 exposed areas outside the building. Exterior grade beam backfill should consist of on -site moisture conditioned clay. Properties of moisture conditioned soil, select fill, flexible base and lime stabilized soil are provided in Section 6.3 Material Specifications. 5.3 FOUNDATION DESIGN Provided that the building pad is improved to reduce the future potential movement to 1 inch or less, the buildings can be supported by monolithic slab -on -grade consisting of post tensioned slab -on -grade or conventional reinforced slab (BRAB). 5.3.5 Residential Structures — Monolithic Slabs This system may be designed with conventional reinforcing or by post -tensioning. The slab should be designed in accordance with WRI/CRSI "Design Slab -On -Ground Foundations" or PTI "Design and Construction of Post -Tensioned Slabs -On -Ground". The following design parameters are recommended for the Post -Tensioning Institute's slab -on -grade design method (3rd Edition): Table 5.3.5.1: PTI Design Parameters (3rd Edition) Subgrade Condition Center Lift Edge Lift Ern (feet) Ym (inches) Ern (feet) Ym (inches) Improved Subgrade for a PVR of 1 8.7 0.6 4.4 0.9 inch Table 5.3.5.2: BRAB Design Parameters Design Parameter Allowable Bearing Capacity 2,500 psf Design PI 34 Climatic Rating (Cw) 20 Unconfined Compressive Strength (tsf) 1.0 Soil -Climate Support Index (1-C) 0.2 A net allowable soil bearing pressure of 2,500 psf can be used to design grade beams founded on the reworked existing soils or compacted non -expansive fill, as described in the section titled "Earthwork Operations". Grade beams should have a minimum width of 12 inches to reduce the possibility of foundation bearing failure and excessive settlement due to local shear or "punching" failures. Additionally, the grade beams should extend at least 12 inches and 18 inches below final adjacent grade to utilize this bearing pressure for interior and exterior beams, respectively. Fills should be sloped to drain surface water away from the structure. A soil modulus of subgrade reaction (ks) of 150 pci may be used in the design of the slab. These design parameters assume that positive drainage will be provided away from the structures and with moderate irrigation of surrounding lawn and planter areas with no excessive wetting or drying of soils adjacent to the foundations. Greater potential movements could occur with extreme wetting/drying of the soils due to ponding of water, plumbing leaks or lack of irrigation. If floor treatments that are sensitive to moisture will be used, a 10-mil vapor barrier of polyethylene sheeting or similar material should be placed beneath the slab to minimize moisture Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 10 migration through the slab. If a vapor barrier is considered to provide moisture protection, special attention should be given to the surface curing of the slabs to minimize uneven drying of the slabs and associated cracking and/or slab curling. The use of a blotter or cushion layer above the vapor barrier can also be considered for project specific reasons. Please refer to ACI 302.1R96 Guide for Concrete Floor and Slab Construction and ASTM E 1643 Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill under Concrete Slabs for additional guidance on this issue. 5.3.6 Perimeter Conditions Soils placed along the exterior of the structures should be the most clayey soils found on site placed and compacted in accordance with this report. The purpose of this clay backfill is to reduce the opportunity for surface or subsurface water infiltration beneath the structure. Additionally, where penetrations into the structure occur, a clay plug (or suitable synthetic alternative) should be placed at the building line to reduce the opportunity for infiltrating water, regardless of the backfill material. We recommend paving/sidewalks be placed adjacent to the structures (up to 10 feet in width around the entire building) to reduce seasonal drying of the moisture conditioned soils near the perimeter of the structures. Additionally, Irrigation of lawn and landscaped areas should be moderate, with no excessive wetting or drying of soils around the perimeter of the structures allowed. Positive drainage away from the structures should also be provided. Trees and bushes/shrubs planted near the perimeter of the structures can withdraw large amounts of water from the soils and should be planted at least their anticipated mature height away from the buildings. Routine maintenance is required to ensure that the recommendations contained in this report are followed and maintained. Greater potential movements could occur with extreme wetting or drying of the soils due to poor drainage, ponding of water, plumbing leaks, lack of irrigation, and/or lack of routine maintenance, etc. 5.4 RETAINING WALL / BELOW GRADE WALL CONSIDERATIONS Retaining walls should be placed on a slope no steeper than 3HAV and no higher than 5 feet, as defined from the exterior lower footing edge, down to the limit of the slope upon which the retaining wall is built. This requirement is intended to prevent retaining walls from being constructed on excessively steep slopes, threatening both the integrity of the retaining wall, and also the slope to be retained. The values in the table that follows under "Active Conditions" pertain to retaining walls free to tilt outward as a result of lateral earth pressures. For rigid, non -yielding walls (such as below grade walls) which are not allowed to rotate, the values under "At -Rest Conditions" should be used. Stanley Avenue Multi -Family Development ECS Project No. 63:1169 June 11, 2019 Page 11 Table 5.4.1 Retaining Wall / Below Grade Wall Design Values Estimated Active Condition At Rest Condition Backfill Type Total Unit (Level Backfill) Weight Earth Pressure (pcf) Coefficient, ka Select Fill 120 0.29 On -Site Soils 120 0.33 Crushed 115 0.24 Limestone Equivalent Fluid Equivalent Fluid Density Earth Pressure Coefficient, k,, Density 40 0.45 60 40 0.5 60 35 0.38 55 The values presented above assume the surface of the backfill materials to be level. Sloping the surface of the backfill materials will increase the earth pressures acting on the retaining wall and can be evaluated if required. The above values also do not include the effect of surcharge loads such as construction equipment, vehicular loads, or future buildings or paving near the walls. Nor do the values account for possible hydrostatic pressures resulting from groundwater seepage entering and ponding within the backfill materials. However, these surcharge loads and groundwater pressures should be considered in designing any structures subjected to lateral earth pressures. Retaining walls, and all below grade walls, should also account for surcharge loads within a 45° slope from the base of the backside of the wall. In addition, the design pressure outlined above should be modified if a sloping backfill is required. The passive resistance should be neglected in the stability calculations if there is a possibility that the soil in front of the wall footing will be excavated at any time in the future. The retaining wall should have a minimum factor of safety of 1.5 or greater against sliding and overturning. The recommendations contained above assume the retaining wall is properly drained. Drainage of the backfill may be accomplished through the use of 3 inch diameter weep holes at 10 foot spacing, through the wall, immediately above the proposed grade in front of the wall. Alternatively, a longitudinal drain line may be placed behind the retaining wall, sloped to discharge by gravity or to a storm sewer. Passive lateral pressures at the face of the footing, for resistance purposes, can be 250 psf per foot of soil height. The passive resistance should be ignored if the material in front of the wall will be excavated at any time in the future. A zero psf cohesion factor is recommended for the design, and a friction angle of 30° is also recommended. The frictional resistance against sliding (N tan 0) is 0.3N on natural or compacted soil. This can be increased to 0.5N using a passive pressure of 60 ksf with in the limestone. A net allowable soil bearing pressure of 2,500 psf can be used to design foundations bearing on the reworked existing soils or compacted fill, as described above in the section titled "Earthwork Operations". Footings should have a minimum width of 12 inches to reduce the possibility of foundation bearing failure and excessive settlement due to local shear or "punching" failures. Additionally, the footings should extend at least 18 inches below final adjacent grade to utilize this bearing pressure. Fills should be sloped to drain surface water away from the structure. Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 12 Compaction of the materials placed for the wall should be conducted in accordance with this report and depends on the type of material used. If retaining walls are required as part of this development, we recommend that ECS be consulted during the design phase in order to evaluate that our recommendations are appropriately applied as well as to determine if a global stability analysis is required. 5.5 SEISMIC DESIGN CONSIDERATIONS Seismic Site Classification: The International Building Code (IBC) 2012/2015 requires site classification for seismic design based on the upper 100 feet of a soil profile. The methods are utilized in classifying sites, namely the shear wave velocity (vs) method; the unconfined compressive strength (s,,) method; and the Standard Penetration Resistance (N-value) method. The Standard Penetration Resistance (N-value) method was used in classifying this site. The seismic site class definitions for the weighted average of shear wave velocity or SPT N-value in the upper 100 feet of the soil profile are shown in the following table: Table 5.5.1: Seismic Site Classification Site Class Soil Profile Name Shear Wave Velocity, Vs, (ft./s) N value (bpf) A Hard Rock Vs > 5,000 fps N/A B Rock C Very dense soil and soft rock D Stiff Soil Profile E Soft Soil Profile 2,500 < Vs 5 5,000 fps N/A 1,200 < Vs <_ 2,500 fps >50 600 <_ Vs <_ 1,200 fps 15 to 60 Vs < 600 fps <15 Based on the 2012/2015 International Building Code (IBC) Site Class Definitions, in our opinion the site soil and rock can be characterized as Site Class C. Site Class C is described as Very Dense Soil and Soft Rock for the top 100 feet of the site soil profile. Since the boring performed for this project was drilled to a maximum depth of approximately 15 feet it is our opinion the site should be defined as Site Class B. The Mapped Spectral Response Acceleration at Short Periods and 1-Second Periods, S, and S1, respectively, are as follows for the project site. The approximate S, and S1 values, as shown below, are calculated through the United States Geological Survey's (USGS) Seismic Hazard Curves and Uniform Hazard Response Spectra program according to the 2012/2015 IBC. S,=0.087g 51=0.048g The Site Class definition should not be confused with the Seismic Design Category designation, which the Structural Engineer typically assesses. If a higher site classification is beneficial to the project, ECS would be pleased to discuss additional testing capabilities in this regard. 5.6 SWIMMING POOL RECOMMENDATIONS The pool will be subjected to uplift and lateral forces due to the soil as well as swell pressures as the underlying and surrounding clays shrink and swell. Therefore, pool (if planned) should be Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 13 designed to resist these forces. In order to reduce these forces, granular backfill may be used against the walls and the subgrades can be prepared as outlined in our original report to reduce the future movements to more tolerable levels. The PVR of the existing soils near the planned pool area is estimated to be about 4 inches. The same recommendation provided under Section 5.2 of this report may be followed. Accordingly if the pool can tolerate movements up to 1 inch, the soils under the pool deck and pool slab should be moisture conditioned to a depth of 10 feet as measured from the finished grade of the pool deck. The moisture conditioned soils should be capped with 1 foot of select fill soils within the pool deck area. However if additional fill will be required to achieve final grade within the pool or pool deck are, the fill soils must meet the requirement as outlined under Section 6.3 of this report. The fill material shall also be placed in accordance with the recommendations in Section 6.2. Often, pools are constructed without either perimeter or under slab drain systems. Under this scenario, we recommend that the under slab of the pool be over excavated 6 inches, and a clean granular fill be placed at the pool base. Within the pool, pressure release valves (commonly called "pop outs") should be installed in the pool bottom to relieve any hydrostatic pressure should the pool be drained during seasonal high water tables. Additionally, a 4 inch diameter perforated pipe should be installed in the middle of the proposed swimming pool along the long axis. Although the true groundwater table was not observed during our exploration perched conditions may exist. At the edge of the pool, we recommend that a cantilever portion of the pool walkway be extended beyond the structural walls. This is especially true if a cast in place approach is performed, where backfill is required around the perimeter of the pool. Otherwise, some minor differential settlement will likely occur, which can create a trip hazard. If a "neat" excavation approach is used in developing the pool, such as one using gunite to form the walls, then differential settlement exterior to the pool is less of an issue, but will not eliminate differential movements. 5.7 PAVEMENT SECTIONS Due to the presence of existing fills, the subgrades should be heavily proof rolled and observed by ECS, or undercut 24 inches and re -compacted. Any signs of pumping or rutting, or otherwise unsuitable soils should be further evaluated and re -compacted. If risk of movement potential as described in Section 5.1 Existing Fill Materials cannot be tolerated, then similar subgrade improvement under the pavement should be performed. For the design and construction of exterior pavement, the subgrade should be prepared in accordance with the recommendations in the "Earthwork Operations" section of this report. Positive drainage should be provided during all phases of construction and post construction. All cracks and joints should be routinely sealed. We anticipate that Standard Duty (passenger vehicles only) and Heavy Duty ESAL will be approximately 10,000 and 30,000, respectively. Over a 20 year period we are providing the following pavement design: Stanley Avenue Multi -Family Development ECS Project No. 63:1169 Table 5.7.1: Private Drives and Parking June 11, 2019 Page 14 Material Designation Asphaltic Concrete Pavement Portland Cement Concrete (PCC) Pavement Standard Heavy Duty/Fire Standard Heavy Duty/Parking Lane Duty/Parking Duty/Fire Lane Asphalt Surface Course 2 inches 2 inches - - Asphalt Binder Course' 3 inches 4%2 inches -- - Portland Cement Concrete - - 5 inches 6 inches 6 inches 6 inches 6 inches 6 inches3 Subgrade2 Reworked Lime Stabilized Reworked Lime Stabilized Notes: 1. Flexible base material may be substituted for the asphalt binder using a substitute ratio of three inches of flexible base for each inch of asphalt binder. 2. Flexible base materials may be substituted with the lime stabilization at an equivalent thickness substitution. 3. The pavement thickness can be increased by 1 inch in lieu of lime stabilized clay If lime stabilization used, a preliminary lime application rate of 7% hydrated lime by dry weight of clay can be used for budgeting purposes. The actual amount of lime required should be confirmed by additional laboratory tests (lime series) during the construction phase. The lime stabilized clay should be thoroughly mixed and appropriately mellowed for at least 48 hours and tested for gradation and lime solubility (pH) prior to final placement and compaction. Once appropriately mixed and mellowed, this material may then be compacted to at least 95% of the Maximum Dry Density as obtained by the Standard Proctor Method (ASTM D-698) at workable moisture contents of about 3 percentage points above the optimum moisture content. Lime treatment should extend at least 1 foot beyond exposed pavement edges to reduce the effects of shrinkage and associated loss of subgrade support. Density tests should be performed at a frequency of 1 test per 5,000 square feet of pavement. An important consideration with the design and construction of pavements is surface and subsurface drainage. Where standing water develops, either on the pavement surface or within the base course layer, softening of the subgrade and other problems related to the deterioration of the pavement can be expected. Furthermore, good drainage should reduce the possibility of the subgrade materials becoming saturated during the normal service period of the pavement. Please note, the recommended pavement sections provided above are considered the minimum necessary to provide satisfactory performance based on the provided traffic loading. In some cases, jurisdictional minimum standards for pavement section construction may exceed those provided above. Pavement should be specified, constructed and tested to meet the following requirements: Stanley Avenue Multi -Family Development ECS Project No. 63:1169 June 11, 2019 Page 15 1. Reinforcing steel may consist of #3 reinforcing steel bars placed at 18 inches on center each way for pavements 6 inches or thicker and may be increased to 24 inches for the automobile/parking (5 inch) pavements. The reinforcing steel should be placed at mid -point of the pavement section. 2. Hot Mix Asphaltic Concrete: Item 340 of the TOOT Standard Specifications, Type A or B Base Course (binder), Type D Surface Course. The coarse aggregate in the surface course should be crushed limestone rather than gravel. 3. Portland cement concrete should have a minimum compressive strength of 3,600 lbs. per sq. inch at 28 days. Concrete should be designed with 3 to 6 percent entrained air. 4. Crushed Limestone Base Material: Item 247 of the TxDOT Standard Specifications, Type A or B, Grade 2 or better. The material should be compacted to a minimum 95 percent of standard Proctor maximum dry density (ASTM D 698) and within three percentage points of the material's optimum moisture content. Front -loading trash dumpsters frequently impose concentrated front -wheel loads on pavements during loading. This type of loading typically results in rutting of bituminous pavements and ultimately pavement failures and costly repairs. Therefore, we suggest that the pavements in trash pickup areas utilize a 7 inch thick Portland Cement Concrete (PCC) pavement section. Appropriate jointing should also be incorporated into the design of the PCC pavement. Reinforcing steel may consist of #4 reinforcing steel bars placed at 18 inches on center each way. All proposed paved areas should be proof rolled with heavy compaction equipment to attempt to locate any soft or undesirable soils so they can be removed and replaced with properly placed and compacted soils. Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 16 6.0 SITE CONSTRUCTION RECOMMENDATIONS 6.1 SUBGRADE PREPARATION In a dry and undisturbed state, the upper 1-foot of the majority of the soil at the site will provide good subgrade support for fill placement and construction operations. However, these soils contain fines which are considered moderately erodible and are moisture and disturbance sensitive. Therefore, good site drainage should be maintained during earthwork operations, which would help maintain the integrity of the soil. We recommend that an attempt be made to enhance the natural drainage without interrupting its pattern. All erosion and sedimentation should be controlled in accordance with sound engineering practice and current jurisdictional requirements. All the existing structures and features at the site, including pavement sections should be removed. Remnants of any existing or previously demolished structures, foundations, debris and similar unsuitable materials should also be removed. Existing underground utility lines should be completely removed or fully grouted to prevent moisture intrusion. All trees present at the site should be removed. Tree removal should include root bulbs. The site should then be stripped. After removing all unsuitable surface materials, stripping, cutting to the proposed grade, and prior to the placement of any structural fill, the exposed subgrade should be examined by the Geotechnical Engineer or authorized representative. The exposed subgrade should be thoroughly proofrolled with previously approved construction equipment having a minimum axle load of 10 tons (e.g. fully loaded tandem -axle dump truck). The areas subject to proofrolling should be traversed by the equipment in two perpendicular (orthogonal) directions with overlapping passes of the vehicle under the observation of the Geotechnical Engineer or authorized representative. This procedure is intended to assist in identifying any localized yielding materials. In the event that unstable or "pumping" subgrade is identified by the proofrolling, those areas should be marked for repair prior to the placement of any subsequent structural fill or other construction materials. Methods of repair of unstable subgrade, such as undercutting or moisture conditioning or chemical stabilization, should be discussed with the Geotechnical Engineer to determine the appropriate procedure with regard to the existing conditions causing the instability. 6.2 EARTHWORK OPERATIONS Prior to placement of any new fill, all subgrades should be scarified to a minimum depth of 6 inches, compacted to at least 95% of Maximum Dry Density as obtained by the Standard Proctor Method (ASTM D-698) and moisture conditioned above the optimum value. All fills should be benched into the existing soils. Imported soil used for general fill should not have a Plasticity Index (PI) of greater than the material encountered onsite. All general fill material, outside of the building subgrade improvements, should be moisture conditioned at or above optimum moisture content and compacted to at least 95% of the Maximum Dry Density as obtained by the Standard Proctor Method (ASTM D-698). All fill soils should be placed in 8 inch loose lifts for mass grading Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 17 operations and 4 inches for trench type excavations where walk behind or 'jumping jack" compaction equipment is used. Upon completion of the filling operations, care should be taken to maintain the soil moisture content prior to construction of floor slabs and pavements. Soil moisture levels can be preserved by various methods that can include covering with plastic, watering, etc. If the soil becomes desiccated, the affected material should be removed and replaced, or these materials should be scarified, moisture conditioned and recompacted. Utility cuts should not be left open for extended periods of time and should be properly backfilled. Backfilling should be accomplished with properly compacted on -site soils, rather than granular materials. If granular materials are used, a utility trench cut-off at the building line is recommended to help prevent water from migrating through the utility trench backfill to beneath the proposed structure. The clay plug detail provided in Appendix A is a suitable method for the utility trench cut-off. Field density and moisture tests should be performed on each lift as necessary to verify that adequate compaction is achieved. As a guide, one test per 2,500 square feet per lift is recommended in the building and paving areas (two tests minimum per lift). Utility trench backfill should be tested at a rate of one test per lift per each 150 linear feet of trench (two tests minimum per lift). Certain jurisdictional requirements may require testing in addition to that noted previously. Therefore, these specifications should be reviewed and the more stringent specifications should be followed. 6.3 MATERIAL SPECIFICATIONS 6.3.1 MOISTURE CONDITIONED CLAY FILL Moisture conditioning may be performed within the building and flatwork areas sensitive to movements. Moisture conditioning of the existing clays, and all new clayey fill is performed to increase the moisture of the clays to a level that reduces their ability to absorb additional water that could result in post -construction heave in these soils. The moisture conditioning should consist of undercutting, scarifying and/or reworking, as required to achieve the required subgrade improvement. During this process, the clay should receive adequate amounts of water to ensure uniform moisture content of at least 4 percentages or higher above the optimum moisture content. During the addition of water, the soils should be adequately mixed, and re -mixed, to ensure a uniform distribution of the moisture throughout the soil mass. Once appropriately mixed, the material should be compacted to at least 95% of the Maximum Dry Density as obtained using the Standard Proctor Method (ASTM D-698). Outside of the moisture conditioned zone and where clay is used to establish site grades, we recommend that the clay material be placed and compacted to at least 95% of the Maximum Dry Density at or above the optimum moisture content as obtained using the Standard Proctor Method (ASTM D-698). These soils should be free of deleterious materials, and be reworked to ensure a uniform distribution of water in order to achieve a uniform moisture content above the optimum moisture content. Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 18 Care should be taken to verify and preserve the specified moisture levels in the reworked clays prior to placement of floor slabs and pavements. 6.3.2 SELECT FILL For the purposes of this report, Select Fill may consist of onsite or imported material that is free of debris and organic matter and have a Plasticity Index (PI) of 5 to 15, and contain 40 to 70 percent passing the No. 200 sieve. This material should be placed and compacted at workable moisture contents above the optimum moisture content and compacted to at least 95% of the Maximum Dry Density as obtain using the Standard Proctor Method (ASTM D-698). 6.3.3 LIME STABILIZED ON SITE CLAY A preliminary lime application rate of 7% hydrated lime by dry weight of clay (TxDOT Item 260) should be used for budgeting purposes. The actual amount of lime required should be confirmed by additional laboratory tests (lime series) during the construction phase. The lime stabilized clay should be thoroughly mixed and appropriately mellowed for at least 48 hours (TxDOT Item 260) and tested for gradation and lime solubility (pH) prior to final placement and compaction. Once appropriately mixed and mellowed, this material may then be placed and compacted at workable moisture contents 3 percentage points above the optimum moisture content and compacted to at least 95% of the Maximum Dry Density as obtain using the Standard Proctor Method (ASTM D-698). 6.3.4 FLEXIBLE BASE Flexible base should meet the requirements of TxDOT Item 247, Type D, Grade 1 or 2. Recycled concrete meeting the gradation requirements of flexible base is also acceptable for use. The flexible base and recycled concrete should be compacted to 95% of maximum dry density at or above the optimum moisture content as obtained using the Standard Proctor Method (ASTM D- 698). Stanley Avenue Multi -Family Development June 11, 2019 ECS Project No. 63:1169 Page 19 7.0 CLOSING ECS has prepared this report of findings, evaluations, and recommendations to guide geotechnical-related design and construction aspects of the project. The description of the proposed project is based on information provided to ECS by the client. If any of this information is inaccurate, either due to our interpretation of the documents provided or site or design changes that may occur later, ECS should be contacted immediately in order that we can review the report in light of the changes and provide additional or alternate recommendations as may be required to reflect the proposed construction. Field observations, monitoring, and quality assurance testing during earthwork and foundation installation are an extension of and integral to the geotechnical design recommendation. We recommend that the owner retain these quality assurance services and that ECS be allowed to continue our involvement throughout these critical phases of construction to provide general consultation as issues arise. ECS is not responsible for the conclusions, opinions, or recommendations of others based on the data in this report. The analysis and recommendations submitted in this report are based upon the data obtained from the soil borings and tests performed at the locations as indicated on the Boring Location Diagram and other information referenced in this report. This report does not reflect any variations, which may occur between the borings. In the performance of the subsurface exploration, specific information is obtained at specific locations at specific times. However, it is a well-known fact that variations in subsurface conditions exist on most sites between boring locations and also such situations as groundwater levels vary from time to time. The nature and extent of variations may not become evident until the course of construction. If variations then appear evident, after performing on -site observations during the construction period and noting characteristics and variations, a reevaluation of the recommendations for this report will be necessary. APPENDIX A — Figures Site Location Map Boring Location Diagram Regional Geology Clay Plug Detail I, _-E I.."Li CQ C—> c C) 0 0 v v 7 _n 0 0 S X p flJ Q 7 C2 N O N --IC 1 Air��s_1�+ W__'W7 — fkl by 77- u �"f , 9• � `� "Jm0 .._ . i Site Location Map Stanley Avenue Multi -Family Development 2645 Stanley Avenue Fort Worth, Texas PM:LB ECS Southwest, LLP 3033 Kellway Drive, Suite 110 Carrollton, Texas 75006 SCALE: NTS PROJECT No.: 63:1169 DATE: June 11, 2019 FIGURE: SLM r-- ---� | ||| t2� /---1 —� --1 — � ---| ---_ ----. __ ;STAR 2 X. ---- ----> = Ln — � l 5 s% D o / 00 vt aq WEST CAtJEY STREH ECS Southwest, LLP Proposed Boring Location Diagram 3033 Ke||vvay Drive, Suite 110 Stanley Avenue Multi -Family Development Q\ Carrollton, Texas 75006 2645 Stanley Avenue S�� Fort Worth, Texas SCALE: NT3 Project No.: 63:1169 .. K, w� � ONO [ � W a � TYPICAL DETAIL DIAGRAM REFER TO MEP AND/OR CIVIL DRAWINGS FOR TYPICAL BEDDING MATERIALS AT EXTERIOR FACE OF BUILDING. REPLACE BEDDING MATERIALS WITH SITE CLAY SOIL. EXTEND CLAY 2 FEET FROM BUILDING. PLACE IN 8" MAX. LOOSE LIFTS. I COMPACT TO 92% OF STANDARD PROCTOR (ASTM D-698), ABOVE OPTIMUM MOISTURE CONTENT. UTILITY TRENCH UNDERGROUND UTILITY CLAY PLUG AT UTILITY TRENCH ENGINEER SCALE NTS DRAFTSMAN PROJECT NO. CLL REVISIONS SHEET 1 OF 1 DATE 11/7/08 APPENDIX B — Field Operations Reference Notes for Boring Logs Building Boring Logs B-1 to B-5 Pavement Boring Log P-1 tC�' REFERENCE NOTES FOR BORING LOGS MATERIALt'2 ASPHALT 'F CONCRETE wa0 ED GRAVEL TOPSOIL VOID Limestone R_ �Q? AGGREGATE BASE COURSE kKs, �, FILL MAN -PLACED SOILS , GW WELL -GRADED GRAVEL gravel -sand mixtures, little or no fines GP POORLY -GRADED GRAVEL gravel -sand mixtures, little or no fines MAI GM SILTY GRAVEL gravel -sand -silt mixtures GC CLAYEY GRAVEL V-41 gravel -sand -clay mixtures SW WELL -GRADED SAND gravelly sand, little or no fines "T SP POORLY -GRADED SAND �€ gravelly sand, little or no fines SM SILTY SAND sand -silt mixtures SC CLAYEY SAND sand -clay mixtures ML SILT I I I II I I I I non -plastic to medium plasticity MH ELASTIC SILT high plasticity CL LEAN CLAY low to medium plasticity CH FAT CLAY high plasticity OL ORGANIC SILT or CLAY r non -plastic to low plasticity OH ORGANIC SILT or CLAY high plasticity PT PEAT highly organic soils DRILLING SAMPLING SYMBOLS & ABBREVIATIONS SS Split Spoon Sampler PM Pressuremeter Test ST Shelby Tube Sampler RD Rock Bit Drilling WS Wash Sample RC Rock Core, NX, BX, AX BS Bulk Sample of Cuttings REC Rock Sample Recovery % PA Power Auger (no sample) RQD Rock Quality Designation % HSA Hollow Stem Auger CFA Continuous Flight Auger PARTICLE SIZE IDENTIFICATION DESIGNATION PARTICLE SIZES Boulders 12 inches (300 mm) or larger Cobbles 3 inches to 12 inches (75 mm to 300 mm) Gravel: Coarse 3/4 inch to 3 inches (19 mm to 75 mm) Fine 4.75 mm to 19 mm (No. 4 sieve to 3/4 inch) Sand: Coarse 2.00 mm to 4.75 mm (No. 10 to No. 4 sieve) Medium 0.425 mm to 2.00 mm (No. 40 to No. 10 sieve) Fine 0.074 mm to 0.425 mm (No. 200 to No. 40 sieve) Silt & Clay ("Fines") <0.074 mm (smaller than a No. 200 sieve) COHESIVE SILTS & CLAYS UNCONFINED COMPRESSIVE SPT5 CONSISTENCY STRENGTH, QP4 (BPF) (COHESIVE) <0.25 <3 Very Soft 0.25 - <0.50 3-4 Soft 0.50 - <1.00 5-8 Medium Stiff 1.00 - <2.00 9 - 15 Stiff 2.00 - <4.00 16 - 30 Very Stiff 4.00 - 8.00 31 - 50 Hard >8.00 >50 Very Hard GRAVELS, SANDS & NON -COHESIVE SILTS SPTS DENSITY <5 Very Loose 5-10 Loose 11 - 30 Medium Dense 31 - 50 Dense >50 Very Dense COARSE FINE RELATIVE GRAINED GRAINED AMOUNT M8 (%)8 Trace <5 <5 Dual Symbol 10 10 (ex: SW-SM) With 15-20 15-25 Adjective >25 >30 (ex: `Silty') WATER LEVELS 7 WL Water Level (WS)(WD) (WS) While Sampling (WD) While Drilling SHW Seasonal High WT ♦ ACR After Casing Removal v WL Water Level at Drilling Completion Classifications and symbols per ASTM D 2488-09 (Visual -Manual Procedure) unless noted otherwise. 2To be consistent with general practice, "POORLY GRADED" has been removed from GP, GP -GM, GP -GC, SP, SP-SM, SP-SC soil types on the boring logs. 3Non-ASTM designations are included in soil descriptions and symbols along with ASTM symbol (Ex: (SM-FILL)]. 4Typically estimated via pocket penetrometer or Torvane shear test and expressed in tons per square foot (tsf). 5Standard Penetration Test (SPT) refers to the number of hammer blows (blow count) of a 140 lb. hammer falling 30 inches on a 2 inch OD split spoon sampler required to drive the sampler 12 inches (ASTM D 1586). "N-value"is another term for `blow count" and is expressed in blows per foot (bpf). 6The water levels are those levels actually measured in the borehole at the times indicated by the symbol. The measurements are relatively reliable when augering, without adding fluids, in granular soils. In clay and cohesive silts, the determination of water levels may require several days for the water level to stabilize. In such cases, additional methods of measurement are generally employed. Minor deviation from ASTM D 2488-09 Note 16. 8Percentages are estimated to the nearest 5% per ASTM D 2488-09. Reference Notes for Boring Logs (FINAL 10-13-2016) © 2016 ECS Corporate Services, LLC. All Rights Reserved CLIENT Job #: BORING # Huntington Dev. 63:1169 B-1 PROJECT ME ARCHITECT -ENGINEER Stanley Avenue Multi -Family Development Studio UD Architects SITE LOCAT)ON 2645 Stanlev Ave. Fort Worth. Texas NORTHING FASTING STATION 32.', 1-97.34575 z DESCRIPTION OF MATERIAL ENGLISH UNITS Z J LL z l a r i BOTTOM OF CASING 1W LOSS OF CIRCULATION LU ��� w v o 0 _ D a w 2 w Q. w 2 w SURFACE ELEVATION 646 LU ¢ m w O o ai ai co 0 3 w m 0 — (FILL) ASPHALT AND GRAVEL WITH CLAY, — S-1 ST 24 24 dark brown, moist, stiff to hard # — S-2 ST 24 24 5 — S-3 ST 24 24: — (CH) FAT CLAY WITH GRAVEL AND — S-4 ST 24 24 ASPAHLT, dark brown, moist, stiff to hard / — S-5 ST 24 24 10 (CH) FAT CLAY, dark brown, moist, hard j — LIMESTONE, tan 1G �S-6 TCP 2.5— END OF BORING @ 15' 20 — 25 — 30 — SHEET 1 OF 1 uN CALIBRATED PENETROMETER TONS/FT2 ROCK QUALITY DESIGNATION & RECOVERY RQD% - — - REC% PLASTIC WATER LIQUID LIMIT% CONTENT% LIMIT% x s ® STANDARD PENETRATION BLOWS/FT 4.5 17.8 __( �_ 32.14 1.0 4.5 Iuu-m�) THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL. WL 8 WS ❑ WD E BORING STARTED 05/28/19 CAVE IN DEPTH N/A WL(SHW) 1 WL(ACR) BORING COMPLETED 05/28/19 HAMMER TYPE Auto WL 12 Upon Completion RIG CME-75 FOREMAN West Drilling DRILLING METHOD CFA Services Inc CLIENT Job #: BORING # SHEET Dev. 63:1169 B-2 1 OF 1 PROJECT NAME PROJECT ME ARCHITECT -ENGINEER Stanley Avenue Multi -Family Development Studio UD Architects u N SITE LOCAT)ON CALIBRATED PENETROMETER TONS/FT2 2645 Stanlev Ave. Fort Worth. Texas NORTHING FASTING STATION ROCK QUALITY DESIGNATION & RECOVERY RQD% - — - RFC% 32.71278 -97.34590 z DESCRIPTION OF MATERIAL ENGLISH UNITS PLASTIC WATER LIQUID z LL LIMIT% CONTENT% LIMIT% W CL iz z r o LU i BOTTOM OF CASING 1W LOSS OF CIRCULATION ��� w z �� S v O W W W a W OO SURFACE ELEVATION 644 w > ®STANDARD PENETRATION o ai ai co 0 w m BLOWS/FT 0 — (FILL) ASPHALT AND GRAVEL WITH CLAY, �0%_ — S-1 ST 24 24 dark brown, moist, very stiff to hard �0;:0.+ � � . •::� 4.5 — S-2 ST 24 24 .&;v . — ; 3.25 (CH) FAT CLAY with sand, brown and light 01, 5 — S-3 ST 24 24 brown, moist, stiff to very stiff /� • � 26.0 3.5 — — S-4 ST 24 24 21♦ — — - —63 / 2.25 28.2 — S-5 ST 24 24 23.0♦ 4 10 — LIMESTONE, tan 10 _,S-6 TCP 4 5 END OF BORING @ 15' — 100-J 20 — — 25 — — 30 — — THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL. WL 14 Ws ❑ WD E BORING STARTED 05/28/19 CAVE IN DEPTH N/A WL(SHW) 1 WL(ACR) BORING COMPLETED 05/28/19 HAMMER TYPE Auto WL 14 Upon Completion RIG CME-75 FOREMAN West Drilling DRILLING METHOD CFA Services Inc CLIENT Job#: BORING# SHEET I HunPROJECT NAME Dev. 63:1169 B-3 1 OF 1 PROJECT ME ARCHITECT -ENGINEER Stanley Avenue Multi-Familv Development Studio UD Architects 31 SITE LOCATION CALIBRATED PENETROMETER TONS/FT2 2645 Stanlev Ave. Fort Worth, Texas NORTHING EASTING STATION ROCK QUALITY DESIGNATION & RECOVERY RQD% - — - REC% 32.71265-97.34577 z DESCRIPTION OF MATERIAL ENGLISH UNITS PLASTIC WATER LIQUID w z LL LIMIT% CONTENT% LIMIT% a � c w i� S LL z F o BOTTOM OF CASING LOSS OF CIRCULATION J O - w w w w O r y I— g g g 00 SURFACE ELEVATION 648 w > � ® STANDARD PENETRATION o 0) o co o w m BLOWS/FT 0 = (FILL) FAT CLAY, dark brown, moist, stiff to 01 — S-1 ST 24 24 hard, with gravel, rock pieces and asphalt - � 4.5 — S-2 ST 24 24 26.7 : 3.5 5 — S-3 ST 24 24 26.4 : 40 (CH) FAT CLAY, brown and light gray, moist, — S-4 ST 24 24 hard, with sand — 19�C� - -&-57 22.1 4;0 - (CL) LEAN CLAY, light brown, moist, hard, with � — S-5 ST 24 24 calcareous nodules 4.5 10 LIMESTONE, tan 13 �S-6 TCP 1.5�__ END OF BORING @ 15' - 20 — — 25 — — 30 — — THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL. WL Dry WS ❑ WD ❑ BORING STARTED 05/28/19 CAVE IN DEPTH N/A WL(SHW) t WL(ACR) BORING COMPLETED 05/28/19 HAMMER TYPE Auto WL Dry Upon Completion RIG CME-75 FOREMAN West Drilling DRILLING METHOD CFA Services Inc CLIENT Job #: BORING # Huntington Dev. 63:1169 B-4 PROJECT ME ARCHITECT -ENGINEER Stanley Avenue Multi -Family Development Studio UD Architects SITE LOCAT)ON 2645 Stanlev Ave. Fort Worth. Texas NORTHING FASTING STATION 32.', 1-97.34570 z DESCRIPTION OF MATERIAL ENGLISH UNITS z l a r o Z i J LU BOTTOM OF CASING 1W LOSS OF CIRCULATION ��� w LL _ v 0 D a w 2 w Q. w 2 w LU SURFACE ELEVATION 644 ¢ m w O o ai ai co 0 3 w m 0 — (FILL) FAT CLAY, dark brown, moist, stiff to ' — S-1 ST 24 24 hard, trace gravel and pebbles — S-2 ST 24 24 _�S-3 SS 0.5 0.5 (CL) LEAN CLAY, light brown, with tan 5— limestone layers — S-4 SS 7.5 7.5 S-5 SS 5.5 5.5 LIMESTONE, tan 10- 1G S-6 TCP 0.25` END OF BORING @ 15' 20 — — 25 — — 30 — — 11 50 50 SHEET 1 OF 1 uN CALIBRATED PENETROMETER TONS/FT2 ROCK QUALITY DESIGNATION & RECOVERY RQD% - — - REC% PLASTIC WATER LIQUID LIMIT% CONTENT% LIMIT% x s ® STANDARD PENETRATION BLOWS/FT 20.1 2914 50/0.5 50/1.5 50/5.5 THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL. WL Dry WS ❑ WD ❑ BORING STARTED 05/28/19 CAVE IN DEPTH N/A WL(SHW) 1 WL(ACR) BORING COMPLETED 05/28/19 HAMMER TYPE Auto WL Dry Upon Completion RIG CME-75 FOREMAN West Drilling DRILLING METHOD CFA Services Inc CLIENT Job#: BORING# SHEET I Dev. HunPROJECT 63:1169 B-5 1 OF 1 PROJECT ME NAME ARCHITECT -ENGINEER Stanley Avenue Multi-Familv Development Studio UD Architects L SITE LOCATION CALIBRATED PENETROMETER TONS/FT2 2645 Stanlev Ave. Fort Worth, Texas NORTHING EASTING STATION ROCK QUALITY DESIGNATION & RECOVERY RQD% - - - REC% 32.71201 -97.34565 z DESCRIPTION OF MATERIAL ENGLISH UNITS PLASTIC WATER LIQUID z LL LIMIT% CONTENT% LIMIT% w a z F � c BOTTOM OF CASING LOSS OF CIRCULATION w J i� S O LL o - O w w I— g g w w g 00 SURFACE ELEVATION 648 w r y > � ® STANDARD PENETRATION o (0 o co o w m BLOWS/FT 0 - (CH FILL) FILL, FAT CLAY, dark brown, moist, ' — S-1 ST 24 24 very stiff to hard, with gravel and rock pieces 4.5 — S-2 ST 24 24 {}26.2 2.5 - (CH) FAT CLAY WITH SAND, brown, moist, ` 5— S-3 ST 24 24 very stiff, trace calcareous nodules �— 21 i - -&-73 - — S-4 ST (CL) LEAN CLAY, light brown, moist, hard, 24 24 calcareous 24.0 30 j 4.5 - � — S-5 ST 24 24 12.3-11111V� -f - - -7�,-31 10- 15 4:0 10 - LIMESTONE, tan 1 �S-6 TCP 2 END OF BORING @ 15' - 20 — — 25 — — 30 — — THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL. WL Dry WS ❑ WD ❑ BORING STARTED 05/28/19 CAVE IN DEPTH N/A WL(SHW) t WL(ACR) BORING COMPLETED 05/28/19 HAMMER TYPE Auto WL Dry Upon Completion RIG CME-75 FOREMAN West Drilling DRILLING METHOD CFA Services Inc CLIENT Job#: BORING# SHEET I Dev. HunPROJECT 63:1169 P-1 1 OF 1 NAME PROJECT ME ARCHITECT -ENGINEER Stanley Avenue Multi-Familv Development Studio UD Architects 31 SITE LOCATION CALIBRATED PENETROMETER TONS/FT2 2645 Stanlev Ave. Fort Worth, Texas NORTHING EASTING STATION ROCK QUALITY DESIGNATION & RECOVERY RQD% - — - REC% 32.71202 -97.34566 z DESCRIPTION OF MATERIAL ENGLISH UNITS PLASTIC WATER LIQUID z LL LIMIT% CONTENT% LIMIT% w a U) z F BOTTOM OF CASING LOSS OF CIRCULATION J O LL o - O w w w w I— g g g 00 SURFACE ELEVATION 648 w r y > � ® STANDARD PENETRATION o (0 o (n o w m BLOWS/FT 0 - (FILL) FAT CLAY, dark brown, moist, very stiff, 23.9 — S-1 ST 24 24 with gravel and rock pieces /r • 3:0 - (CH) FAT CLAY, brown and dark brown, moist, — S-2 ST 24 24 very stiff j 21 /10-CY-- -71 26.8 310 - S-3 ST 12 12 27.6-0?- J - END OF BORING @ 5' 10— — 15— — 20 — — 25 — — 30 — — THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL TYPES. IN -SITU THE TRANSITION MAY BE GRADUAL. WL Dry WS ❑ WD ❑ BORING STARTED 05/28/19 CAVE IN DEPTH N/A WL(SHW) t WL(ACR) BORING COMPLETED 05/28/19 HAMMER TYPE Auto WL Dry Upon Completion RIG CME-75 FOREMAN West Drilling DRILLING METHOD CFA Services Inc APPENDIX C — Laboratory Testing Laboratory Testing Summary ECS Southwest, LLP Carrollton, Texas Laboratory Testing Summary Date: 6/7/2019 Project Number: 63:1169 Project Name: Stanley Avenue Multi -Family Development Project Engineer: YT Principal Engineer: MPB Summary By: YT Atterberg Limits' Percent Dry I One -Dimensional Swel16 Boring Sample Depth MCI Soil Passing Unit Final Number Number (feet) N Type LL PL PI No.200 Weight Moisture Overburden Swell Sieves (pcf) N (psf) N B-1 S-2 2-4 16.7 FILL 41 17 24 38.5 S-3 4-6 17.8 S-4 6-8 32.1 B-2 S-2 2-4 38.7 S-3 4-6 26.0 S-4 6-8 28.2 CH 63 21 42 82.1 S-5 8 - 10 23.0 B-3 S-2 2-4 26.7 S-3 4-6 26.4 S-4 6-8 23.9 CH 57 19 38 79.0 25.2 860 0.0 B-4 S-1 0-2 20.1 S-2 2-4 29.4 B-5 S-2 2-4 26.2 S-3 4-6 24.0 CH 73 21 52 68.7 S-5 8 - 10 17.0 CL 31 15 16 55.9 21.8 1100 0.0 Unconfined Compressive Strength (tsf) Notes: 1. ASTM D 2216, 2. ASTM D 2487, 3. ASTM D 4318, 4. ASTM D 7260, 5. ASTM D 1140, 6. ASTM D 4546 Definitions: MC: Moisture Content, Soil Type: USCS (Unified Soil Classification System), LL: Liquid Limit, PL: Plastic Limit, PI: Plasticity Index, NP: Non Plastic ECS Southwest, LLP Carrollton, Texas Laboratory Testing Summary Date: 6/7/2019 Project Number: 63:1169 Project Name: Stanley Avenue Multi -Family Development Project Engineer: YT Principal Engineer: MPB Summary By: YT Atterberg Limits3 Percent Dry I One -Dimensional Swel16 Boring Sample Depth MC Soil Passing Unit Final Number Number (feet) N Type LL PL PI No.200 Weight Moisture Overburden Swell Sieves (pcf) N (psf) N P-1 S-1 0-2 23.9 S-2 2-4 26.8 CH 71 21 50 S-3 4-5 27.6 Notes: 1. ASTM D 2216, 2. ASTM D 2487, 3. ASTM D 4318, 4. ASTM D 7260, 5. ASTM D 1140, 6. ASTM D 4546 Definitions: MC: Moisture Content, Soil Type: USCS (Unified Soil Classification System), LL: Liquid Limit, PL: Plastic Limit, PI: Plasticity Index, NP: Non Plastic Unconfined Compressive Strength (tsf) GC-6.09 Permits & Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104348 Revised July 1, 2011 i LEGEND PROJECT BOUNDARY EXISTING TREE CANOPY PRESERVED El EXISTING TREE CANOPY REMOVED EXISTING TREE CANOPY ROW El EXISTING TREE CANOPY IN PERI.MNENT UTILITY EASEMENT L_J SIGNIFICANT TREE TO BE IV REMOVED I PROJE? LOCAT O d� tN'rp.Yc �� VICINITY MAP rioNReknlion ofEzisdn¢ Canopy (phase I ava 2) G Erotem�rva "off a 29876 069 Ifxekmgappronl for plisse 1 only, [ben Preserve n muwnum of (Gx 5) H 50%ca w Msmp after comoktme LreM P.S 1 Prexrvatnn �yvuvemem(25%) 1 (Gx.25) ]a69 034 01] J Ad,16-15Yo drb'n�mexrn[w:: metlpd 8(' a dtrees" fGx 05) - AdhwrelpreservetrongPllpn fm mM1getronxes (d) K re I(onlylremovs�rendka 3) - L Tmalwq! rvaDmre is ((H mIJN+K)7 ]969 (Area — ]u 017 Ooz otexmlmP vvooqq''(( rvod N Tobl prexrvalgn crednto aM pla— IM+ad) 7I3 002 New Tree Nvvtbv (plisse i) O Rjauvearewpbrnvtovxr§¢e 6922 P 441arce canppv frees ZrWroOQ pRpe vee 015 03]Q "Q.) ..t,,N-R 13smallranopv Vees@SOOsqitper[ree 1300S Tobl Planhna 1]}W 010 ndrin¢wren:I ore ®miN reaiaembl,re exemptlWne al f u Requoe0aeanopvwverage of park) gareas1a0M1 Tn aO 1 - Y Area ofwnopv coverage being pmvitletl for parkin¢ W Fxcea¢/aefldent varking canopy N-U1 - - Fn�RPne,aaBe mren.ma hne X To Ire aired ceno wve efo.s to F TI35 016 Y Proviaea ranovvmverage (M Rdd) 1801} 011 Z Ex¢ea¢/aefident gverall ranopv fY ) 106]B 025 Si¢ni&aln Trees Cvkebtbn Iv�hes DBH n A0pA��1Ps OaksrB@cklgck>Oaks 18"dbh fle.11-35) bb AOmhertren>2] dbblre Nksz of g9a sA,—NAS) H3 Iroml ofs�am heel l06e ore rnd en I - ~xos I Cano F1 H. - I as I��}}^^n�i�wm[ree preaorvanon rreml ee V I-.-fiwntU—.bere —d vv+bhcc 113 - 1185 oihunlTree Reowv,l MirIyyov Opiovs `Choose Oce): S31([he B gg xrvM on of ex st ngcenopy rvnopy Mremgved of centtrees nezcess ofre uredwno OR... g atltl t pna trees 5%tM1e ranopyof remwetl s gn f wnt reez nercgess of requ red ganopv Olt. (ee 5gflx15) (eesyflx5) 5925 Paymen[Intgtree tuna fortotal dbh lnchezof slgnl0ranttreez removal @ $Raper Incb abb OR... (ee dbh n8200) $ Urban Design Commiuion appmvetl plan that miUga[ez [he removal of the ngmhonttreelzl XlUr.l F OWNER ro (gW )g<a eoostoz Fogrei)g--SRpgtoz LM REMOVED L ? PROPOSED 5'SIDWALK r• _ 26' FIRE LANE EASEMENT A PAE 2" 'LITY E45EMENT EXISTING RAILROAD TRACKS I \ 1 + \ ZONED E VARIABLE WIDTH UTILITY � /". \EASEMENT&PpF q \ za \ \ z 2C RI \ 116 1 REVISIONS NO ADESCRIPTION DATE I , SHIELD3I ENGINEERING GROUP iRRF FIRM #F1100> Hpl6 FIlM Yl01pRM PRELIMINARY - FOR REVIEW ONLY THESE DOCUMENTS ARE FOR DESIGN REVIEW ANI NIT I -ENDED FIR CONSTRUCT-, BIDDING OR PERMIT PURPOSES THEY WERE BY OR CAUSE prvN NN UNDER SDPERVI SIOSN OF Onn O 0 60 80 120 GRAPHIC SCALE IN FEET CONSTRUCTION NOTES CONSTRUCTION NOTES THE CONTRACTOR SH$tLCONTACT THE ­NG AT LEAST 48 HOURS PRIOR TO FORT IS I µpHORIZONTAL & VERTICAL CONTROL Tn BENCHMARK DESCRIPTION CITY PROJECTp FILE FILE#X- MAPECO CO#TAR-f00.11 V CITY OF FORT WORTH, TEXAS Z 3 O F W STANLEY & CANTEY TOWNHOMES z a U URBAN FORESTRY EXHIBIT Method "N' I j J DESIGNED SCALE GATE M2]I2022 (SHEET: DRAWNOF 1 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANLEY & CANTEY TOWNHOMES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 104348 Revised July 1, 2011 FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S ecifications 1111111111 Spec No. Classification Manufacturer Nlis ID Mix Desci iption Design Sri ungth'a 28 da�s DesignApproval Concrete Class A (S dewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 32 1320 Mix Des American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Dead[ Borneo Texas 30U101AG 3000 psi 3-5" Slump; 3-6% Air 4/l/2024 32 13 20 Mix Design Bronco Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Chisholm Trail Redi Mix C 13020AE 3000 psi 3-5" Slump; 4.5-7.5% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design City Concrete Coitwany 30HA20H 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 1320 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Holcim - SOR, hic. 1261 3000 psi 3-5" Slump; 3-6% Air 9/23/2024 32 1320 Mix Design Holcim - SOR, Inc. 5177 3000 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 20 Mix Design Holcim - SOR, hic. 530WA-TI 3000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 1320 Mix Design Liquid Stone C301D 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 4/l/2023 32 13 20 Mix Desn Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6% Air 6/l/2023 32 1320 Mix Design Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6% Air 6/l/2023 32 13 20 Mix Dear Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air 11/2/2022 32 1320 Mix Design Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6% Air 4/7/2023 32 1320 Mix Dear Martin Marietta R2136K14 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Dear Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5% Air 5/9/2025 32 1320 Mix Dear Martin Marietta R2136R14 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 1320 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air 10/4/2023 32 1320 Mix Dead NBR Ready Mix CLS A -NY 3000 psi 3-5" Slump; 3-6% Air 7/10/2023 32 1320 Mix Design Osborn 30A50MR 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 1320 Mix Dear Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air 1/24/2023 32 1320 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6% Air 10/24/2024 32 1320 Mix Dear SRM Concrete 30850 3000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 1320 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air 10/18/2024 32 13 20 Mix Desp SRM Concrete 30050 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desp Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air Class CIP "Inlets, Manholes, Junction Boxes, Encasement, Blockin�, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 3213 13 : Mix Des�p American Concrete Company 40CNF065 4000 psi 3-5" Slump; 0-3% Air 9/9/2022 3213 13 : Mix Design Bumco Texas 4OU500BG 4000 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 : Mix Des p Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 20 Mix Desp Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 5/7/2025 3213 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Desp Holum - SOR, Inc. 1701 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design Holcim - SOR, Inc. 1 55 1 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Holcim - SOR, Inc. 5409 4000 psi 3-5" Slump; 3-6% Air 4/27/2023 3213 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Dead[ Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6% Air Page 1 of 6 FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S eciur.oa.s 1111111111 Spec No. Classification Manufacturer Nfi, 11) Mix Desci iption Design Sri ungth'a 28 da�s DesignApproval ...Concrete (Continues) 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 3213 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 32 13 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Sharp; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Sharp; 3-6% Air 9/12/2023 3213 13 Mix Design NBR Ready Mix CLS PI-YY 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Sharp; 3-6% Air 9/9/2022 3213 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Sharp; 3-6% Air 1/18/2023 3213 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Sharp; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Sharp; 3-6% Air 4/28/2025 3213 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Sharp; 3-6% Air 10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Sharp; 3-6% Air Class C (Drilled Shaft for Traffic Signal Pole Foundations 3eference Detail 314 10-D605) 9/9/2022 32 13 13 Mix Design Bumco Texas 36U500BG 3600 psi 5.5-7.5" Sharp; 3-6% Air 6/21/2023 3213 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 32 13 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Sharp; 3-6% Air 12/5/2022 3213 13 Mix Design Holcim - SOR, Inc. 1822 3600 psi 5.5-7.5" Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1859 4000 psi 5.5-7.5" Sharp; 3-6% Air 4/7/2023 32 13 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146N41 3600 psi 5-7" Sharp; 3-6% Air 6/27/2023 32 13 13 Mix Design Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air 5/9/2025 2 13 13 Mix Design Martin Marietta U2146R41 3600 psi 5-7" Sharp; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 135KO524 3600 psi 5.5" Slump; 3-6% Air Class C (Headwalls, Wing walls, Culverts) 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slanp; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slanp; 3-6% Air 9/9/2022 3213 13 Mix Desp Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slanp; 3-6% Air 9/9/2022 3213 13 Mix Desp GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air 4/1/2023 3213 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slanp; 4-7% Air 8/30/2023 3213 13 Mix Desp Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slanp; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6% Air Class P (Machine Placed Pav ng� 4/3/2025 3213 13 Mix Design B� own Concrete 4511 3600 psi 1-Y Slump; 3-6% Air 4/3/2025 3213 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air 6/30/2025 3213 13 Mix Design Bw Town Concrete 5211 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 3013 13 Mix Design Big Town Concrete 52113 With 30%slag 4000 psi 1-3" Slump; 3-6% Air 6/30/2025 3013 13 Mix Design Big Town Concrete 5311 4000 psi 1-3' Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi 1-Y Slump; 3-6% Air 11/14/2022 3213 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air 2/6/2024 3213 13 Mix Design Estrada Read�Mix TD3655AEWR 3600 psi 1-Y Slump; 3-6% Air 5/20/2025 3213 13 Mix Design Gilco Contracting Inc 36MP 1643 3600 psi 1-3" Slump; 3-6% Air 6/20/2025 3213 13 Mix Design Gilco Contracting Inc 36MP1629 3600 psi 1-Y Slump; 3-6% Air 5/12/2025 3213 13 Mix Design Holcim - SOR, Inc. 1703 4000 psi 1-3" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta Q214IR27 4000 psi 1-Y Slu np; 3-6% Air 11/2/2022 3213 13 Mix Design Martin Marietta Q214IK30 4000 psi 1-3" Slump; 3-6% Air Page 2 of 6 FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S ecifications 1111111111 Spec No. Classification Manufacturer Nli, 11) Mix Desci iption Design Sri ungth'a 28 da�s DesignApproval ...Concrete (Continues) 5/5/2025 32 13 13 Mix Design Martin Marietta Q214IN27 4000 psi 1-3" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix TX C SF -NY 3600 psi 1-Y Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40068 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 40825 4000 psi 1-Y Slump; 3-6% Air 9/16/2024 3213 13 Mix Design SRM Concrete 40025 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6% Air 6/5/2025 3213 13 Mix Design SRM Concrete 40324 4000 psi 1-Y Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-Y Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5% Air 6/17/2025 3213 13 Mix Design True Grit Redi Mix 460.230M 4000 psi 1-Y Slump; 3-6% Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slump; 3-6% Air Class H (Hand Placed Paving, Valley Gutter) 9/9/2022 3213 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6% Air 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 3213 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6% Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Branco Texas 45US00BG 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6% Air 4/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design City Concrete Company 45NA20H 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/ 4500 psi 3-5" Slump; 4-6% Air 9/9/2022 3213 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6% Air 5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP 1643 4500 psi 3-5" Slump; 3-6% Air 6/20/2025 3213 13 Mix Design Glen Contracting Inc 45HP 1629 4500 psi 3-5" Slump; 3-6% Air 10/4/2024 32 13 13 Mix Design Holcim - SOR, Inc. 5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Holcim - SOR, Inc. 1851 4500 psi 3-5" Slump; 3-6% Air 5/8/2025 32 13 13 Mix Design Holcim - SOR, Inc. 545WA-Tl 4500 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design Liquid Stone C451D 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6% Air 8/4/2023 3213 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6% Air 5/22/2023 3213 13 Mix Desp Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6% Air 12/22/2023 3213 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slmnp; 3-6% Air 12/22/2023 3213 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 11/15/2022 3213 13 Mix Design Martin Marietta R21461`36 4500 psi 3-5" Slmnp; 3-6% Air 11/15/2022 3213 13 Mix Desp Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slmnp; 4.5-7.5% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slmnp; 3-6% Air 9/9/2022 3213 13 Mix Desp Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 6/3/2025 3213 13 Mix Desp Martin Marietta R2146K43 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 3213 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 10/4/2023 3213 13 Mix Desy NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 7/10/2023 3213 13 Mix Design Osborn 45A60MR 4500 psi 3-5" Slump; 3-6% Air 1/24/2023 3213 13 Mix Desp Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp SRM Concrete 45000 4500 psi 3-5" Slump; 3-6% Air 5/23/2025 3213 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Desp SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 10/24/2024 3213 13 Mix Design SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air 10/18/2024 3213 13 Mix Desp SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Desp True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 9/9/2022 3213 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6% Air 6/12/2025 3213 13 Mix Design True Grit Redi Mix 465.230H 4500 psi 3-5" Slump: 3-6% Air 6/23/2025 3213 13 Mix Design True Grit Redi Mix 365.23014 4500 psi 3-5" Slump: 3-6% Air 10/9/2024 3213 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6% Air Page 3 of 6 FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S ecifications 1111111111 Design Class HES (High Early Stren^th Paving) 9/9/2022 32 13 13 ix Design Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-INC 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1/18/2023 3213 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6% Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi (il 3 days 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holclm - SOR, Inc. 2125 5000 psi 3-5" Slump; 3-6% Air ...Concrete(Continues) 1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6% Air 4/7/2023 3213 13 Mix Design Martin Marietta R2161K70 6000 psi / 3000 psi na, 24hr. 3-5" Slump; 3-6% An 2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3-6% Air 2/7/2025 3213 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi (il 3 days 3-5" Slump; 3-6% An 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi 3 days 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Tarrant Concrete FW7520AMR 4500 psi / 3000 psi 3 days 3-5" Slump; 3-6% An Class S Bridge Slabs, Top Slabs of Direct Traffic Culverts. Approach Slabs) 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6% Air 5/3/2023 3213 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5% Air 4/l/2023 32 13 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 3213 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 3213 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slump; 3-6% Air 4/5/2025 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air 5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6% Air Concrete Base Trench Repair 4/l/2023 033416 1033416 IMix Design (Bumco Texas loYH50BF I I 1000 psi (Flowable; 8.5-11.5%Air 9/9/2022 03 34 16 Mix Design Borneo Texas 08Y450BA 800 psi 5-7" Slump; 3-6% Air Controlled Low Strength Material (Flowable Fill) 2/7/2025 03 34 13 Mix Design Bumco Texas 01Y6901317 100 psi Flowable; 9.5-11.5%Air 5/19/2025 03 34 13 Mix Design Barren Texas OlZI80AF 100 psi Flowable; 9.5-11.5% Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12% Air 9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5% Air 9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12%Air 9/9/2022 03 34 13 Mix DesP Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11% Air 5/12/2025 03 34 13 Mix Design Holcim - SOR, Inc. 3741 100 psi Flowable; 12.0-24.0%Air 10/4/2023 03 34 13 Mix DesP NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12% Air 2/7/2025 03 34 13 Mix Design SRM Concrete 910 150 psi Flowable; 8-12%Air 9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12%Air Concrete Ri}� R.? 4/1/2023 I313700 IMix Design (Martin Marietta R2141030 I 4000 psi 3-6%Air 13-5 4/l/2023 31 3700 Mix Design Martin Marietta R2146033 4000 psi 3-5" Slump; 3-6% Air Slump; AT Prying 9/9/2022 32 12 16 Mix Design Austin Asphalt FT513 117965 FT513117965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FTIBI39965 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Austin AT FT113117.2 FT1B117.2 PG64-22 Type B Fine Base 5/l/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B It 12B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 1216 Mix Design Surmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Surmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface 4/l/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Detectable Warning Surface 9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 32 13 20 DWS -Pavers Western Brick Co. (Houston, TX) Detectable Warring Pavers 9/9/2022 32 13 20 DWS - Composite Armor Tile 9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wihnington, MA) Heritage Brick CIP Composite Paver 4/7/2023 32 1320 DWS - Pavers ADA Solutions (Wihnington, MA) Detectable Warning Pavers Page 4 of 6 FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 !!!!!!!! Attention: Mix Designs do not su ersede CFW S eciagafions 1111111111 Approval Spec No. Classification Manufacturer Nli, 11) Mix Duscription Design Strength g 28 days Design Silicone Joint Sealant 9/9/2022 13 73 Joint Sealant Dow 890SL 0SL - Cold Applied, S' a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 13 73 Joint Sealant Tremco 900SL 0SL - Cold Applied, Sing a Component, Silicone Joint Sealant ASTM D5893 9/9/2022 �32 32 1373 Joint Sealant Pecom 300SL 0SL - Cold Applied, Single Component, Silicone Joint Sealant EadSaver ASTM D5893 9/9/2022 32 1373 Joint Sealant Crafco RoadSaver Silicone Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Utility Trench Embedment Sand 9/9/2022 33 OS 1 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 330510 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covt Neenah Foundry NF-1743-LM (Hinged) NF-1743-LM (Hinged) (Size - 32" Dial ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covt Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.) ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and CovwSIP Industries ++ 2279ST 2279ST (Size - 24" Dial ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Cov�.SIP Industries ++ 2280ST 2280ST (Size - 32" Dia.) ASTM A48 AASHTO M306 10/8/2020 3305 13 Manhole Frames and Cov/EJ ( Formally East Jordan Iron Works) EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dial ASTM A536 AASHTO M306 3/8/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2296T 2296T (Size - ***24" Dial ASTM A48 AASHTO M306 6/18/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2279STN 2279STN (Size - 24" Dial ASTM A48 AASHTO M306 —Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only he allowed for existing manholes that require replacement frames and covers. Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx3-405-PRECAST** (Size - 10' X 39 ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterm FRT-lOx3-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fomerm FRT-lOx4.5-407-PRECAST** (Size - IO' X 4.5� ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Fonter m FRT-4X4-409-PRECAST-TOP (Size - TX 4� ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonter m FRT-5X5-410-PRECAST-TOP (Size - 5' X 5� ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterm FRT-6X6-411-PRECAST-TOP (Size - 6' X 61 ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6') ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-1 OX3-405-PRECAST INLET** (Size - 10' X T) ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG- 1 5X3-405-PRECAST INLET** (Size - 15' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4409-PRECAST BASE (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5410-PRECAST TOP (Size - TX 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5410-PRECAST BASE (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5412-PRECAST 5-FT RISER (Size - TX 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6411-PRECAST TOP (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6411-PRECAST BASE (Size - 6' X 6) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6412-PRECAST 6-FT RISER (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pp Group TPG-7X7411-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7411-PRECAST BASE (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pp Group TPG-7X7412-PRECAST 4-FT RISER (Size - TX T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pp Group TPG-8X8411-PRECAST BASE (Size - 8' X 8') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8412-PRECAST 5-FT RISER (Size - 8' X 8') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pp Group TPG-4X4408-PRECAST INLET (Size - 4' X 4') ASTM 615 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5') ASTM 615 3/19/2021 33 49 20 DroQQ hdet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 33 49 10 Mam�mOle Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Stze - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X T) ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 81 ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8') ASTM C478 8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4� ASTM C433 Page 5 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 6/30/2025 ....Storm Sewer -Inlet & Sir tetures Continues 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT) ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Grol Inlet Riser (Size - 3 FT) ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmenTex Pipe &Products Drop Inlet (4' X 4) ASTM C913 1/12/2024 33 49 20 Droq Inlet AmenTex Pre &Products Drop Inlet (5' X 5� ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex P re &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH (4' MH on the top of 5' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex P re &Products Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex P re &Products Precast 8'x8' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmenTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 7/16/2024 33 49 20 Curb Inlets AmcriTex Pipe &Products I0x3 Precast** (Size 10' x 3') ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 150 Precast** (Size 15' x 3') ASTM C913 **Note: Pre -cast inlets are approved for the stage 1 portion of he structure (basin) only. Stage Hportion fi 4e structure are required to be cast in place. No exceptions to this requirement shall be allowed. Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 3341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polypropylene (PP) P�'' (Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 3341 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C655 8/28/2023 3341 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 10/12/2023 3341 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/12/2023 3441 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,C1577 10/18/2023 3541 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/18/2023 3341 10 Culvert Box The Turner Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 4/12/2024 3341 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 6/25/2024 3341 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 6/25/2024 3341 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 Revision Comments (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's (4-5-2025) 03 34 13 CLSM specification Page 6 of 6 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH I 1126199 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I I 1126199 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" this. I3305 13 Manhole Frames and Covers Neenah Casting 24" this. I 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamnex/nexus) RE32-R8FS 30" Dia. I 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" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia I 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSITID MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. I 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 M 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. I 10/07/21 I 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) I* 3305 13 Manhole Frames and Covers Pont-A-Mousson Fortnight 24" Dia. I I3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. I I3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. I I * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. I I 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. I I 04/20/01 I 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. I Water & Sewer - Manholes & Bases/Precast Concrete Bev 1/8/131 I * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item 449 ASTM C 478 48" I * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" I 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone I 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" I 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" Manhole, sr• upenprg and Plat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" I 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; -1/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardsep 48" & 60" I.D. Manhole w/32" Cone I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amiteeh USA Meyer Polycrete Pipe I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Onickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I I * EI-14 Manhole Rehab Systems Ouadex I I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP I E1-14 Manhole Rehab Systems AP/M Permaform I I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I I08/30/06 I General Concrete Repair FlcxKretc Technologies Vinyl Polyester Repair Product Misc. Use I I * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification I Manufacturer Model No. national Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious I 05/20/96 E1-14 Manhole Rehab Systems Spraynal Spray Wall Polyurethane Coating ASTM D639/13790 I I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I I 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I 33 01 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 I 33 39 20 Coating for Corrosion protecticn(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only I Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) I * 33 05 13 Manhole Insw Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I * 3305 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) I 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 M 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/03/24 33 M 13 Casing Spacers Race (Completely HDPE) Applications Only) 8^ _ 12" (Sewer Only) I Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) I I * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 I 3" thru 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe MCWane Cast Jon Pipe Co. AW WA C150, C151 Water &Sewer -Utility Line Marker (08/24/2018) I Sewer - Coatiini,s/EDoxv 33-39-60 (01/08/131 I 02/25/02 Epoxy Lining System Sauereisen, Inc S—Gard 21 ORS LA County 4210-1.33 I 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series I 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I01/31/06 Coatings f Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I Sewer - Coatines/Polvurethane I I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A. -I. USA, Inc. D0251P02(Composite Body) 2" I I I Sewer - Pipes/Concrete I * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * EI-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item #95 P laribele,- ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment Svstem (Method)33-31-23 (01/18/13) M System PIM Corporation Polyethylene PIM Corp., Piscam Way, 11.1. Approved Previously I Connell Systems �PRS McLat Construction Polyethylene Houston, Texas Approved Previously I I Systems Trcnchless Replacement Svstem Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fiberglass Reinforced/ 33-31-13(1/8/13) I 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hates Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM 133262/133754 I I 03/22/10 3331 13 Fiberglass Pipe (FREI Amcron Bondstrand RPMP Pipe ASTM D3262/1)3754 I I 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM 133262/133754 I ASTM D3262, ASTM D3681, 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 I 3331 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 I * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pioe 4/14/05 Polymer Modified Concrete Pro, Amrtech USA Meyer Polycrete Pipe AS— C33, A276, -11 8" to 102", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/131 * High-dens�ry polyethylene pipe Phillips Dnscooipe, hp:. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -ma ty polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-densnv polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1� DR -Id PVC Pressure Pipe Pipch. letstream PVC Pressure Pipe AW WA C900 4" thou 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 11" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Won Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Graytty Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer PiJ7e 1-M Man ufacturin\v�Co, Ina (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Finings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Finings Plastic Trends, Ina.(Weadake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Aoelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer Ppe Aoelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 11" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Auour^enances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc 202B 1"1" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"1" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"1" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1%" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 111101. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I, B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSE 61, 1/21/2.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSE 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSE 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 1553ON ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steep JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steep JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steep Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 1.11.7 E-1-12 DryBarrel Fire Hydrant Mueller Company A423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/97 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. national Spec Size Water - Pioes/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" AW WA C900, AW WA C605, 0.314 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 0.314 33-11-U PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AW WA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AW WA C900 16"-24" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AW WA C900 4"-12" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AW WA C900 16"-24" AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSIMSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AW WA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AW WA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AW WA C900 4"- 12" Water - PinesNalves & Fittings/Ductile Iron Fittines 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AW WA C 110 * E1-07 Ductile Iron Fittings McWane/lyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C 111 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWAC 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box CoXin-Flange Uni-Flange Series 1400 AW WA CI I IIC153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box CoXin-Flange Uni-Flange Series 1500 Circle -Lock AW WA CI I IIC153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWAC111/CI16/C153 4"to12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA CI11/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI11/C116/C153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA CI I IIC153 4" to 10" 03/06/19 33-I1-I1 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 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 CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP .3119118 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retaner Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-1141 Mechanical Joint Retaner Glands SIP Industnes(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. [Classsification Manufacturer Water Pines & Fittings/Resilient Seated Gate 33-12-20 (05/13/151, Model No. national Spec Size - alves Resilient Wedged Gate Valve w/no Gears alve* American Flow Control Series 2500 Drawing # 94-20247 16" I I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Senes 2520 & 2524 (SD 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AW WA C509 4" to 12" I I 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 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 We Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Nora 3) 05/08/91 E1-26 Resilient Seat eedd Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Mcuoseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FI—Master Gat. Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - Pioes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I * EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger I 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmahc American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" I 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" I I 09/03/24 I 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfly Valve Class 250B AW WA C-504 24" - 48" I I Water - Polvethvlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasmcnt Fl-sol Packaging Fulton Enterprises AW WA C105 8 it LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 IPolvethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I Water - SamnlinH Station I 03/07/23 33 12 50 lWater Sampling Station Kupf le Foundry Company Eclipse, Number 88, 12-inch Depth ofBury As shown in spec. 33 12 50 09l02F24 3344-M - Sampling Statio is, hie -D NL, ReezeThis Proof, I !asp for Lacking Access Hatch product removed Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydrosami d HG2-A-IN--2-PVC-018-LPLG(Perno,... ) 04/09/21 Automated Flushing System KupliMe Foundry Company Eclipse #9800wc 04/09/21 I Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) I The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6 CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTAR INC.