Loading...
HomeMy WebLinkAbout064612-PM1 - Construction-Related - Contract - Spur Wildflower Development, L.P. and PCI ConstructionPROJECT MANUAL FOR THE CONSTRUCTION OF WATER, SANITARY SEWER, PAVING, DRAINAGE AND STREET LIGHT IMPROVEMENTS FOR TRADITION, PHASE 6A City Project No. 106270 IPRC25-0138 FID# 30114-0200431-106270-E07685 W-4031 Mattie Parker Mayor Jesus "Jay" Chapa 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 January 2026 GM civil Engineering & Surveying 2559 SW Grapevine Pkwy. Grapevine, Texas 76051 817.329.4373 01/14/2026 CSC No. 64612-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFTCATTON DOCUMENTS Page 1 of 6 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn�� r�.,:�.,�:,.� �,. �:aao,.� nn � i i� r���..,,,.�:,.r� . a• �� �o � �o tltl�t�7tl R•'v�vnrr 00 42 43 Proposal Form Unit Price 8A-4�� � nn nc i i �:,a,ao.-., v.-o,,,,.,i:�:,,.,�;,,r>., pV�TT 00 45 12 Prequalification Statement nn� �;aao,- o,-o,,,,.,i;f;,.,,r;�r n�ri;,.,,*;�r 00 45 26 Contractor Compliance with Workers' Compensation Law gg�5-4.g ra:�,...:�. �,,.,:�o�� ���o......:�o r_,.,,i 00 52 43 Agreement 00 61 25 Certificate of Insurance 00 62 13 Performance Bond 00 62 14 Payment Bond 00 62 19 Maintenance Bond gg�gg �- v� o..,, i�,,,, ,a:.; ,.,, � 8A�3-88 �„rrio...,or+.,,-., r�„ra;*;�r� 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects Division Ol - General Requirements O1 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 ] 9 Preconstruction Meeting �9 p,.,,;o,.+ n�oo*;r,.� O1 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Tnspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization O1 71 23 Construction Staking O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Last Revised 03/20/2020 03/20/2020 04/02/2014 OS/22/2019 04/02/2014 04/02/2014 09/O 1 /2015 03/09/2020 04/02/2014 08/21/2018 06/16/2016 07/O 1/2011 O1/31/2012 O1/31/2012 O1/31/2012 ll/15/2017 07/O1/2011 O1/10/2013 Last Revised 12/20/2012 08/30/2013 08/30/2013 07/O1 /2011 08/30/2013 08/30/2013 08/30/2013 03/20/2020 07/O l /20l l 07/O l /2011 07/O 1 /2011 03/20/2020 04/07/2014 04/07/2014 04/07/2014 04/07/2014 04/07/2014 04/07/2014 04/07/2014 Tradition Phase SA CPN #105444 00 00 00 STANDARD CONSTRUCTION SPECIFTCATTON DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE CITY OF FORT WORTH Tradition Phase SA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN#105444 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFTCATTON DOCUMENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn://fortworthtexas.�ov/tuw/contractors/ or https://apps.fortworthtexas.gov/Proi ectResources/ Division 02 - Existin� Conditions � 02 41 13 Selective Site Demolition � 02 41 14 Utiliry Removal/Abandonment � 02 41 15 Paving Removal Division 03 - Concrete � 03 30 00 Cast-ln-Place Concrete � 03 34 13 Controlled Low Strength Material (CLSM) � 03 34 16 Concrete Base Material for Trench Repair � 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical � 26 OS 00 Common Work Results for Electrical I7ti�o Tlv,�.,,1:�;,,.-. F.- �'Iv„r.-:,..,I C.,.,�o.�,� � 26 OS 33 Raceways and Boxes for Electrical Systems � 26 OS 43 Underground Ducts and Raceways for Electrical Systems � 26 OS 50 Communications Multi-Duct Conduit Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassiiied Excavation � i�� � � ��o ��s 31 25 00 Erosion and Sediment Control �-88 C�ie��s 31 37 00 Riprap Division 32 - Exterior Improvements �� ni i � no....,,,rorr n..r�..,i+ o.,.,;r,. po�,,;,- �-L—P,--rT �� ni i Q rr�,�„.�,-,,..., n �,.t,,,ir o,,.,;r,. no,.,,:,- �� 32 O 1 29 Concrete Paving Repair �� i i �� �io.,;�.io �„�o r,,,,...,o., �� 32 11 29 Lime Treated Base Courses �7 (�'o,�.o,-,+ T,-o.,+o.a R.,�o !''�.,,,-�o., �� i i�� r; ,;a rr,-o„�oa c�;i c�„�.;t;-,o,- �--r-r� ���o ���;�ra�t �:�g �� i � �� n �..ti.,i� n,,.,:�,. r...,,.i, cv.,i.,��., �� 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants �7 1 A 1 ti �,-:,.1� T T.-.;+ D.,,,:.�... �o � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Last Revised 12/20/2012 12/20/2012 02/02/2016 12/20/2012 12/20/2012 12/20/2012 12/20/2012 11 /22/2013 I2�2��2� I Z 12/20/2012 07/O 1 /2011 02/26/2016 12/20/2012 O 1 /28/2013 O 1 /28/2013 O 1/28/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 � 2�2��2� I Z 08/21 /2015 12/20/2012 12/20/2012 12/20/2012 06/OS/2018 12/20/2012 12�20�2012 Tradition Phase SA CPN #105444 00 00 00 STANDARD CONSTRUCTION SPECIFTCATTON DOCUMENTS Page 4 of 6 ���� �,-r-�-^~^�~o+��a�' ar� r-„�.o..� .,�a ��.,��o., r_„��o..� �'�� ilz.v�r�,��* "� 2� i � �c r,,.-� n aa,- �-rrz� �crrF1; �c'�'Y.�al � �� r�,.,;� �or,.o., „ra r�„*o� �''�o �c�oc�i� �a�es ���� �x�,,,,a �or„v., .,�,a r�.,.o., �7 '2'1 1 � !-'.,�� :.�. Dl.,.,o /''..,-.,.«o�o Dv�.,;,-.:.�... �I7.,11� �� 32 91 ] 9 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding �''�� �oziar� Flm�bz Division 33 - Utilities 33 Ol 30 Sewer and Manhole Testing 33 O1 31 Closed Circuit Television (CCTV) Inspection ���o ����� �ltr��i.�„ „��.,;.,�:�,. c�•�,�r ✓�rre�rs 3J-�J--�B T,.:.�� �,,.�,7:.,,, .,.�,7 T71o„r.-;,..,I T.,,,I.,�:,.,� 22 nn 1 1 ('',,,,,,,,,,;,,«, r',�.-,r,-„1 To�r cr.,r;,,.-.� �T �"�`t�t� TA.,.T,-,o�;,,,�, A,-,.�,lo !`.,+1,�.a;,. D,-,��o,.�;,,,.. C.,��o,�, �gq-�g Tv,....,...,,,.. �xT„�cr E�•�i�s 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 33 OS 12 Water Line Lowering 33 OS 13 Frame, Cover and Grade Rings — Cast Iron �� n c i� i n �,..,,,, v r -n k{�l,�s �vs��€ �--v�-r�v i—m-rr�c0`IC� :�1. '�" 33 OS 14 Adjusting Manholes, ]nlets, Valve Boxes, and Other Structures to Grade � ��o r�„r,...o.o �x�.,+o.. � �.,,, t+� � ��T r,.h,...o.o r„� �.,,.� 33 OS 20 Auger Boring �"tl�-�� T,,,-.„ol i : o.- Dl.,�o 33 OS 22 Steel Casing Pipe � ��� �d 'T'u�r`.�ing 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate �� r �*;i;+., rn.,,-i,o,-�ir � .,+,.,-� 33 OS 30 Location of Existing Utilities 33 11 OS Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe �� � � 1� c911c1'c���Yc��l�i��l���ac'li' �z�i �zpp�c'�zr�ccci �•'1;,�,70,- T.,,�o ?i� ? ? 1'I �to� Pi��o :�i.�� 33 12 10 Water Services 1-inch to 2-inch ✓� i � 11 r., o�x�,,.o,. r,ro�o..., 33 12 20 Resilient Seated Gate Valve �} A\x7\7l! A D„l.l.o,- Co.,to,l D„++o.-41., tl.,l.,o� 33 12 25 Connection to Existing Water Mains ���o r,,,..,�;�.,.:,.� n:.. ��.,�.,o t�oa .✓r�,'�i�� �.. D,.�„�.,o �x�„�cr fif,t�r�a 33 12 40 Fire Hydrants CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 10/OS/2016 11 /22/2013 1 1 /04/2013 12/20/2012 12/20/2012 12/20/2012 06/OS/2018 12/20/2012 12/20/2012 12/20/2012 12/20/2012 03/03/20] 6 12/20/20l 2 I2�2��2� I Z I2�2��2� I Z 12�20�2012 07/O 1 /2011 02/06/2013 12/20/2012 12/12/2016 12/20/2012 O 1 /22/2016 O 1/22/2016 12/20/2012 12/20/2012 1 2/20/2012 12/20/2012 I2�2��2� � 2 12/20/2012 12/20/2012 06/ 19/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 11/16/2018 12�20�2012 12/20/2012 02/14/2017 12/20/2012 12/20/2012 12�20�2012 02/06/2013 12/20/2012 O 1 /03/2014 Tradition Phase SA CPN #105444 00 00 00 STANDARD CONSTRUCTION SPECIFTCATTON DOCUMENTS Page 5 of 6 �8 �EltCP �7uP�� � C� ���o ,�tar��.t� �,... „����„i„o n ��o...�.i.. �� �'',,,-0,7 ;,-. Dl.,,.o D:,.o /(�'IDDI 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers ✓� � 1 c u:,.� r�v�.,:.., n„i. v�t�. io�o ��'�n�� nl�� �.. c.,�:�.,..., co.,,o.. � � 33 31 20 Polyvinyl Chloride (PVC) Graviry Sanitary Sewer Pipe D..I....:.�.. 1(''l,l..«;.�lo /D[7(''\ (''1.,.,0.�1 D,-..F:lo !'',-.,.,:r.. C.,.�.:�.,«. Co.r o �� '21 71 �LT � ����L C�nv�iIIUTTLAI�QG�P�l �l�i �..ILI��� � Cnv..4nv., Co.. o« D.v.o T.'v.�n«i.o.v.ov.4 �� � i cn c.,�:.,,..., co.. o.. co...,:,.o r„��o„�;,,r� „�a co...,:,.v r: �o � 22�-�;-To ��T�lli!l.::;,,r n;,- ��.,l.,o �,- c„r;r,,.�., co..,o,- �,,,-,.o nn.,;r� �8 �„�+ ;r oi,,,,o �,.�,.,-oro nn.,r�.,,io.. 33 39 20 Precast Concrete Manholes ���o �'ib��l�o n�e�es �9-49 �x�„��o., .,�o,- n,.,.o.,., r�..,...�.o.. i�x� n r� ���o ��rr� T i� �� Fi.�-�tze7,, co..,o.. e*n,,.+,,,-o� 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts �� ^�i Zi��'�crra�. n,.i.,o��,.,iv�o ��'�D�) Di����� r,1�;i� �� n�i no:�� ..,,o,a n,.i.,o��,io�o i�D�) Di�e �--4-F-88 Fi�3tv��:a� �-A� ���i�rn '.ar�..�� � �-A� ��a'� 'Jr���� � 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 �n n i i n rr...,��;,. c:,��.,i� �o �n n�� n^,+t-� �,,.,or� n r�rr,-„iier�� 2n n�vz nir.,,.t...,o.,r [� rry,�.,r,-„llo,- s�€i��C-&��ei� 2 � n�nv-Z-� �Ti.r��,.L..-., o.-, r!` C„4'rc=avzric-�p€£��� �n ni i i c� c•,.�.,i., �r ���r� '�5�; � �n�� no...,..,;�,. rr,-„�r� f�il�t��'�Z �/1 1'. 1` �t�.��ul�� R�i3 F�l�,�l�irr.�e� �^�^'-'�� ��`i:�y I1r,`ii�� 34 41 20 Roadway Illumination Assemblies �n n i �n ni n..�o,.:.,i r�r� n,,.,,�.: r �� �� .�a�iruiras �n n�� �,.vo.. ., , r �r� n,,.,a..,.,., �.1��'i�.1F9S 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs �n n i cn c;r,�io ra„ao �;�.o,. n.-,.:,, �„�.io �o 34 71 13 Traffic Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Revised March 20, 2020 12/20/2012 06/ 19/2013 � 2�2��2� I Z 12/20/2012 12/20/2012 06/19/2013 12�20�2012 1 G/G0/GO � G 1 2�20�2012 04/26/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 07/O 1 /2011 12/20/2012 11/13/2015 12/20/2012 07/O1/2011 07/O1/2011 12/20/2012 12/20/2012 07/O 1 /20ll 10/l2/2015 12/18/2015 �2�2�IZ 01�2012 11 /22/2013 12/20/2012 11/22/2013 11/22/2013 12/20/2012 06/15/2015 06/ 15/2015 06/] 5/2015 11/12/2013 02/26/20] 6 11 /22/2013 Tradition Phase SA CPN #105444 00 00 00 STANDARD CONSTRUCTION SPECIFTCATTON DOCUMENTS Page 6 of 6 Appendix �-�0'_ :4�.ti.t:J-✓.k�s GC-4.02 Subsurface and Physical Conditions F�-49�I T.m���� r�.�,�!i��es �-4.95 Li�:����i�ri��ri��r*��3iti�n at fite �-H-��.� l� � od �1.�,��a� r���,�-�:iz���J.��� �� �x�,,,ro n.,�o� a- = �(YI n,..,,.:.., .,ra T T�;,;+:,,.. � ,.�„ra; „�• GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Tradition Phase SA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #105444 Revised March 20, 2020 DIVISION 00 GENERAL CONDITIONS UTILITIES SECTION 00 d2 43 Developer A�varded Projects - PROPOSAL FORM Tradition South Phase 6A, Cit}' Project # 106270 UNIT PRICG BID Project Item Infonna�ion [tem I Description a,_ Water Facilities 1 0241.1118 4"-12" Pressure Plug 2 3305.0003 8" Wateriine Lowering 3 3305.0109 Trench Safety 4 3305.1003 20" Casing By Open Cut 5 3311.0001 Ductile Iron Water Fittings w/ Restraint 6 3311.0241 8" PVC Water Pipe , 7 3312.0001 Std. Fire Hydrant Assembly w/ 6" Gate Valve & Valve Box 8 9312.0117 Connection to Existing 4"-12" Water Main 9 3312.2003 1" Water Service (Domestic) 10 3312.2Qp3 1" Water Service Qrrigation) 11 3312.3003 8" Gate Valve & Valve Box 12 4" PVC Irrigation Sleeve Water Subtotal Sanitary Sewer Facilities 13 3301.0002 Post-CCN Inspection 14 3301.0101 Vacuum Test Manholes 15 3305.0109 Trench Safety 16 3305.0113 Trench Water Stops 17 3305.1003 20" Casing By Open Cut 18 3331.3101 SDR-26 4" Sewer 5ervices 19 3331.4115 8" SDR-26 PVC Sewer Pipe 20 3331.4116 8" PVC Sanitary Sewer Pipe w/ CSS Backfill 21 3331.4119 8" DIP Sewer Pipe 22 3339.1001 4' Std. Dia. Manhole 23 3339.1003 4' Extra Depth Manhole 24 9999.p001 ConneCt to Existing 8" S.S. 25 9999.0002 Core into Existing 8" S.S.M.H. 26 9999.Q003 Remove and Replace Concrete Pavement 27 3301.0004 Finai Manhole CCTV Inspections Sanftary Sewer Subtotal Specificatic�n I iJnit af I Bid Section No. Measure Quantity 02 41 14 33 05 12 33 05 10 33 05 22 33 11 11 33 11 10, 33 11 12 33 12 40 33 12 25 331210 33 12 10 33 12 20 EA EA LF LF TON LF EA EA EA EA EA LF 3 11 5,194 20 1 5,194 9 6 143 1 12 100 33 01 31 33 01 30 33 05 10 33 05 15 33 05 22 33 31 50 33 11 10, 33 31 12, 33 31 20 33 11 1a, 33 11 12 33 11 10 33 39 10, 33 39 20 33 39 10, 33 39 20 00 00 00 00 00 00 00 00 00 33 01 31 Bidders Proposal Unit Price ( Bid Value $519A0 $8,000.00 $0.10 $174.10 $30,247.00 $41.A0 $8,030.00 $1,345.00 $1,348.00 $1,270.00 $2,372.00 $19.00 $1,557.00 $88,000.00 $519.40 $3,482.00 $30,247.00 $215,031.60 $72,270.00 $S,Q70.00 $192, 764.00 $1, 270.00 $28,464.00 $1,900.00 $6a3,575.00 LF 4596 $3.50 $16,086.00 EA 35 $189.00 $6,615.00 LF A596 $0.60 $2,757.60 EA 12 $991.00 $11,892.00 LF 10 $218.50 $2,185.00 EA 142 $1,170.00 $166,140A0 LF 4346 $59.20 $257,283.20 LF LF EA VF EA EA SY �A 206 44 35 144 2 4 68 35 $133.60 $159.00 $4,052.00 $185.00 $1,746.00 $4,036.00 $158.Q0 $236.Q0 $27,521.60 $6,996.00 $141,820.00 $26,640A0 $3,492.00 $16,144.00 $9,164.Q0 $8,260.00 $702,996.40 ( �I'f Y UP PV It�f AvUR�PI I 'I'mdn inn �uulh PhnFe ! q h'fAND�RI) C/)NS'1'2UCT1()N RID PRUPUtiAi. I)IiVIiI.UP1iR A\VA12I>IiD 1'Itc)1F:C"C� Cilv 1'rnjca k IM�27�1 Pnmi Rcvis<� Innuary dv. Z021� lN) d? A? tiid I'r.,��mai SCCTIUN 00 d2 d3 Developer Awarded Projects - PROPOSAL FORM Tr�dition South Phase 6A, Ciq- Project 1! IOG270 LINIT PRICC 131D Project I�em Informa�ion Item I Description Specification I Unit of I Bid Section No. Measiue Quantity 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Storm Drain Subtotal Storm Drain Facilities 0241.3016 Remove 27" Storm Line 3137.0104 Medium Riprap, dry 3305.0109 Trench Safety 3305.0112 Concrete Collar 3341.0201 21" RCP, Class III 3341.0205 24" RCP, Class III 3341.0302 30" RCP, Class III 3341.0309 36" RCP, Class III 3341.0402 42" RCP, Class III �3349.0001 4' Storm Junction Box �3349.0002 5' Storm Junction Box �3349.4109 36" SET, 1 pipe I3349.4111 42" SET, 1 pipe �3349.5001 1D' Curb Inlet �3349.5002 15' Curb Inlet I9999.0001 Connect to Ex. 30" R.C.P. �9999.0002 Connect to Ex. 27" R.C.P. �3301.0012 Post-CCTV Inspection of Siorm Drain 02 41 14 31 37 00 33 05 10 33 05 17 33 41 10 33 41 10 33 41 10 33 41 10 34 41 10 33 49 10 33 49 10 33 49 40 34 49 40 33 49 20 33 49 20 00 00 00 00 00 00 33 01 32 LF SY LF EA LF LF LF LF LF EA EA EA EA EA EA EA EA LF 5 153 2,230 5 248 904 868 129 81 6 1 1 1 10 6 1 1 2,230 Water/Sanitary SewerlStorm Drain Facilities Subtotal Bid Summary Water/Sanitary, Sewer/Storm Drain F'acilities Subtotal Total Bid This bid is submitted by the entity listed below: Company: PCI Construction, Inc. SUeetAddress: 405 Interchange Street City, State, Zip Code: McKinney, TX 75071 Bidder's Proposal Unit Price I Did Value $15.00 $99.00 $0.20 $319.00 $69.90 $78.50 $106.30 $151.50 $205.40I $6,301.00� $8,697.00� $2,897.00� $2,785.00� $8,437.00� $11,033.00� $1,805.00 � $1,746.00� $2.35� $75.00 $15,147.00 $446.00 $1,595.00 $17, 335.20 $70,964.00 $92,268.4a $19, 543.50 $16,637.40 $37,806.00 $8,697.00 $2,897.00 $2,785.00 $84,370.00 $66,198.00 $1, 805.00 $1, 746.00 $5,240.50 $445,556.00 � $1,792,127.40� � $1,792,127.40� $1,792,127.40 By: / � /� `�gn jt�ur Tille: /i_C���1��� Dale'� � �� /� /8 - �-� Conlr�clor ngrees lo complefe \1'ORK for PINAL ACCCPTAIYCC wilhiu CONTRACT commences lu run ns provided in Ihe Gencrnl Condilions. GND OI' SGCTfON SS �corl<ing dnys after Ilie dnte whe�� 16c cnYurrcnti wcHtill r�.��r��,��� s„���i� ri,:�.�• an ti f�Nl)ARI) C'(7Nti'1'Rl ICl'If)N IiII) I'H()I'U�AI..DI:VI?I.� )19iR �\VAIiI)Iil)1'Itl)JI•:C'fl Ci1�' I'ri�jccl q IIK�27U I�nmi K.�i.e�)enuai�' 2�1.1Uin ' lN)4 ? J 1_II�J I'ra��w�.��l ooaz iz DAP PREQUALIFICATION STATEMENT Page l of I S�CTION 00 42 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete tl�e information below by identifying the prequalified contractors and/or sul�contractors whom they intend to utilize foc tlle major woi•k type(s) listed. In the "Maior Work Tvue" box urovide the comulete maior work tvne and actual descriation as provided bv the Water Department for watea� and sewer and TPW for uavine. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water/Sewer/Storm Drains PCI Construction 04/30/2026 The �uldersigned hereby certifies that the contractors and/or subcontractoi•s described in the table above are currently p��equalified for the work types listed. BIDD�R: PCI Ca�astruction 405 Interchange Street McKinney, TX 75071 BY: Ke� Gerstenkor _ � _ _ __. % (Signature) TITLE: President DATE: /� ��� / 6 �ND OF SECTION CITY OF FORT WORTH Tradition Phase 6A, CPN 106270 STANDARD CONSTRUCTION PREQUALIFICATION STATEMEN7 — DEVELOPER AWARDED PROIECTS 00 42 12_Prequalification Statement 2015_DAP Form Version September 1, 2015 00 45 26- I CONTRACTORCOMPLIANCE WITH W02KER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMA[,IANCE W[TH WORKER'S COMPENSATION LAW Pursuant to Texas LaUor Code Section 406.096(a), as amended, Contractor certifies that it provides worl<er's compensation insurance coverage for all of its employees employed on City Project No. 106270 . Contractor further certifies that, puisuant 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: PCI Construction Company 405 Interchan�e Sh•eet Address McKinnev. TX 75071 City/State/Zip THE STATE OF TEXAS COUNTY OF By: Kevin Gerstenkorn % �'" � � �. — -� Signature: � � Title: President BEFORE ME, tlle undersigned authority, on this day personally appeaced Kevin Gerstenko�n , nown to me to be the person whose name is subscribed to the foregoing inst�•umeiit, and acknowledged to ane tf�at he executed the same as tlle act and deed of PCI Construction for the pw•poses and consideration tl�erein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFtCE this 14 January 2026. > P _ ,_' _ - � ,�,5;: `"`+:^-,;: BREE MITCHELL {;�.�,�' ��" My I�olary I� I� 1239M14675 ;'`'� r E`�' Expires Septembcr 2fi, 2027 day of �<D �-r'�- �. Notary Public in and for the State of Texas END OF S�CTION C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS 2evised April 2, 201�1 Traditio�� Phase 6A City Project # 106270 on sz as - i Developer Awarded Project Agreement P�ge I of4 SECTIQN 0� S2 43 AGREEMENT THIS AGR��MENT, authorized o�1 January 14, 2026 Developer, Snur W 7dflower Develonment, L.P. Texas and Contractor•, PCI Coixstt�uction , acting by and thro«gh its duiy authorized re}�resentative. is made by and between tl�e . authorized to do business in authorized to do business in Texas, Developer and Contractor, in consideration of the mutual covenants hereinaft�r set forth, agree as follows: Article 1, WORIC Conti�actor shall coinplete all Work as specified or indicated in tl�e Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under tl�e Contract Documents n�ay be the whoIe oc on(y a part is geneeally dcscribed as fallows: Ti�rtrlition P{tase 6A Crt�� P��oiect #106270 FID #30114-0200931-106270-E07685 W-403.1' Article 3. CONTRACT TIME 3,1 Time is of the essence, All time lin�its for Milestones, if any, and Final Aeceptance as stated in the Contract Docum���ts are of the essence to this Conti�act. 3,2 Final Acceptance. The Work will Ue co�n�lete for Final Acceptance within 55 warking days after the date when the Contract Time commences to run as provided in Paragi•ap(� 12.04 of tlie Standai�d City� Conditions nf the Construetion Contract for Developer Awarded Projects, 3.3 Liqiaidated damages Contractor reco�nizes that time is of the essence of this Agreement and that Developer will suffer fif�ancial loss if the Work is not co�npleted within the ti�r�es specitied in Paragraph 3.2 above, plus any extea�sioi� the�•eof allowed i�� accarda�lce with Ar•ticle 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Pi•ojects. The Cantractai• also recognizes the delays, expense and difficulties involved in proviug in a legal proceeding the actt�al loss sl�ffered by the Developer if the Work is nat completed on tiinc. Accordingly, instead pf c•equiring any such pr'aof , Coaltractor agrees that as liquidated damages for delay (but not as a penalty), Cont►•actor shall pay Developec Ttvo Huudi•ed & I+iftv Dollars (�250.00) foc each day that e�pires after the time speci�ed in Paragraph 3.2 for Final Acceptance until the City issues tha Final Letter of Acceptance. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCT[ON SP�C1F]CAT10N DOCUNI�NTS —DAP City 1'�'oject #f06270 Revised June IG,2016 oosza3-2 Developer Awarded Projeci ligreement Page 2 ot'4 Article 4. CONTRACT PRIC� Developer agrees to pay Cantracto�� for pei•formatice of the Worlc in accordance with the Coniract Dncwnents an amount in current funds of One Millioii. Seven Hundr•ed Ninetv-Two Thousand, One Hundred atid Twentv-Seven Dollars and Fort�� Cents($1,792,12?.4U1 Article 5. CONTRACT DOCUM�NTS S.1 CONT�N'i'S: A. The Contract Documents which coj��prise the entire agreement between Developer and Contractor concerning ihe Work consist of the fo}lowing: 1. This Agceeane��t. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer} 1) Proposal Focm (DAP Version) 2) Prequali%catioai Statement b. Ins�u'ance ACORD Foem{s) c. Payment Bo��d (DAP Version} d. Performailca Bond (DAP Version} e, Mair�te�aance F3o�ad (DAP Versio») f Power of Attorney for the Bands �. Worlcec's Compensation Affidavit 3, Standarci City General Coizditions of the Construction Cnntract for Developer Awarded I'rojects, 4. Speeifieations specifically made a part of the Contract Dacu�nents by attachznent oa•, if not attached, as inccarporated by reference and descz•ibed in the Table af Contents of the I'y�oject's Contract Docun�ents. 5. Drawings. 6. Addencla. 7. Doctunentation submitted by Coi�tractat� prior to Notice of Award. 8, The following which may be dclivered oa� issued after the Effective L?ate of the A�ree�nent and, if issued, beeome an incorpot�ated part of the Contract Docutne�ats: a, Notice to Proceed. l�. Field Orders. a Change (7rders. d. Letter of Final Acceptance. � C]TY OF FORT WpRTH S'CANBAftD CONSTRUC'CION SPECIPICATI�N DOCUMENTS —QAP Revised June I6, 2016 �I� f. Tradition Phase 6A City Project#]06270 00 S2 43 - 3 I�eveloper A�varded Projecf Agreeuient Pagc 3 of 4 Article 6. INDEMNIFICATION 6,1 Contractor covenants aud agi�ees to indemnify, hold harmless and defend, at its own expense, tlze city, its of�cers, servants and employees, fi•om and �gainst any ac�d all claims arising out of, or alleged to arise aut of, the wat•It and se��v�ces to be performec� by the contractoi•, its officeis, agents, employees, subcoutractoi•s, licenses or invitees u�idei� this contract, This indemni�c�tion nrovision is sneci�callv intended to onerate ar�d be �fafective even if it is alle�ed or rrt�oven th�t all or some of tlie dama�es bein� sou�ht wei•e c:�used, in whole or in aa�•t, bv anv act. omission or x�esli�ence of the citv. Tliis 'rndemnity provision is intended to include, without limit�tion, indemnity for costs, expenses and leg�l fees i�icuri•ed by the city in defending against sucli elaims and causes o� actions. 6.2 Contractor covenants and ag►•ees to indemnify a�id liold harmless, at its own expense, the city, its of�cers, servants and em�loyees, from and against any and ali loss, damage or destruction of property of the cify, arising out of, or alleged ta at•ise c�ut of, the woz•1c and services to be perforn�ed by the contractor, its of�cers, agents, employees, subcontractoi•s, ]icensees or invitees under tliis contraet. This indemnif�caticrn provisian is snecificallv intenc�ed to or�erate �nd be effective even if it is alle�ed or nroven that all or some of the dama�es bein� son�ht Fvere caused, in whole or in nart, bv anv act, omissian oi• ne�li�ence of the citv. Article 7. MISC�LLAN�OUS 7.1 Terms. Te�•ens useci in tl�is Ag�•ee�nent are deiined in Article 1 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 7�2 Assignment of Coutract. This Ag�•eejnent, including aJI of the Contract Docum�nts may not be assigned by the Contractor without the advanced express written consent of the Developer, 7.3 Successors and Assigns. Developer and Contractor each binds itseif, its partners, successors, assigns and legal represe�ltatives to the otl�er pai�ty 1lereto, in cespect to a(1 covet�ants, agreeitients ancl abligations contained in the Contract Docume�lts. 7.4 Severability. Any provisioi� or �ai•t of tl�e Coi�tract Qocumeilts held ta be unconstitutional, void ot• unenforceable by a cou►•t of coulpetent jurisdiction shall be deemed stricken, and all remaining provisions s11a11 continue to be valid a�id binding upon DEVELOPER and CONTRACTOR. 7.5 GovErning Law and Venue. This Agreement, including ail of the Contract Documents is perforrnable in the State of TeYas. Venue shall be Tarrant County, Tet�as, oi• the UG�ited States �ist�•ict Court foa� tlie Northern District of Texas, Foi�t Worth Division. CITY OF FORT WORTH TrAdition Phase 6A STANDARD CONSTRUCTION SPECII�ICA"I�ION DOCUMElvTS -0AP City Aroject#t06270 Revised Jwie 16, 2016 00 52 43 - 4 Dcveloper A�vairded Project Agreement P�ge 4 of 4 7.6 Authority to Sign. Contractoc shall attach evidence of authority to sign Agceement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOP, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: PCI Construction Developer: Spur Wildflower Development, L.P. � B ' By: _ (Si�nature) � Kevin Gerstenkorn (Printed Name) Title: President Company Name: PCI Co�ish•uction Address: 405 Interchange Street McICinne,y, TX 75071 Date: January 14, 2026 Title: . �J (Signatu►�e) —� � °�`^ � (Printed Name) /��� � Company Name: Spur Wildflowei• Development, L.P. Address: 9�40 To�vn Cente�• Plcwy, Suite 200 Lalcewood Ranch, FL 34202 Date: January 14, 2026 C1TY OF FORT WORTH STANDA2D CONSTRUCTION SPECIFICAT[ON DOCUMENTS —DAP Revised June 16, 2016 Tradition Pl�ase 6A City Project # 106270 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATI ON, NONRENEWAL OR MATERIAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITYCOVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 6 o days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the SChedule is intended as a Cou1'tesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 07 14 Forms and Endorsements Schedule Policy Number: CPP20111442202 Effective Date: 07/O1/2025 Named Insured: PCI CONSTRUCTION, INC. Form Number Description COMMON FORMS IL 00 21 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL Ol 68 03 12 TEXAS CHANGES - DUTIES IL 09 85 12 20 DISCLOSURE PURSUANT TO TERRORISM RISK INSURANCE ACT IL 80 00 09 86 MULTIPLE POLICY ENDORSEMENT IL 70 66 07 14-BLK(BLANKET)NOTICE OF CANCELLATION, NONRENE[nTAL OR MATERIAL CHANGE - THIRD PARTY CG 20 37 04 13 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS CG 21 70 O1 15 CAP ON LOSSES FROM CERTIFIED ACTS OF TERRORISM CG 24 04 05 09 [�TAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US CG 70 42 04 03 ASBESTOS EXCLUSION ENDORSEMENT COMMERCIAL GENERAL LIABILITY IL 09 11 11 85 SUPPLEMENTAL TO RETROSPECTIVE PREMIUM ENDORSEMENT - FINAL PREMIUM COMPUTATION IL 09 18 04 84 RETROSPECTIVE PREMIUM ENDORSEMENT - ONE YEAR PLAN - MULTIPLE LINES IL 09 18 10 93 RETROSPECTIVE PREMIUM ENDORSEMENT - ONE YEAR PLAN - MULTIPLE LINES CG 00 O1 04 13 COMMERCIAL GENERAL LIABILITY COVERAGE FORM CG O1 03 06 06 TEXAS CHANGES CG 20 10 04 13 ADD'L INSURED-OWNERS, LESSEES OR CONTRACTORS/SCHEDULED PERSON OR ORGANIZATION CG 20 26 12 19 ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION CG 21 60 09 98 EXCLUSION - YEAR 2000 COMPUTER-RELATED AND OTHER ELECTRONIC PROBLEMS CG 21 67 12 04 FUNGI OR BACTERIA EXCLUSION CG 21 86 12 04 EXCLUSION - EXTERIOR INSULATION AND FINISH SYSTEMS CG 22 34 04 13 EXCLUSION - CONSTRUCTION MANAGEMENT ERRORS AND OMISSIONS CG 22 79 04 13 EXCLUSION - CONTRACTORS - PROFESSIONAL LIABILITY CG 25 03 05 09 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT CG 25 04 05 09 DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT CG 26 39 12 07 TEXAS CHANGES - EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 40 32 05 23 EXCLUSION - PERFLUOROALKYL AND POLYFLUOROALKYL SUBSTANCES (PFAS) CG 70 45 11 09 TEXAS REPAIR AND REWORK COV: EXP INDEM FOR REPAIR OF YOUR PRODUCT OR YOUR WORK CG 70 63 04 17 TEXAS CONTRACTORS GENERAL LIABILITY EXTENSION ENDT CG 71 34 04 05 BODILY INJURY DEFINITION MODIFICATION CG 71 52 06 18 EXCLUSION-CONTROLLED INSURANCE PROGRAM WITH RESIDUAL COVERAGE EXCEPTION CG 71 55 02 14 ELECTRONIC DATA LIABILITY CG 71 66 08 11 TOTAL POLLUTION EXCLUSION [nTITH EXCEPTIONS FOR BUILDING HEAT, COOLING AND DEHUMD CG 73 24 03 23 CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT - FORM A EMPLOYEE BENEFITS LIABILITY EB 70 O1 11 97 EMPLOYEE BENEFITS LIABILITY COVERAGE FORM EB 73 05 10 99 TEXAS AMENDED CANCELLATION AND NONRENEWAL - EMPLOYEE BENEFITS LIABILITY COV FORM EB 73 06 10 99 TEXAS - NOTICE OF SETTLEMENT ENDORSEMENT - EMPLOYEE BENEFITS LIABILITY COVERAGE IL DS 71 O1 09 06 Page 1 of 1 POLICY NUMBER: CPP20111442202 COMMERCIAL GENERAL LIABILITY CG 25 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Location(s): BLANKET - ALL LOCATIONS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I— Coverage A, and for all medical expenses caused by accidents under Section I— Coverage C, which can be attributed only to operations at a single designated "loca- tion" shown in the Schedule above: 1. A separate Designated Location General Aggregate Limit applies to each designated "location", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Location General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except dam- ages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Loca- tion General Aggregate Limit for that desig- nated "location". Such payments shall not re- duce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Location General Aggre- gate Limit for any other designated "location" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Location General Aggre- gate Limit. CG 25 04 05 09 O Insurance Services Office, Inc., 2008 Page 1 of 2 ❑ B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I— Coverage A, and for all medical expenses caused by accidents under Section I— Coverage C, which cannot be attrib- uted only to operations at a single designated "location" shown in the Schedule above: C When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Location Gen- eral Aggregate Limit. For the purposes of this endorsement, the Defi- nitions Section is amended by the addition of the following definition: "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. 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available D under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Location General Aggregate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 O Insurance Services Office, Inc., 2008 CG 25 04 05 09 � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT I TABLE OF CONTENTS Page I 1. Additional Definitions 9 � 2. Aggregate Limits Per Location � 3. Aggregate Limits Per Project � 4. Blanket Contractual Liability — Railroads � 5. Broadened Bodily Injury Coverage � 6. Broadened Knowledge Of Occurrence � 7. Broadened Legal Liability Coverage For Landlord's Business Personal Property � 8. Broadened Liability Coverage For Damage To Your Product And Your Work � 9. Broadened Who Is An Insured 10. Co-Employee Bodily Injury Coverage for Managers, Supervisors, Directors or Officers [see provision 9, Broadened Who Is An Insured, paragraph 2.a.(1)� � 11. Contractual Liability — Personal And Advertising Injury � 12. Damage To Premises Rented To You — Specific Perils and Increased Limit � 13. Designated Completed Projects — Amended Limits of Insurance � 14. Extended Notice Of Cancellation And Nonrenewal � 15. Incidental Malpractice Liability � 16. Increased Medical Payments Limit � 17. Mobile Equipment Redefined � 18. Nonowned Watercraft � 19. Product Recall Expense � 20. Property Damage Liability — Alienated Premises � 21. Property Damage Liability — Elevators And Sidetrack Agreements 22. Property Damage Liability — Property Loaned To The Insured Or Personal Property In The Care, Custody And Control Of The Insured � 23. Reasonable Force — Bodily Injury or Property Damage � 24. Supplementary Payments � 25. Transfer Of Rights (Blanket Waiver Of Subrogation) � 26. Unintentional Failure To Disclose Hazards Includes copyrighted material of Insurance Services Office, Inc. 7 6 3 10 8 7 10 3 4 3 7 11 8 6 7 9 3 2 2 2 2 10 3 8 8 CG 70 63 04 17 Page 1 of 11 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I— COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement are excess over any valid and collectible insurance (including any deductible) available to the insured, whether primary, excess or contingent (SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is changed accordingly). Provisions 1. through 6. of this endorsement amend the policy as follows: 1. PROPERTY DAMAGE LIABILITY — ALIENATED PREMISES A. Exclusion j. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY — ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3), (4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 3. PROPERTY DAMAGE LIABILITY — PROPERTY LOANED TO THE INSURED OR PERSONAL PROPERTY IN THE CARE, CUSTODY AND CONTROL OF THE INSURED A. Exclusion j. Damage to Property, paragraphs (3) and (4) are deleted.. B. Coverage under this provision 3. does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 4. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses" that you incur for the "covered recall" of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. 2. 3. 4. 5. 6. r� 8. Failure of any products to accomplish their intended purpose; Breach of warranties of fitness, quality, durability or performance; Loss of customer approval or any cost incurred to regain customer approval; Redistribution or replacement of "your producY', which has been recalled, by like products or substitutes; Caprice or whim of the insured; A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; Recall of "your product(s)" that have no known or suspected defect solely because a known or suspected defect in another of "your product(s)" has been found. B. Under SECTION III — LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as follows and paragraph 8. is added: 3. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of: Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 11 CG 70 63 0417 a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of "bodily injury" and "property damage" included in the "products-completed operations hazard" and b. "Product recall expenses". 8. Subject to paragraph 5. above [of the CGL Coverage Form], $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. 5. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto Or Watercraft, paragraph (2) is deleted and replaced with the following: [This exclusion does not apply to:] (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry any person or property for a charge; 6. BLANKET CONTRACTUAL LIABILITY — RAILROADS Under SECTION V— DEFINITIONS, paragraph c. of "Insured ContracY' is deleted and replaced by the following: C. Any easement or license agreement; Under SECTION V— DEFINITIONS, paragraph f.(1) of "Insured ContracY' is deleted. 7. CONTRACTUAL LIABILITY — PERSONAL AND ADVERTISING INJURY Under SECTION I— COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 8. SUPPLEMENTARY PAYMENTS Under SECTION I— SUPPLEMENTARY PAYMENTS — COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $5,000 for 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. We do not have to furnish these bonds. 9. BROADENED WHO IS AN INSURED SECTION II — WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 3 of 11 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insured for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 10. of this endorsement. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to your "employees" who are: (i) Managers; (ii) Supervisors; (iii) Directors; or (iv) Officers; with respect to "bodily injury" to a co-"employee". (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership orjoint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 11 CG 70 63 0417 Any person or organization, including any manager, owner, lessor, mortgagee, assignee or receiver of premises, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises or land leased to you, including common or public areas about such premises or land if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy or lease that premises or land; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. g. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodily injury" or "property damage" included within the "products-completed operations hazard." h. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, is an insured with respect to any "occurrence" that takes place after the equipment lease expires. Any architect, engineer, or surveyor engaged by you under a written contract but only with respect to liability arising out of your premises or "your work." However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph i. does not apply if a separate Additional Insured endorsement providing liability coverage for architects, engineers, or surveyors engaged by you is attached to the policy. If the written contract or written agreement requires primary and non-contributory coverage, the insurance provided by paragraphs f. through i. above will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 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 end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 5 of 11 c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed under a written contract to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; C. Any physical or chemical change in "your producY' made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "your product"; g. "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This paragraph 4. does not apply to any insured person or organization from which you have acquired "your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". This paragraph 4. also does not apply if a separate Additional Insured endorsement, providing liability coverage for "bodily injury" or "property damage" arising out of "your producY' that is distributed or sold in the regular course of a vendor's business, is attached to the policy. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 10. INCIDENTAL MALPRACTICE LIABILITY As respects provision 9., SECTION II — WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III — LIMITS OF INSURANCE, provisions 11. through 14. of this endorsement amend the policy as follows: 11. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 11 CG 70 63 0417 12. AGGREGATE LIMITS PER LOCATION The General Aggregate Limit applies separately to each of your locations, but only when required by written contract or written agreement. As respects this provision 12., your locations are premises you own, rent or use 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. However, your locations do not include any premises where you, or others acting on your behalf, are performing construction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A. SECTION III — LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III — LIMITS OF INSURANCE and is the greater of: 1. $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. B. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU — SPECIFIC PERILS AND INCREASED LIMIT A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION I— COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a"specific peril" or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III -- LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I— COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. E. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 15. BROADENED LEGAL LIABILITY COVERAGE FOR LANDLORD'S BUSINESS PERSONAL PROPERTY Under SECTION I— COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, j. Damage to Property, the first paragraph following paragraph (6) is deleted and replaced with the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to a landlord's business personal property that is subject to, or part of, a premises lease or rental agreement with that landlord. The most we will pay for damages under this provision 15. is $10,000. A$250 deductible applies. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 16. through 18. of this endorsement amend the policy as follows: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 7 of 11 16. BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence" or an offense by your "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge of the "occurrence" or offense. 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. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by this Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by this Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 18. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, 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. However, if the insured has waived rights to recover through a written contract, or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 19. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 11 CG 70 63 0417 Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. c. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 20. MOBILE EQUIPMENT REDEFINED Under SECTION V— DEFINITIONS, paragraph 12. "Mobile equipmenY', paragraph f. (1) does not apply to self-propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 21. ADDITIONAL DEFINITIONS SECTION V— DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury," "property damage," or "personal and advertising injury," including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a"suit" on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V— DEFINITIONS is amended by the addition of the following definitions: c. d. e. 0 "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your producY' has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your producY' for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; Remuneration paid to regular employees for necessary overtime or authorized travel expense; Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; Rental of necessary additional warehouse or storage space; Packaging of or transportation or shipping of defective products to the location you designate; and Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 9 of 11 (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". 22. REASONABLE FORCE — BODILY INJURY OR PROPERTY DAMAGE Under SECTION I— COVERAGE A., paragraph 2. Exclusions, subparagraph a. Expected Or Intended Injury is deleted and replaced with the following: [This insurance does not apply to:] a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 23. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under SECTION I— COVERAGE A., paragraph 2. Exclusions, exclusion k. Damage to Your Product and exclusion I. Damage to Your Work are deleted and replaced with the following: [This insurance does not apply to:] k. Damage to Your Product "Property damage" to "your producY' arising out of it or any part of it, except when caused by or resulting from: (1) Fire; (2) Smoke; (3) "Collapse"; or (4) Explosion. For purposes of exclusion k. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products-completed operations hazard". This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Fire; (b) Smoke; (c) "Collapse"; or (d) Explosion. For purposes of exclusion I. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 11 CG 70 63 0417 Subject to 5. above [of the CGL Coverage Form], $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of "property damage" to "your product" and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product-completed operations hazard". This sublimit does not apply to "property damage" to "your work" if the damaged work, or the work out of which the damage arises, was performed on your behalf by a subcontractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTION V— DEFINITIONS, the definition of "bodily injury" is deleted and replaced with the following: 3. "Bodily injury" a. Means physical: (1) Injury; (2) Disability; (3) Sickness; or (4) Disease; sustained by a person, including death resulting from any of these at any time. b. Includes mental: (5) Anguish; (6) Injury; (7) Humiliation; (8) Fright; or (9) Shock; directly resulting from any "bodily injury" described in paragraph 3.a. c. All "bodily injury" described in paragraph 3.b. shall be deemed to have occurred at the time the "bodily injury" described in paragraph 3.a. occurred. 25. DESIGNATED COMPLETED PROJECTS — AMENDED LIMITS OF INSURANCE When a written contract or written agreement between you and another party requires project-specific limits of insurance exceeding the limits of this policy; A. for "bodily injury" or "property damage" that occurs within any policy period for which we provided coverage; and B. for "your work" performed within the "products-completed operation hazard"; and C. for which we previously issued Amendment Of Limits Of Insurance (Designated Project Or Premises) CG 71 94 either during this policy term or a prior policy term; and D. that designated project is now complete; the limits of insurance shown in the CG 71 94 schedule will replace the limits of insurance of this policy for the designated project and will continue to apply for the amount of time the written contract or written agreement requires, subject to the state statute of repose of the project location. These limits are inclusive of and not in addition to the replaced limits. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 11 of 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP20111442202 Agency Number 0775315 Policy Effective Date o�/oi/2o2s Policy Expiration Date o�/oi/2o26 Named Insured PCI CONSTRUCTION, INC Date o�/oi/aoas Agency MULLIS NEWBY HURST Account Number 11151825 Issuing Company AMERISURE MUTUAL INSURANCE COMPANY A. SECTION II - WHO IS AN INSURED is amended to add as an additional insured: 1. Any person or organization with whom you have agreed in a"written agreemenY' that such person or organization be added as an additional insured on this policy, and any other person or organization you are required to add as an additional insured under such "written agreemenY'. 2. If "your work" began under a written letter of intent or written work order, any person or organization who issued the written letter of intent or written work order, but: a. such coverage will apply only for 30 calendar days following the date the written letter of intent or written work order was issued; and b. the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the written letter of intent or written work order. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. For the purposes of the coverage provided by this endorsement, a"written agreemenY' means a written contract or written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. The insurance provided by this endorsement does not apply to any person or organization that is specifically listed as an additional insured on another endorsement attached to this policy. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 1 of 3 B. The coverage provided to any person or organization added as an additional insured pursuant to Paragraph A.1 is limited as follows: 1. If the "written agreemenY' specifically and exclusively requires you to name the person or organization as an additional insured using the ISO CG 20 10 endorsement with edition dates of 11 85 or 10 01, or the ISO CG 20 37 10 01 endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" for that insured by or for you. 2. If the "written agreement" requires you to name the person or organization as an additional insured using the ISO CG 20 10 and or CG 20 37 endorsements without specifically and exclusively requiring the 11 85 or 10 01 edition dates, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf. 3. If the "written agreemenY' requires you to name the person or organization as an additional insured for operations arising out of your work and does not specify an ISO additional insured endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of your acts or omissions, or the acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreemenY'. This coverage does not apply to liability arising out of the sole negligence of the additional insured unless specifically required in the "written agreemenY'. 4. If none of the above paragraphs apply, then the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreemenY'. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. However, the insurance afforded to such additional insured only applies to the extent permitted by law. C. The insurance provided to an additional insured under this endorsement does not apply to: "Bodily injury" or "property damage" included in the "products-completed operations hazard" unless the "written agreement" specifically requires such coverage (including by specifically requiring the CG 20 10 11 85). To the extent the "written agreemenY' requires such coverage for a specified amount of time, the coverage provided by this endorsement is limited to the amount of time required for such coverage by the "written agreemenY'. 2. "Bodily injury", "property damage", or "personal and advertising injury" arising out of an architecYs, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: a. The preparing, approving, or failing to prepare or approve: (1) Maps; (2) Drawings; (3) Opinions; (4) Reports; (5) Surveys; (6) Change orders; CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 2 of 3 (7) Design specifications; and b. Supervisory, inspection, or engineering services. D. The limits of insurance that apply to the additional insured are the least of those specified in the "written agreemenY' or declarations of this policy. Coverage provided by this endorsement for any additional insured shall not increase the applicable Limits of Insurance shown in the Declarations. The limits of insurance that apply to the additional insured are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. E. With respect to the coverage provided by this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self-insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if the "written agreemenY' requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 3 of 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATI ON, NONRENEWAL OR MATERIAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITYCOVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 6 o days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the SChedule is intended as a Cou1'tesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 07 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided underthe BUSINESSAUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified bythe endorsement. The premium for this endorsement is $$250 . 00 1. BROAD FORM INSURED SECTION II - LIABILITY COVERAGE, A.1. Who Is An Insured is amended bythe addition of the following: d. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or a majority interest, will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured" under any other policy or would be an "insured" but for its termination or the exhausting of its limit of insurance. e. Any"employee" ofyours using: (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned bythe "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured underthis paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree in a written contract, written agreement or permit, to provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is issued prior to the "bodily injury" or "property damage"; (2) To any person or organization included as an insured by an endorsement or in the Declarations; or (3) To any lessor of "autos" unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" is leased without a driver; and Includes copyrighted material of Insurance Services Office, Inc. CA 71 1811 09 Page 1 of 5 (c) The lease had not expired. Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily injury" or "property damage" for which an "insured" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policywas written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS - SUPPLEMENTARY PAYMENTS Under Section II - LIABILITY COVERAGE, A2.a. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follows: (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accidenY' we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred bythe "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II - LIABILITY COVERAGE, B. EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Anyfellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers, managers, supervisors or above. Coverage is excess over any other collectible insurance. b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of paragraph a. above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If any of your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, forthe purpose of doing yourwork. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. B. Under SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 5 CA 71 1811 09 (2) Specified Causes of Loss, only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision, only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $2,000. C. Under SECTION IV— BUSINESSAUTO CONDITIONS, B. General Conditions, 5. Other Insurance, paragraph b. is replaced by the following: b. For Hired Auto Physical Damage, the following are deemed to be covered "autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employees" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liabilitycompany), or members of their households. 5. LOAN OR LEASE GAP COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If a covered "auto" is owned or leased and if we provide Physical Damage Coverage on it, we will pay, in the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered "auto", less: (a) The amount paid under the Physical Damage Section of the policy; and: (b) Any: (1) Overdue lease or loan payments including penalties, interest or other charges resulting from overdue payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) Securitydeposits not refunded bya lessor; and (5) Carry-over balances from previous loans or leases. 6. RENTAL REIMBURSEMENT Under SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, paragraph a. Transportation Expenses is deleted and replaced bythe following: a. Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense incurred by you because of covered "loss". We will pay only for those covered "autos" for which you carry Collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay fortransportation expenses incurred during the period beginning 24 hours after the covered "loss" and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". This coverage is in addition to the otherwise applicable coverage you have on a covered "auto". No deductibles apply to this coverage. Includes copyrighted material of Insurance Services Office, Inc. CA 71 1811 09 Page 3 of 5 (2) This coverage does not apply while there is a spare or reserve "auto" available to you for your operation. 7. AIRBAG COVERAGE Under SECTION III - PHYSICAL DAMAGE, B. EXCLUSIONS, paragraph 3. is deleted and replaced by the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered bythis insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tires. 8. GLASS REPAIR—WAIVEROF DEDUCTIBLE Section III — PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLISION COVERAGE— WAIVER OF DEDUCTIBLE Under Section III - PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: When there is a loss to your covered "auto" insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto" insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, paragraph a. is deleted and replaced bythe following: a. You must see to it that we are notified as soon as practicable of an "accidenY', claim, "suiY' or "loss". Knowledge of an "accidenY', claim, "suiY' or "loss" by your "employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you are a limited liabilitycompany) has knowledge of the "accident", claim, "suit" or "loss". Notice should include: (1) How, when and where the "accidenY' or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accidenY' or "loss" to impair them. However, if the "insured" has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 71 1811 09 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS , B. General Conditions , paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. iK�3�1►1:/=rt�%1�/�:7_Lr]�.��1:Za�:��_11�[�1��:7�iL�1�'�.1�[d�1�Ll_x�L�7�\h�1��:�:Z11�:Z�1_1�%'� When required by written contract or written agreement, the definition of "insured contracY' is amended as follows: The exception contained in paragraph H.3. relating to construction or demolition operations on or within 50 feet of a railroad; and Paragraph H.a. are deleted with respect to the use of a covered "auto" in operations for, or affecting, a railroad. Includes copyrighted material of Insurance Services Office, Inc. CA 71 18 11 09 Page 5 of 5 POLICY NUMBER: CA 20551441902 COMMERCIALAUTO CA 71 65 0911 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY INSURED CONTRACT OR CERTIFICATE This endorsement modifies insurance provided under the BUSINESSAUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below. Endorsement Effective: 07/01/2025 Countersigned By: Named Insured: PCI CONSTRUCTION, INC. (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) 1. Section I I— Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any person or organization with whom you have an "insured contract" which requires: i. that person or organization to be added as an "insured" under this policy or on a certificate of insurance; and ii. this policy to be primary and non-contributory to any like insurance available to the person or organization. Each such person or organization is an "insured" for Liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "insured contracY'. 2. Section IV — Business Auto Conditions, B. General Conditions, 5. Other Insurance, paragraph d. is deleted and replaced by the following for the purpose of this endorsement only: d. When coverage provided under this Coverage Form is also provided under another Coverage Form or policy, we will provide coverage on a primary, non-contributory basis. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy Number: CU 20111482201 Account Number: 11151825 N/R: CU 20111482101 Group Name: Business Type: CORPORATION Item 1. Insured Name: PCI CONSTRUCTION, INC. Insured Mailing Address: P.O. BOX 2967 MCKINNEY, TX 75070 Premium: Taxes and Surcharges: Total : Item 2. Policy Period From 07/01/2025 to 07/01/2026 12:01 A.M. standard time at your mailing address shown above. Business Description: UTILITY CONTRACTOR Item 3. The Limits of Insurance, subject to all terms of this policy are: a �7 c Each Occurrence Limit Personal & Advertising Injury Limit (Any one person or organization) Aggregates Products - Completed Operations Bodily Injury By Disease All Other Hazards, except liability arising from the ownership, operations, maintenance, entrustment or use of an "auto". Self-Insured Retention Item 4. Premium Computation (If not subject to audit) Flat Premium Charge (If subject to audit) Minimum Premium Estimated Exposure Rate Item 5. Endorsements Attached to this Policy: Rating Basis SEE ATTACHED FORMS and ENDORSEMENTS SCHEDULE Item 6. Minimum Policy Charge $5,000,000 $5,000,000 $5,000,000 $5,000,000 $5,000,000 0 Total Estimated Premium In the event of cancellation by you, we shall retain no less than the amount shown above as the Minimum Policy Charge. Countersigned by: Authorized Representative Umbrella Liability Policy Company: AMERISURE INSURANCE COMPANY Branch: DALLAS BRANCH Agency Code: 0775315 Producer: MULLIS NEWBY HURST CU DS 70 00 04 14 Issue Date: 07/01/2025 SCHEDULE OF UNDERLYING INSURANCE The Schedule of Underlying Insurance is part of Policy No. CU 20111482101 Carrier, Policy Number, Policy Period AMERISURE MUTUAL INSURANCE COMPANY WC 20111452202 o�/oi/zozs - o�/oi/aoz6 AMERISURE MUTUAL INSURANCE COMPANY WC 21019260902 o�/oi/zoz5 - o�/oi/aoz6 AMERISURE MUTUAL INSURANCE COMPANY CPP 20111442202 o�/oi/aoa5 - o�/oi/aoa6 AMERISURE MUTUAL INSURANCE COMPANY CPP 21019250902 07/O1/2025 - 07/01/2026 AMERISURE MUTUAL INSURANCE COMPANY CA 20551441902 o�/oi/aoa5 - o�/oi/aoa6 AMERISURE MUTUAL INSURANCE COMPANY CA 21019240902 07/O1/2025 - 07/01/2026 AMERISURE MUTUAL INSURANCE COMPANY CPP 20111442202 o�/oi/aoas - o�/oi/zoa6 AMERISURE MUTUAL INSURANCE COMPANY CPP 21019250902 o�/oi/zozs - o�/oi/zoz6 Type of Policy Standard Workers Compensation and Employers Liability Standard Workers Compensation and Employers Liability General Liability Limits of Liability Employers Liability $i,000,000 $1,000,000 $1,000,aoo Employers Liability $i,000,000 $1,000,000 $i,000,aoo Bodily Injury by Accident - each accident Bodily Injury by Disease - each employee Bodily Injury by Disease - policy limit Bodily Injury by Accident - each accident Bodily Injury by Disease - each employee Bodily Injury by Disease - policy limit Each Occurrence $1,000,000 Personal & Advertising Injury (Any one person or organization) $i,000,000 Aggregates $2, 000, o0o General Aggregate $2, 000, o0o Products - completed operations Aggregate General Liability Each Occurrence $1,000,000 Personal & Advertising Injury (Any one person or organization) $1,000,000 Automobile Liability Automobile Liability Employee Benefits Liability Employee Benefits Liability Aggregates $2,000,000 Sa,000,000 Each Accident $1,000,000 Each Accident $1,000,000 General Aggregate Products - completed operations Aggregate $i, 000, o0o Each Employee $1, 000, o0o Annual Aggregate $i, 000, o0o Each Employee $1, 000, o0o Annual Aggregate CU DS 71 02 04 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATI ON, NONRENEWAL OR MATERIAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITYCOVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 6 o days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the SChedule is intended as a Cou1'tesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 07 14 POLICY NUMBER: CU 20111482201 COMMERCIAL LIABILITY UMBRELLA CU24031219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION REQUIRED BY WRITTEN CONTRACT OR CERTIFICATE OF INSURANCE Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 9. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CU 24 03 12 19 O Insurance Services Office, Inc., 2018 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY WRITTEN AGREEMENT This endorsement modifies insurance provided under the following: ��% �I�.d.i�d_�.:Z�/_1��./_1-1.L���'l�J���1-�.:����_��%��1=1:7_�rl �.��]:�di With respect to any additional insured coverage provided under this policy, or by any endorsement to this policy, SECTION IV — CONDITIONS, paragraph 5. Other Insurance is deleted and replaced by the following: 5. Other Insurance a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self-insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if a"written agreement" requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. For the purposes of the coverage provided by this endorsement, a"written agreemenY' means a written contract or written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. CU 74 67 03 23 Includes copyrighted material of the Insurance Services Offices, Inc with its permission Page 1 of 1 �� � I ur POLICY NUMBER WC 20111452202 AMERISURE MUTUAL INSURANCE COMPANY WC 00 00 01 A(01-10) NCCI Code No.15660 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INFORMATION PAGE Issuing Office DALLAS BRANCH Renewal of Agent Producer WC 20111452102 0775315 MULLIS NEWBY HURST Item 1. Name of Insured and Address. For Additional Named Insureds, Individual Partnership See Extension of Information Page - Item 1- Named Insureds X Corporation or PCI CONSTRUCTION, INC. P.O. BOX 2967 FEIN 752800959 MCKINNEY, TX 75070 INTRA NO. Tx 420653727 INTER NO. CUSTOMER NO. 11151825 GROUP: For Other Workplaces Not Shown Here, See Extension of Information Page - Item 1- Other Workplaces Item 2. Policy Period: from 07/01 /2025 TO 07/01 /2026 12:01 A.M. Standard time at the insured's mailina address Item 3. A. Worker's Compensation Insurance: Part One of the policy applies to the Workers Compensation Law of the states listed here: OK TX B. Employers Liability Insurance: Part Two of the Policy applies to work in each state listed in Item 3A. The limits of our liability under Part Two are: Bodily Injury by Accident: $1,000,000 each accident Bodily Injury by Disease: $1,000,000 each employee Bodily Injury by Disease: $1,000,000 policy limit C. Other States Insurance: Part Three of the policy applies to the states, if any, listed here: All States and U.S. territories except North Dakota, Ohio, Washington, Wyoming, Puerto Rico, the U.S. Virgin Islands, and states designated in 3.A. of the Information Page. D. This policy includes these endorsements: SEE EXTENSION OF INFORMATION PAGE - Item 3D - Endorsement Schedule Item 4. The Premium for this policy will be determined by our Manual of Rules, Classifications, Rates and Rating Plans. All information required below is subject to verification and change by audit. ADJUSTMENTS OF PREMIUM SHALL BE MADE ANNUALLY PAID LOSS RETROSPECTIVE RATING PLAN Countersigned This Issue Date 07/01/2025 Day of ,20 — — — — — — �- — — — — INSURED COPY Authorized Representative WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 0.020 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 7/1/2025 Policy No.WC20111452202 Endorsement No.O Insured Premium $ Insurance Company Countersigned by WC420304B (Ed. 6-14) OO Copyright 2014 National Council on Compensation Insurance, Inc. AII Rights Reserved. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US Number of Days Notice 60 For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation is increased to the number of days shown in the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organization The Name of Person or Organization is any person or organization holding a certificate of insurance issued for you, provided the certificate: 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of insurance. I L 70 45 05 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATI ON, NONRENEWAL OR MATERIAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITYCOVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 6 o days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the SChedule is intended as a Cou1'tesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 07 14 Forms and Endorsements Schedule Policy Number: CPP20111442202 Effective Date: 07/O1/2025 Named Insured: PCI CONSTRUCTION, INC. Form Number Description COMMON FORMS IL 00 21 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL Ol 68 03 12 TEXAS CHANGES - DUTIES IL 09 85 12 20 DISCLOSURE PURSUANT TO TERRORISM RISK INSURANCE ACT IL 80 00 09 86 MULTIPLE POLICY ENDORSEMENT IL 70 66 07 14-BLK(BLANKET)NOTICE OF CANCELLATION, NONRENE[nTAL OR MATERIAL CHANGE - THIRD PARTY CG 20 37 04 13 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS CG 21 70 O1 15 CAP ON LOSSES FROM CERTIFIED ACTS OF TERRORISM CG 24 04 05 09 [�TAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US CG 70 42 04 03 ASBESTOS EXCLUSION ENDORSEMENT COMMERCIAL GENERAL LIABILITY IL 09 11 11 85 SUPPLEMENTAL TO RETROSPECTIVE PREMIUM ENDORSEMENT - FINAL PREMIUM COMPUTATION IL 09 18 04 84 RETROSPECTIVE PREMIUM ENDORSEMENT - ONE YEAR PLAN - MULTIPLE LINES IL 09 18 10 93 RETROSPECTIVE PREMIUM ENDORSEMENT - ONE YEAR PLAN - MULTIPLE LINES CG 00 O1 04 13 COMMERCIAL GENERAL LIABILITY COVERAGE FORM CG O1 03 06 06 TEXAS CHANGES CG 20 10 04 13 ADD'L INSURED-OWNERS, LESSEES OR CONTRACTORS/SCHEDULED PERSON OR ORGANIZATION CG 20 26 12 19 ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION CG 21 60 09 98 EXCLUSION - YEAR 2000 COMPUTER-RELATED AND OTHER ELECTRONIC PROBLEMS CG 21 67 12 04 FUNGI OR BACTERIA EXCLUSION CG 21 86 12 04 EXCLUSION - EXTERIOR INSULATION AND FINISH SYSTEMS CG 22 34 04 13 EXCLUSION - CONSTRUCTION MANAGEMENT ERRORS AND OMISSIONS CG 22 79 04 13 EXCLUSION - CONTRACTORS - PROFESSIONAL LIABILITY CG 25 03 05 09 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT CG 25 04 05 09 DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT CG 26 39 12 07 TEXAS CHANGES - EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 40 32 05 23 EXCLUSION - PERFLUOROALKYL AND POLYFLUOROALKYL SUBSTANCES (PFAS) CG 70 45 11 09 TEXAS REPAIR AND REWORK COV: EXP INDEM FOR REPAIR OF YOUR PRODUCT OR YOUR WORK CG 70 63 04 17 TEXAS CONTRACTORS GENERAL LIABILITY EXTENSION ENDT CG 71 34 04 05 BODILY INJURY DEFINITION MODIFICATION CG 71 52 06 18 EXCLUSION-CONTROLLED INSURANCE PROGRAM WITH RESIDUAL COVERAGE EXCEPTION CG 71 55 02 14 ELECTRONIC DATA LIABILITY CG 71 66 08 11 TOTAL POLLUTION EXCLUSION [nTITH EXCEPTIONS FOR BUILDING HEAT, COOLING AND DEHUMD CG 73 24 03 23 CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT - FORM A EMPLOYEE BENEFITS LIABILITY EB 70 O1 11 97 EMPLOYEE BENEFITS LIABILITY COVERAGE FORM EB 73 05 10 99 TEXAS AMENDED CANCELLATION AND NONRENEWAL - EMPLOYEE BENEFITS LIABILITY COV FORM EB 73 06 10 99 TEXAS - NOTICE OF SETTLEMENT ENDORSEMENT - EMPLOYEE BENEFITS LIABILITY COVERAGE IL DS 71 O1 09 06 Page 1 of 1 POLICY NUMBER: CPP20111442202 COMMERCIAL GENERAL LIABILITY CG 25 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Location(s): BLANKET - ALL LOCATIONS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I— Coverage A, and for all medical expenses caused by accidents under Section I— Coverage C, which can be attributed only to operations at a single designated "loca- tion" shown in the Schedule above: 1. A separate Designated Location General Aggregate Limit applies to each designated "location", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Location General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except dam- ages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Loca- tion General Aggregate Limit for that desig- nated "location". Such payments shall not re- duce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Location General Aggre- gate Limit for any other designated "location" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Location General Aggre- gate Limit. CG 25 04 05 09 O Insurance Services Office, Inc., 2008 Page 1 of 2 ❑ B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I— Coverage A, and for all medical expenses caused by accidents under Section I— Coverage C, which cannot be attrib- uted only to operations at a single designated "location" shown in the Schedule above: C When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Location Gen- eral Aggregate Limit. For the purposes of this endorsement, the Defi- nitions Section is amended by the addition of the following definition: "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. 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available D under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Location General Aggregate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 O Insurance Services Office, Inc., 2008 CG 25 04 05 09 � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT I TABLE OF CONTENTS Page I 1. Additional Definitions 9 � 2. Aggregate Limits Per Location � 3. Aggregate Limits Per Project � 4. Blanket Contractual Liability — Railroads � 5. Broadened Bodily Injury Coverage � 6. Broadened Knowledge Of Occurrence � 7. Broadened Legal Liability Coverage For Landlord's Business Personal Property � 8. Broadened Liability Coverage For Damage To Your Product And Your Work � 9. Broadened Who Is An Insured 10. Co-Employee Bodily Injury Coverage for Managers, Supervisors, Directors or Officers [see provision 9, Broadened Who Is An Insured, paragraph 2.a.(1)� � 11. Contractual Liability — Personal And Advertising Injury � 12. Damage To Premises Rented To You — Specific Perils and Increased Limit � 13. Designated Completed Projects — Amended Limits of Insurance � 14. Extended Notice Of Cancellation And Nonrenewal � 15. Incidental Malpractice Liability � 16. Increased Medical Payments Limit � 17. Mobile Equipment Redefined � 18. Nonowned Watercraft � 19. Product Recall Expense � 20. Property Damage Liability — Alienated Premises � 21. Property Damage Liability — Elevators And Sidetrack Agreements 22. Property Damage Liability — Property Loaned To The Insured Or Personal Property In The Care, Custody And Control Of The Insured � 23. Reasonable Force — Bodily Injury or Property Damage � 24. Supplementary Payments � 25. Transfer Of Rights (Blanket Waiver Of Subrogation) � 26. Unintentional Failure To Disclose Hazards Includes copyrighted material of Insurance Services Office, Inc. 7 6 3 10 8 7 10 3 4 3 7 11 8 6 7 9 3 2 2 2 2 10 3 8 8 CG 70 63 04 17 Page 1 of 11 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I— COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement are excess over any valid and collectible insurance (including any deductible) available to the insured, whether primary, excess or contingent (SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is changed accordingly). Provisions 1. through 6. of this endorsement amend the policy as follows: 1. PROPERTY DAMAGE LIABILITY — ALIENATED PREMISES A. Exclusion j. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY — ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3), (4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 3. PROPERTY DAMAGE LIABILITY — PROPERTY LOANED TO THE INSURED OR PERSONAL PROPERTY IN THE CARE, CUSTODY AND CONTROL OF THE INSURED A. Exclusion j. Damage to Property, paragraphs (3) and (4) are deleted.. B. Coverage under this provision 3. does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 4. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses" that you incur for the "covered recall" of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. 2. 3. 4. 5. 6. r� 8. Failure of any products to accomplish their intended purpose; Breach of warranties of fitness, quality, durability or performance; Loss of customer approval or any cost incurred to regain customer approval; Redistribution or replacement of "your producY', which has been recalled, by like products or substitutes; Caprice or whim of the insured; A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; Recall of "your product(s)" that have no known or suspected defect solely because a known or suspected defect in another of "your product(s)" has been found. B. Under SECTION III — LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as follows and paragraph 8. is added: 3. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of: Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 11 CG 70 63 0417 a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of "bodily injury" and "property damage" included in the "products-completed operations hazard" and b. "Product recall expenses". 8. Subject to paragraph 5. above [of the CGL Coverage Form], $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. 5. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto Or Watercraft, paragraph (2) is deleted and replaced with the following: [This exclusion does not apply to:] (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry any person or property for a charge; 6. BLANKET CONTRACTUAL LIABILITY — RAILROADS Under SECTION V— DEFINITIONS, paragraph c. of "Insured ContracY' is deleted and replaced by the following: C. Any easement or license agreement; Under SECTION V— DEFINITIONS, paragraph f.(1) of "Insured ContracY' is deleted. 7. CONTRACTUAL LIABILITY — PERSONAL AND ADVERTISING INJURY Under SECTION I— COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 8. SUPPLEMENTARY PAYMENTS Under SECTION I— SUPPLEMENTARY PAYMENTS — COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $5,000 for 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. We do not have to furnish these bonds. 9. BROADENED WHO IS AN INSURED SECTION II — WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 3 of 11 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insured for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 10. of this endorsement. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to your "employees" who are: (i) Managers; (ii) Supervisors; (iii) Directors; or (iv) Officers; with respect to "bodily injury" to a co-"employee". (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership orjoint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 11 CG 70 63 0417 Any person or organization, including any manager, owner, lessor, mortgagee, assignee or receiver of premises, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises or land leased to you, including common or public areas about such premises or land if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy or lease that premises or land; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. g. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodily injury" or "property damage" included within the "products-completed operations hazard." h. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, is an insured with respect to any "occurrence" that takes place after the equipment lease expires. Any architect, engineer, or surveyor engaged by you under a written contract but only with respect to liability arising out of your premises or "your work." However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph i. does not apply if a separate Additional Insured endorsement providing liability coverage for architects, engineers, or surveyors engaged by you is attached to the policy. If the written contract or written agreement requires primary and non-contributory coverage, the insurance provided by paragraphs f. through i. above will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 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 end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 5 of 11 c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed under a written contract to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; C. Any physical or chemical change in "your producY' made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "your product"; g. "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This paragraph 4. does not apply to any insured person or organization from which you have acquired "your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". This paragraph 4. also does not apply if a separate Additional Insured endorsement, providing liability coverage for "bodily injury" or "property damage" arising out of "your producY' that is distributed or sold in the regular course of a vendor's business, is attached to the policy. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 10. INCIDENTAL MALPRACTICE LIABILITY As respects provision 9., SECTION II — WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III — LIMITS OF INSURANCE, provisions 11. through 14. of this endorsement amend the policy as follows: 11. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 11 CG 70 63 0417 12. AGGREGATE LIMITS PER LOCATION The General Aggregate Limit applies separately to each of your locations, but only when required by written contract or written agreement. As respects this provision 12., your locations are premises you own, rent or use 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. However, your locations do not include any premises where you, or others acting on your behalf, are performing construction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A. SECTION III — LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III — LIMITS OF INSURANCE and is the greater of: 1. $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. B. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU — SPECIFIC PERILS AND INCREASED LIMIT A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION I— COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a"specific peril" or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III -- LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I— COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. E. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 15. BROADENED LEGAL LIABILITY COVERAGE FOR LANDLORD'S BUSINESS PERSONAL PROPERTY Under SECTION I— COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, j. Damage to Property, the first paragraph following paragraph (6) is deleted and replaced with the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to a landlord's business personal property that is subject to, or part of, a premises lease or rental agreement with that landlord. The most we will pay for damages under this provision 15. is $10,000. A$250 deductible applies. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 16. through 18. of this endorsement amend the policy as follows: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 7 of 11 16. BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence" or an offense by your "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge of the "occurrence" or offense. 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. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by this Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by this Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 18. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, 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. However, if the insured has waived rights to recover through a written contract, or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 19. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 11 CG 70 63 0417 Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. c. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 20. MOBILE EQUIPMENT REDEFINED Under SECTION V— DEFINITIONS, paragraph 12. "Mobile equipmenY', paragraph f. (1) does not apply to self-propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 21. ADDITIONAL DEFINITIONS SECTION V— DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury," "property damage," or "personal and advertising injury," including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a"suit" on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V— DEFINITIONS is amended by the addition of the following definitions: c. d. e. 0 "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your producY' has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your producY' for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; Remuneration paid to regular employees for necessary overtime or authorized travel expense; Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; Rental of necessary additional warehouse or storage space; Packaging of or transportation or shipping of defective products to the location you designate; and Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 9 of 11 (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". 22. REASONABLE FORCE — BODILY INJURY OR PROPERTY DAMAGE Under SECTION I— COVERAGE A., paragraph 2. Exclusions, subparagraph a. Expected Or Intended Injury is deleted and replaced with the following: [This insurance does not apply to:] a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 23. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under SECTION I— COVERAGE A., paragraph 2. Exclusions, exclusion k. Damage to Your Product and exclusion I. Damage to Your Work are deleted and replaced with the following: [This insurance does not apply to:] k. Damage to Your Product "Property damage" to "your producY' arising out of it or any part of it, except when caused by or resulting from: (1) Fire; (2) Smoke; (3) "Collapse"; or (4) Explosion. For purposes of exclusion k. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products-completed operations hazard". This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Fire; (b) Smoke; (c) "Collapse"; or (d) Explosion. For purposes of exclusion I. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 11 CG 70 63 0417 Subject to 5. above [of the CGL Coverage Form], $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of "property damage" to "your product" and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product-completed operations hazard". This sublimit does not apply to "property damage" to "your work" if the damaged work, or the work out of which the damage arises, was performed on your behalf by a subcontractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTION V— DEFINITIONS, the definition of "bodily injury" is deleted and replaced with the following: 3. "Bodily injury" a. Means physical: (1) Injury; (2) Disability; (3) Sickness; or (4) Disease; sustained by a person, including death resulting from any of these at any time. b. Includes mental: (5) Anguish; (6) Injury; (7) Humiliation; (8) Fright; or (9) Shock; directly resulting from any "bodily injury" described in paragraph 3.a. c. All "bodily injury" described in paragraph 3.b. shall be deemed to have occurred at the time the "bodily injury" described in paragraph 3.a. occurred. 25. DESIGNATED COMPLETED PROJECTS — AMENDED LIMITS OF INSURANCE When a written contract or written agreement between you and another party requires project-specific limits of insurance exceeding the limits of this policy; A. for "bodily injury" or "property damage" that occurs within any policy period for which we provided coverage; and B. for "your work" performed within the "products-completed operation hazard"; and C. for which we previously issued Amendment Of Limits Of Insurance (Designated Project Or Premises) CG 71 94 either during this policy term or a prior policy term; and D. that designated project is now complete; the limits of insurance shown in the CG 71 94 schedule will replace the limits of insurance of this policy for the designated project and will continue to apply for the amount of time the written contract or written agreement requires, subject to the state statute of repose of the project location. These limits are inclusive of and not in addition to the replaced limits. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 11 of 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP20111442202 Agency Number 0775315 Policy Effective Date o�/oi/2o2s Policy Expiration Date o�/oi/2o26 Named Insured PCI CONSTRUCTION, INC Date o�/oi/aoas Agency MULLIS NEWBY HURST Account Number 11151825 Issuing Company AMERISURE MUTUAL INSURANCE COMPANY A. SECTION II - WHO IS AN INSURED is amended to add as an additional insured: 1. Any person or organization with whom you have agreed in a"written agreemenY' that such person or organization be added as an additional insured on this policy, and any other person or organization you are required to add as an additional insured under such "written agreemenY'. 2. If "your work" began under a written letter of intent or written work order, any person or organization who issued the written letter of intent or written work order, but: a. such coverage will apply only for 30 calendar days following the date the written letter of intent or written work order was issued; and b. the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the written letter of intent or written work order. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. For the purposes of the coverage provided by this endorsement, a"written agreemenY' means a written contract or written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. The insurance provided by this endorsement does not apply to any person or organization that is specifically listed as an additional insured on another endorsement attached to this policy. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 1 of 3 B. The coverage provided to any person or organization added as an additional insured pursuant to Paragraph A.1 is limited as follows: 1. If the "written agreemenY' specifically and exclusively requires you to name the person or organization as an additional insured using the ISO CG 20 10 endorsement with edition dates of 11 85 or 10 01, or the ISO CG 20 37 10 01 endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" for that insured by or for you. 2. If the "written agreement" requires you to name the person or organization as an additional insured using the ISO CG 20 10 and or CG 20 37 endorsements without specifically and exclusively requiring the 11 85 or 10 01 edition dates, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf. 3. If the "written agreemenY' requires you to name the person or organization as an additional insured for operations arising out of your work and does not specify an ISO additional insured endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of your acts or omissions, or the acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreemenY'. This coverage does not apply to liability arising out of the sole negligence of the additional insured unless specifically required in the "written agreemenY'. 4. If none of the above paragraphs apply, then the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreemenY'. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. However, the insurance afforded to such additional insured only applies to the extent permitted by law. C. The insurance provided to an additional insured under this endorsement does not apply to: "Bodily injury" or "property damage" included in the "products-completed operations hazard" unless the "written agreement" specifically requires such coverage (including by specifically requiring the CG 20 10 11 85). To the extent the "written agreemenY' requires such coverage for a specified amount of time, the coverage provided by this endorsement is limited to the amount of time required for such coverage by the "written agreemenY'. 2. "Bodily injury", "property damage", or "personal and advertising injury" arising out of an architecYs, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: a. The preparing, approving, or failing to prepare or approve: (1) Maps; (2) Drawings; (3) Opinions; (4) Reports; (5) Surveys; (6) Change orders; CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 2 of 3 (7) Design specifications; and b. Supervisory, inspection, or engineering services. D. The limits of insurance that apply to the additional insured are the least of those specified in the "written agreemenY' or declarations of this policy. Coverage provided by this endorsement for any additional insured shall not increase the applicable Limits of Insurance shown in the Declarations. The limits of insurance that apply to the additional insured are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. E. With respect to the coverage provided by this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self-insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if the "written agreemenY' requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 3 of 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATI ON, NONRENEWAL OR MATERIAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITYCOVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 6 o days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the SChedule is intended as a Cou1'tesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 07 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided underthe BUSINESSAUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified bythe endorsement. The premium for this endorsement is $$250 . 00 1. BROAD FORM INSURED SECTION II - LIABILITY COVERAGE, A.1. Who Is An Insured is amended bythe addition of the following: d. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or a majority interest, will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured" under any other policy or would be an "insured" but for its termination or the exhausting of its limit of insurance. e. Any"employee" ofyours using: (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned bythe "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured underthis paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree in a written contract, written agreement or permit, to provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is issued prior to the "bodily injury" or "property damage"; (2) To any person or organization included as an insured by an endorsement or in the Declarations; or (3) To any lessor of "autos" unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" is leased without a driver; and Includes copyrighted material of Insurance Services Office, Inc. CA 71 1811 09 Page 1 of 5 (c) The lease had not expired. Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily injury" or "property damage" for which an "insured" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policywas written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS - SUPPLEMENTARY PAYMENTS Under Section II - LIABILITY COVERAGE, A2.a. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follows: (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accidenY' we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred bythe "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II - LIABILITY COVERAGE, B. EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Anyfellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers, managers, supervisors or above. Coverage is excess over any other collectible insurance. b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of paragraph a. above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If any of your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, forthe purpose of doing yourwork. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. B. Under SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 5 CA 71 1811 09 (2) Specified Causes of Loss, only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision, only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $2,000. C. Under SECTION IV— BUSINESSAUTO CONDITIONS, B. General Conditions, 5. Other Insurance, paragraph b. is replaced by the following: b. For Hired Auto Physical Damage, the following are deemed to be covered "autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employees" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liabilitycompany), or members of their households. 5. LOAN OR LEASE GAP COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If a covered "auto" is owned or leased and if we provide Physical Damage Coverage on it, we will pay, in the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered "auto", less: (a) The amount paid under the Physical Damage Section of the policy; and: (b) Any: (1) Overdue lease or loan payments including penalties, interest or other charges resulting from overdue payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) Securitydeposits not refunded bya lessor; and (5) Carry-over balances from previous loans or leases. 6. RENTAL REIMBURSEMENT Under SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, paragraph a. Transportation Expenses is deleted and replaced bythe following: a. Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense incurred by you because of covered "loss". We will pay only for those covered "autos" for which you carry Collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay fortransportation expenses incurred during the period beginning 24 hours after the covered "loss" and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". This coverage is in addition to the otherwise applicable coverage you have on a covered "auto". No deductibles apply to this coverage. Includes copyrighted material of Insurance Services Office, Inc. CA 71 1811 09 Page 3 of 5 (2) This coverage does not apply while there is a spare or reserve "auto" available to you for your operation. 7. AIRBAG COVERAGE Under SECTION III - PHYSICAL DAMAGE, B. EXCLUSIONS, paragraph 3. is deleted and replaced by the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered bythis insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tires. 8. GLASS REPAIR—WAIVEROF DEDUCTIBLE Section III — PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLISION COVERAGE— WAIVER OF DEDUCTIBLE Under Section III - PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: When there is a loss to your covered "auto" insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto" insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, paragraph a. is deleted and replaced bythe following: a. You must see to it that we are notified as soon as practicable of an "accidenY', claim, "suiY' or "loss". Knowledge of an "accidenY', claim, "suiY' or "loss" by your "employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you are a limited liabilitycompany) has knowledge of the "accident", claim, "suit" or "loss". Notice should include: (1) How, when and where the "accidenY' or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accidenY' or "loss" to impair them. However, if the "insured" has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 71 1811 09 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS , B. General Conditions , paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. iK�3�1►1:/=rt�%1�/�:7_Lr]�.��1:Za�:��_11�[�1��:7�iL�1�'�.1�[d�1�Ll_x�L�7�\h�1��:�:Z11�:Z�1_1�%'� When required by written contract or written agreement, the definition of "insured contracY' is amended as follows: The exception contained in paragraph H.3. relating to construction or demolition operations on or within 50 feet of a railroad; and Paragraph H.a. are deleted with respect to the use of a covered "auto" in operations for, or affecting, a railroad. Includes copyrighted material of Insurance Services Office, Inc. CA 71 18 11 09 Page 5 of 5 POLICY NUMBER: CA 20551441902 COMMERCIALAUTO CA 71 65 0911 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY INSURED CONTRACT OR CERTIFICATE This endorsement modifies insurance provided under the BUSINESSAUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below. Endorsement Effective: 07/01/2025 Countersigned By: Named Insured: PCI CONSTRUCTION, INC. (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) 1. Section I I— Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any person or organization with whom you have an "insured contract" which requires: i. that person or organization to be added as an "insured" under this policy or on a certificate of insurance; and ii. this policy to be primary and non-contributory to any like insurance available to the person or organization. Each such person or organization is an "insured" for Liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "insured contracY'. 2. Section IV — Business Auto Conditions, B. General Conditions, 5. Other Insurance, paragraph d. is deleted and replaced by the following for the purpose of this endorsement only: d. When coverage provided under this Coverage Form is also provided under another Coverage Form or policy, we will provide coverage on a primary, non-contributory basis. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy Number: CU 20111482201 Account Number: 11151825 N/R: CU 20111482101 Group Name: Business Type: CORPORATION Item 1. Insured Name: PCI CONSTRUCTION, INC. Insured Mailing Address: P.O. BOX 2967 MCKINNEY, TX 75070 Premium: Taxes and Surcharges: Total : Item 2. Policy Period From 07/01/2025 to 07/01/2026 12:01 A.M. standard time at your mailing address shown above. Business Description: UTILITY CONTRACTOR Item 3. The Limits of Insurance, subject to all terms of this policy are: a �7 c Each Occurrence Limit Personal & Advertising Injury Limit (Any one person or organization) Aggregates Products - Completed Operations Bodily Injury By Disease All Other Hazards, except liability arising from the ownership, operations, maintenance, entrustment or use of an "auto". Self-Insured Retention Item 4. Premium Computation (If not subject to audit) Flat Premium Charge (If subject to audit) Minimum Premium Estimated Exposure Rate Item 5. Endorsements Attached to this Policy: Rating Basis SEE ATTACHED FORMS and ENDORSEMENTS SCHEDULE Item 6. Minimum Policy Charge $5,000,000 $5,000,000 $5,000,000 $5,000,000 $5,000,000 0 Total Estimated Premium In the event of cancellation by you, we shall retain no less than the amount shown above as the Minimum Policy Charge. Countersigned by: Authorized Representative Umbrella Liability Policy Company: AMERISURE INSURANCE COMPANY Branch: DALLAS BRANCH Agency Code: 0775315 Producer: MULLIS NEWBY HURST CU DS 70 00 04 14 Issue Date: 07/01/2025 SCHEDULE OF UNDERLYING INSURANCE The Schedule of Underlying Insurance is part of Policy No. CU 20111482101 Carrier, Policy Number, Policy Period AMERISURE MUTUAL INSURANCE COMPANY WC 20111452202 o�/oi/zozs - o�/oi/aoz6 AMERISURE MUTUAL INSURANCE COMPANY WC 21019260902 o�/oi/zoz5 - o�/oi/aoz6 AMERISURE MUTUAL INSURANCE COMPANY CPP 20111442202 o�/oi/aoa5 - o�/oi/aoa6 AMERISURE MUTUAL INSURANCE COMPANY CPP 21019250902 07/O1/2025 - 07/01/2026 AMERISURE MUTUAL INSURANCE COMPANY CA 20551441902 o�/oi/aoa5 - o�/oi/aoa6 AMERISURE MUTUAL INSURANCE COMPANY CA 21019240902 07/O1/2025 - 07/01/2026 AMERISURE MUTUAL INSURANCE COMPANY CPP 20111442202 o�/oi/aoas - o�/oi/zoa6 AMERISURE MUTUAL INSURANCE COMPANY CPP 21019250902 o�/oi/zozs - o�/oi/zoz6 Type of Policy Standard Workers Compensation and Employers Liability Standard Workers Compensation and Employers Liability General Liability Limits of Liability Employers Liability $i,000,000 $1,000,000 $1,000,aoo Employers Liability $i,000,000 $1,000,000 $i,000,aoo Bodily Injury by Accident - each accident Bodily Injury by Disease - each employee Bodily Injury by Disease - policy limit Bodily Injury by Accident - each accident Bodily Injury by Disease - each employee Bodily Injury by Disease - policy limit Each Occurrence $1,000,000 Personal & Advertising Injury (Any one person or organization) $i,000,000 Aggregates $2, 000, o0o General Aggregate $2, 000, o0o Products - completed operations Aggregate General Liability Each Occurrence $1,000,000 Personal & Advertising Injury (Any one person or organization) $1,000,000 Automobile Liability Automobile Liability Employee Benefits Liability Employee Benefits Liability Aggregates $2,000,000 Sa,000,000 Each Accident $1,000,000 Each Accident $1,000,000 General Aggregate Products - completed operations Aggregate $i, 000, o0o Each Employee $1, 000, o0o Annual Aggregate $i, 000, o0o Each Employee $1, 000, o0o Annual Aggregate CU DS 71 02 04 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATI ON, NONRENEWAL OR MATERIAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITYCOVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 6 o days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the SChedule is intended as a Cou1'tesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 07 14 POLICY NUMBER: CU 20111482201 COMMERCIAL LIABILITY UMBRELLA CU24031219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION REQUIRED BY WRITTEN CONTRACT OR CERTIFICATE OF INSURANCE Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 9. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CU 24 03 12 19 O Insurance Services Office, Inc., 2018 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY WRITTEN AGREEMENT This endorsement modifies insurance provided under the following: ��% �I�.d.i�d_�.:Z�/_1��./_1-1.L���'l�J���1-�.:����_��%��1=1:7_�rl �.��]:�di With respect to any additional insured coverage provided under this policy, or by any endorsement to this policy, SECTION IV — CONDITIONS, paragraph 5. Other Insurance is deleted and replaced by the following: 5. Other Insurance a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self-insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if a"written agreement" requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. For the purposes of the coverage provided by this endorsement, a"written agreemenY' means a written contract or written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. CU 74 67 03 23 Includes copyrighted material of the Insurance Services Offices, Inc with its permission Page 1 of 1 �� � I ur POLICY NUMBER WC 20111452202 AMERISURE MUTUAL INSURANCE COMPANY WC 00 00 01 A(01-10) NCCI Code No.15660 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INFORMATION PAGE Issuing Office DALLAS BRANCH Renewal of Agent Producer WC 20111452102 0775315 MULLIS NEWBY HURST Item 1. Name of Insured and Address. For Additional Named Insureds, Individual Partnership See Extension of Information Page - Item 1- Named Insureds X Corporation or PCI CONSTRUCTION, INC. P.O. BOX 2967 FEIN 752800959 MCKINNEY, TX 75070 INTRA NO. Tx 420653727 INTER NO. CUSTOMER NO. 11151825 GROUP: For Other Workplaces Not Shown Here, See Extension of Information Page - Item 1- Other Workplaces Item 2. Policy Period: from 07/01 /2025 TO 07/01 /2026 12:01 A.M. Standard time at the insured's mailina address Item 3. A. Worker's Compensation Insurance: Part One of the policy applies to the Workers Compensation Law of the states listed here: OK TX B. Employers Liability Insurance: Part Two of the Policy applies to work in each state listed in Item 3A. The limits of our liability under Part Two are: Bodily Injury by Accident: $1,000,000 each accident Bodily Injury by Disease: $1,000,000 each employee Bodily Injury by Disease: $1,000,000 policy limit C. Other States Insurance: Part Three of the policy applies to the states, if any, listed here: All States and U.S. territories except North Dakota, Ohio, Washington, Wyoming, Puerto Rico, the U.S. Virgin Islands, and states designated in 3.A. of the Information Page. D. This policy includes these endorsements: SEE EXTENSION OF INFORMATION PAGE - Item 3D - Endorsement Schedule Item 4. The Premium for this policy will be determined by our Manual of Rules, Classifications, Rates and Rating Plans. All information required below is subject to verification and change by audit. ADJUSTMENTS OF PREMIUM SHALL BE MADE ANNUALLY PAID LOSS RETROSPECTIVE RATING PLAN Countersigned This Issue Date 07/01/2025 Day of ,20 — — — — — — �- — — — — INSURED COPY Authorized Representative WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 0.020 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 7/1/2025 Policy No.WC20111452202 Endorsement No.O Insured Premium $ Insurance Company Countersigned by WC420304B (Ed. 6-14) OO Copyright 2014 National Council on Compensation Insurance, Inc. AII Rights Reserved. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US Number of Days Notice 60 For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation is increased to the number of days shown in the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organization The Name of Person or Organization is any person or organization holding a certificate of insurance issued for you, provided the certificate: 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of insurance. I L 70 45 05 07 006213-1 PI;R�QIZMANCF, BOND Pagc 1 of 3 THE STATE OF TEXAS COUNTY OF TARRANT SECTION QO 62 13 PERFORMANCE BOND BOND #2377914 § § KNOW A,LU BY TIIFSE �'R�SENTS: § That we, PCI Construction . lcnown as "1'rincipal" herein and Swiss Re Corporate Solutions America Insnrance Coiporation , a corporate surety(suret�es, if more than ane) duly authorized to do business in thc State of Texas, lcnown as "Surety" he�-ein (whether one or more), are he�d and �nnly bound unto the Developer, Saur V4'ildflower Develoament. L.P., authorized to do business in Texas ("Devcloper") and the City of Part Worth, a Texas rnunicipal corporation ("City"), in the pcnal surn of, One Million, Seven Hundred Ninetv-Two Thousand, One I3undred and 'Twentv-Sevcn Dollars and Fortv Cents($1.792,127.401 lawful money of the United States, tn be paid in Fort Worth, Tarrant County, Texas far thc payznent of which sum well and truly to be inade jointly unto the Developer and thc City as dual obligees, we bind ourse;lves, our heirs, executors, administrators, successors and assigns, jointly and severally, firinly 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 Corntnunity �'acilities Agreement, CFA Number 25-0179 , and WIiEREAS, the Principal has entcred into a certain written contract with the Developer awarded the 14 day of January , 2026, which Caritract is hereby referred to and inade a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipinent labor and other accessories de�ned by ]aw, in thc px-osecution of the Worlc, inctuding any Change Orders, as provided for in said Contract dcsignated as Traditi�n. Phase 6A NOW, THEREFOI2E, the condition of this obligation is such that if the said Principal s1�a11 faithfully perfonn it obligations under the Cantract and shall in all respects duly and faithfully perform the Work, including Change Urders, under the Contract, according to the plar�, specifications, and contract documents therein refei�red to, and as wcll during any periac3 of extension of the Cont�act that may be granted �n the pat�t of tk�e Devcloper and/or City, then this obligation shall be and becoine null and void, otherwise to rcmain in full farce and effect. CI"I"Y OP POR7' WOR7'H '!'radrtran, Phase GA STAN�Al�17 C17'Y CUNI�ITIONS — D�VL'LOPI:2 A WARDED PROJi:C"CS CPN 1t106270 Revised Januaiy 31, 2012 0(l G2 13 - 2 P�RPORMANC� BOND Page 2 of 3 PROVIDEll k URTHER, 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, Port Worth Division. This bond is made and executed in coinpliance with the provisions of Chapter 2253 of the Texas Governinent Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHERF,OF, the Principal and thc Surcty havc SIGNED and SEALED this instruinent by duly authorized agents and officers on this the January , Zp26, ATTES �(��.---� ` � —(l�tti^�il�r.:)�r� �irf/4i.is f �����y�,�- Witness as to Principal �� , Witne�'s-asro ur y^ � 14 day of PRINCIPAL: PCI Construction, Inc. BY: � � Signature � ��'c /yt Ci.��s••�i vl' o f F, :, o.� �-c— Name and Title Addcess: P.O. Sox 2967 McKinney, TX 75070 SURETY: Swiss Re Corporate 5olutions America Insurancc Corpordtion ��.-.'�. i BY:� --__ . �a—�'�`� �.5:-_ . r , � Signature Dcbra Lcc Moon, Attorncy-in-Fact Name and Title Address: �Zpp Main St. Suitc S00 Kansas City, MO 64105 Telephone Number: _�972) 201=0100 *Note: If signed by an officer of the Surety Cornpany, there must be on iile a certified extract from the by-laws showing that this person has authority to sign such obligation. 1f Surety's physical address is different from its mailing address, both must be provided. CITY OF PORT WOR"I'II 7radrlion, Phase GA STANDNtD C17'Y CONUl7'IONS — DL'•VL'LOl'L'R AWARDLD PROJL'C'CS CPN#/06270 Revised January 31, 2012 00C,213-3 P�ItCOItMANC� BOND Page 3 uf 3 The date of the bond shall not be prior to the datc the Contract is awarded. C[TY OF FQR'C WQItTH Ti•crdltio�2, Phnse 6A STANDARD CITY CONDI"I'IONS — DL'VLLOPER AWARDGU PROJECTS CPN 1�Jpb,27� Ctevised Janttaiy 31, 2012 00 �z � �- i YAYNi�N'1' BOND Page 1 of 2 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 43 YAYMENT BOND 130Nll #2377914 § § K.NOW ALL BY THESE PRESENTS: § That we, PCI Construction , known as "Principal" herein, Swiss Re Corporate 5nlutions America l��surance Cor oraYion and . a coipora�e surety ( or sureties if mnre than one), duly authorized ta do business in thc State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Saur Wildflower Develoument, L.Y. , authorized to do business in Texas "(Developer"}, and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal suix� of One Million, Seven Hundred Ninetv-Two Thausand, Onc Hundred and Twentv-S�ven Dollars and Fortv Centsf$1,792127.401 , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which suin well and truly be made jointly unto the Devcloper and thc City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigna, jointly and severally, finnly by tl�ese p�-esc��ts: WNEREAS, Developer and City have entered into an Agreeinent for the construction of community facilitics in the City of Fort Worth, by and through a Community Facilities A�;�reeinent, CFA Nuinber 25-0179 ; and WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the 14 day of January , 2026, which Contract is hereby referred to and made a part hereof far all purposes as if fi�lly set forth herein, to furnish all materials, equipment, labor and other accessories as detined by law, in the prosecution of the Work as provided for in said Contract and designated as Tradition Phase 6A. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all inonies owing to any (and all} payinent bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as atnended) in the prosecution of thc Work under tkae Contract, then this abligation shall bE azzd becozne null and void; otherwisc to rcmain in full force and effect. CITY OF FORT W�RTH 7'cadition Pt�ase GA STANDARD CITY CONDITIONS — DEVELOPF,R A WARDF,D PROJGC.'I'S City Project {{106270 Reviscd January 31, 2012 00 62 14- 2 PAYM�N'I' IIOND Page 2 of 2 This bond is made and executed in compliancc with thc provisions of Chapter 2253 of the Tcxas Govcrnment Code, as amended, and all liabilitics on this bond shall be deterinined in accordance with the provisions of said statute. IN WI'i'NESS WHERFOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorired agents and officers on this thc 14 day of January , 2026. ATTES : ( _ s� (�:�..,:Y�'YO�,:,.✓k:; �r�si:�P�� /�G� �(/� C/�a�%�-� Witness as to Principal _P`/j/1 ATTEST: / � � (Surety) Secretary �, ��---. �,� �� Witness as to cty � PRINCIP�I.L: PCI Construction, Inc. BY: � � Signature , ��, � r► �-��so,` �i� o� �", :-, �n �..c Namc and Titic Address: P.O. Bux 2967 McKinney, TX 75070 SUR�,"TY: 5�viss Re Corporate Solutions America Insurance Corpuration BY/ Z, '�=.:�—'-' �.�����`� \ ���%_.1 Signature Debra I.ec Moon, Attorney-in-Fact Name and 1�itic Address: L2�� Maun St�uite soo ___ Kansas City, MO 64105 Telephone Number: (972) z01-oioo Note: If signed by an ofiicer of the Surcty, there must be on file a certified cxtract 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. CI"1'Y OF FOR"C WOI2T}-f Tradition Phasc GA STANDARD Cl"1�Y CO�1DI1'[ONS — D�VELOPF,R A WARDED PROJL'C"I'S City Project 41106270 Revised Ianuary 31, 2012 00 62 19- 1 MA1N'I'E;NANC:F, l�C��D Pagc 1 of 3 THE STATE OF TF,XAS COUNTY OF TAKRAN'1' SECTION 00 62 1� MAINTENANCE BOND BOND #2377914 § § KNOW ALL BY THESE PRE5ENT5: § That we, PCi Constructxon , known as "Principal" Swiss Re Corporatc Solutions America Insurance Corporation herein and , a corparate surety (sureties, if more than one) duly authorized to do business in the State of Texas, lcnnwn as "5urety" hercin (whether one or more), are held and �rmly bound unto the Developer, Spur Wildflowcr Develonment, L.P. , authorized to do business in 'I'exas ("Developer") and the City of Fort Worth, a Texas municipal corparation ("City"), in tl�e suzn of Uz�e Mx�lxan, Seven Hnndred Ninetv- Two Thuusand, One Hundred and Twentv-Seven Dollars and Fortv Cents($1,792.127.4U), lawful inoney of the United Statcs, to be paid in Fort Worth, Tarrant County, Texas, for payment nf which sum well and truly be rnade jo'rntly unto the Developer and the City as dual obligees and theii- successors, we bind ourselves, our heirs, executors, adininistrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Devcloper and City havic entered into an Agreement for the constniction of community facilities in the City of Fo��t Warth by and through a Community Facilities Agreement, CFA Number 25-0179 ; and WHEREAS, the Principal has entered into a ccrtain written contract with the Developer awarded the 14 day of January , 202b, which Contract is her�by rcfcrred ta and a znadc part hcrcof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of thc Worlc, including any Work resulting from a duly authnrized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Tradition Phase 6A, and; WHk'�REAS, Principal hinds itsclf to use such materials and to so construct the Worlc in accordance with the plans, spcci�cations and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance nf the Work by thc City ("Maintenance Period"); and CPfY OP PORT WdR7'[i 'fYadition Yhase 6A S'fANllARU Cl'1'Y CONllI"C10NS — DBVGLOPLR AWARD�D PI203ECT5 City Project #106270 Reviscd January 31, 2012 00 �z i y- z MAINTLNANCE BC�ND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct thc Work in whole or in part upon receiving rlotice fi-om the Developer and/or City of the nccd thercof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, fnr which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Dcveloper or City may cause any and all such defective Work to be repaired and/or recnnstructed with a11 associated costs thereof bein� borne by ihe Principal and the Surety under this Maintenance Bond; and PROVTDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Coiut for the Northern Distric:t of Texas, Fort Worth Division; and PRQVIDED FURTHER, that this obligatian shall bc continuous in nature and successive recoveries ��aay be had herean for succ�ssive bx-eaches. CI'I'Y Or POR'I' WOR7'H 'I'radition Yhuse 6A STANDARD CITY CONDITIONS -- U�VELOYEIZAWARU�:ll I'KOJ�CI'S City Project #�(06270 Revised January 31, 2012 00 G2 ] 9- 3 MAN"I'G\ANCL BOND I'age 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety havc cach SIGNED and SEAL�D this instrument by duly authorized agents and officers on this the 14 day of January , 2026. PRINCIPAL: ATT :� — .� � _:.._�r�� :,;.4�.�u.y �%�s��.� Witness as to Principal �I� , ATTEST: ( �� (Surety) 5ecretary Witncss as to Surct � I" � PCi Constructian, Inc. BY: � � ' Signature Er�'c' M L1^o�'��'J'' vP ot ��n�cn��� Name and Title Address: P.O. Bux 2967 McKinney, TX 75070 SURE'I'Y: Swiss Re Corporate Solutions America Insurance Corporation �" _ ` �' �-�-�L \ �-- �'_�\ Signature � Aebra Lec Moon, Attorney-in-Fact Name and Title Address: 1200 Main St. Suite 80� Kansas City, MO 64105 Telephone Number: (972) 201-0]00 *Notc: If signed by an officer of the Surety Company, there inust be on iile a ccrtificd extract from the by-laws showing that this person has authority to sign such obligation. lf Surety's physical address is different from its mailing address, both must be provided. Thc date of the bond shall not be prior to the date the Contract is awarded. CITY OF FOR'I� WOR'1�H "Cradition Phase 6A STAI�DARD CITY CONDITIONS DGVGLOPLI2 AWARDLD PROJGCTS City Project ft106270 Revised January 31, 2012 �`z , � n ;^„ a � � � _ ,�, �' ' �`" ..:v �, . SW1SS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMGRICA INSURANCE CORPORA'f}ON ("SRCSAIC") 5W ISS RE CORPORATE 30LUTIONS PREMIER IN3URANCE CORPORATiON ("SRCSPIC") WESTPORT 1NSURANCE CQRPORATION ("WIC") G ENERALPOW ERQF ATTORN EY KNOW ALL MEN BY THESE PRESENTS. THAT SRC5AiC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal aftice in the Ciry of Kansas City, Missouri, and SRCSPtC, a corporation organized and existing under the laws of the 5taie af Missouri and having its principal office in the City of Kansas City, Missouri, and WiC, organized under the laws of the State of Missouri, and I�aving its principal ofiice in theCity ofKansas City, Missouri, each doesherebymake, constitute and appoint: JOMN R. WARO, Tl10MA5 DOUGLA^s MOORE, EMILY ALLISON MIKESKA, ALLYSON W. �EAN, TROV RUSSELL KEV. DE9RA LEE MOON. ANDREA R05E CRAWFORD, SANDRA LEE RONEY, FAITH ANN�HIL.TY, qNpREW GARETH ADpISON, El,IZ4BETH ORTIZ. ANA OWENS, ANDREW PATRICK CL4RK, KIMBERI.Y RpCHE4L,E GONZALEZ, CRYSTAL GPJL I.ANC�HORN, ST[VGN WAYNE LLWIS, SMCRI RENE[ ALIEfJ, PC-GGY GRAOCL HOGAN, TERESA AYALq, KELLI 0. GORFIAM, MARK ROBERT ADAMS, CORY KIPER, AND R055 RU�OLPM LAfi15 JOINTYLY OF 5CVERALLY lts true and lawful Attorney(s)-in-Fact, to meke, execute, seal and dcliver. for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Campanies, as surety, on contracts of suretyship as are or may be required or permitted by law, re�ulation, contract or othenvise, provided that no bond or undertaking or contract or suretyship executed under this authoriry shall exceed the amountof: TWO HUNDRED MILLION (20D,00�,000.00) DOLLARS This Po�ver of Attorney is granted and is signed by facsimile under and by the authority of the follo�ving Resolutions adopted by the Boards of Directors ofboth SRCSAIC and SRCSPIC at meetings duly called and held on the I Sth ofNovem6er 2021 and W IC by written consentofits Execuiive Committee dated luly 18, 20l t. "RESOLVED, ihat any t�vo ofthe President, any Managing Director, any Senior Vice President, any Vice President, ihe Secretary or any Assistant 5ecretary be, and eaeh o� any of them hereby is, authorized to execute a Potiver of Attomey qualifying the attorney named in the given Potiver of Attorney tt� execute on behalf of the Corporation bonds, undertakings and al! contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Ppwer of Attorney and to attach therein the seai ofthe Corporaiion; and it is FURTHER RESOLVED, thet the signature of such officers and the seal of the Corporation may be atiixed to any such Power of Attorney or to any certificate rclating thereto by f'acsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affized and in the future �vith regard to any bond, undertaking or contract of s�rety to which it is attached." �r,,�..,,...��nn� an���P.,�.�, -- - � - — _.._ _ • �YJHs�Eq e^` NS R ''•� . �-`' j : � �� "•. r�„v: �4i , : � � .............ti"P � ' ...__._ _ -- a.'c,°aPOR�l��»+ � �.oqPORqr,'�,'• ��, p'"� � q---_ .r �-. �� a iS � � � , m' ' � • � � � � ' � `- tlqv�d'yntnry,. cniur Ctcrd+tesid 'S:LtC �k' tienior ti'tec Precldenl : �= =�: •�� afSHCtiCIC&Seni�rV ��Jcntn(L6'IC ��` ��-A ��� 19i3 .�.� L�.' ,.�P�s 'ti, �'j� s;��'s5"L���!!sso���`*a�Y° ;,`�'�n'••,.'�r�ssa�5`•�'.cs;.,•'� g ��,/�-�,,,-..-�' .�-�__...�� - ,� ��� �,�•. •�_ 9S��i�*���0`�r +,'• W�S• 'jl' -�y��• , Gu�ielJncyuex,5eninrSrceFeside�infSRCS:IIC�'�enip�YinJ'resideitl �qUa�w��J�` J — ofSRCSP(C&5tnior�.ice,i'residentafNtC ��� � 3„�' 1 N W ITN ES 3 W HEREOF, SRCSAIC, SRCSPIC, and W 1C have caused their oflicial seals to be hereunto afiixed, and these presents to be signed by their authorized oliicers this ?9th day of APRIL State oiltlinois County of Cook �'� _, Zo � 2025 PM Swiss Ae Corporate Solutions :imeriea Insurance Corporation 5wiss Re Corporate Solutions Premier l�surance Corporation 11'estporl insurance Corpuration zazs On this 29th day of APRIL . 20 __, before me, a Notary Public personally appeared David Sato�v . Senior Vice Presidentof SRCSA►C and Senior Vice President of SRCSP[C and Senior Vice President of W[C and Gabriel Jacauez, Senior Vice President of SRCSAIC and 5enior Vice President of SPCSPIC and Senior Vice Presidem of WiC, personafly lrnown to me, who being by me duly swom, acknowledged that they signed the above Power of Attomey as ofiicers of and acknowledged said i�strume t to be the voluntary act and deed of their respective componies. Karen . �veda, Notary 1, Jeffrev Goldbera,ihe duly elected Senior Vice President and Assistant Secretary of SRCS =(C and SRCSPIC and W IC, do hereby certiti• that the above and }'oregaing is a lrue apd rnrrect copy of a Power pfAtbmey given by said SRCSAIC and SRCSPIC and W IC, tvhich is still in full f'orce and effect. !N WITNESS WH�REOF. I have set mv hand and affired the seals of the Companies thisl4 day of �anUary ,.� �0 26 . � o��cuti s�u � KAREN M SZWEDA , N01My Publie, SGate o1 Illxwis 3 Cami�onNo 9)8626 -� FAy Culnioion ERpires SeptRmDtr 1fi. ?OY' ��r�.W,,,,,�,.,���.,a a,4,�,�„ :�,����.��,�����o�"�t � �.., �, ��N �' - :";v'' -�_, � �� .,, �•�_— �_ .,.:�"`�...- �..�_� �_-,. a �° ~� ��m=�-�s�:..�, -r'" lefTrey Goldberg, Senio�ident 8. °`�""`" Assistant 5eeretary nfSRCSAIC and SRCSPIC and WIC iS G ;`'���txiN.,r�;,;��.�.w.w.,a��u.,,�,�»...�.� .��w"`'. ,�.s�h...;s , �. ..�-.�"�.�r. .�-�'�.�r ..�5��,.��. .�,.,�z;:�:"`n;� ,.��zFt�,�';��. ,'�:'� ,.f,,,��.,, � 'c����' IM�nR'I'ANT NOTICE In arder to obtain information or malce a complaint: You rnay contact the Surety Claims Department at 1-816-235-3702 You may ca11 Swiss Re Carporate Solutions A.merica Insurance Corporation or Swiss Re Corpoz-ate Solutions Premier Insurance Corporatioan �or infor�nation or to make a coinplaint at: 1-816-235-3702 You may also write to S�viss Re Corporate Solutiuns America Insurailce Corporation or Swiss Re Cor�orate Solutions Premier Tnsurance Corp�rataon at thc fc�llowing acidress: 1200 Main Street, Suite 800 Kansas City, MO 64105 You may cozatact the Texas 1)epartment of Insurancc to obtain information on companics, c�vera�cs, rights or complaints at: 1- 800-252-3439 You may write the Texas Departznent of Insurance: PA. Box � 49104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: j�n://www.tdi.state.bc.us E-mailt(:,_o�4 �m rPrc� � innn,tdi.state.tx.Ls P17.�;NllUM OR CLATM DISPUTES: Sk�auld you have a dispute conceining your premium or about a claim you should tirst contact the Swiss Rc Corporate �olutions America Insurance Corporation ur Swiss Re Corporate 5olutions Prernier Insurance Corporation. If the dispute is not resolved, yc�u may cantact the Texas Departrnent nf Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is fnr information only and does not become a pai-t or condition of the attachcd document. AVISO IMPnRTANTF, Para obtener informacion o para sozneter un c�ueja: al 1-816-235-3702. Puede cotnunicarse con Surety Claims Dcpaz-tmcnt Usted puede llaznar Swiss Re Carparate Solutions America Insurance Corporation o Swiss Re Corporate Solutions Premier Insurance Corpnration para informacion o para someter una queja al: 1-816-235-3702 Usted tambien puede escribir a Swiss Re Coi-poz-ate Solations America Insurance Corporation o 5wzss Re Corporate Soiutions Premier Insurance Carporation al: 1200 Main Street, Suite 8U0 Kansas City, MO fi4:�QS Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, cobcrturas, de�eck�os o quejas al: 1- 800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Sox 149104 Austin, TX 78714-9104 kax: (SlZ) 475-1771 Web: httn://www.tdi.state.tx.u� E-mail: Co ns L merProtectin n�.tdi.state.tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concernie�te a su priina o a un reclamo, debc comunicarse con el5wiss Re Co�•porate So�utions Azr�crica Insurance Corporation o Swiss Rc Corporate Solutions Prexnier �nsurance Corporation primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SLT POL�"LA: Bste aviso cs salo para propasito dc infroznaciorz y no se converte en parte o condicion del documento adjunto. PAVING S�:C 1'IU,\ 00 d2 43 develaper A��nrded Yrojecls - f'ROnOSAi. FORM Tradi�ion Soutl� Pliase GA, City Yrojecl tJI0G270 lJ�\'1'1' P121C�: I1IE) Yrojcct Ttent Infonualion llls:mll 1'- Uescription Pa+ring FaciliUes 1 �2ii.U406 Hydrated Lime Q 301bs,lS,Y. (ResfdentialJ 2 �2iiA501 6" l.in�e Trealed 5uhgrade (Rasldenllalf 3 32�3.d10� a" Concreta Pavenienl iResldenUal) 4 3213.Q301 6' Canc Sldewalk 6 3213.6501 R-1 Ramp 8 3213.050fi P-1 F2amp 7 3213.0504 M-2 Ra�np B 3292,0400 Seeding, Hydramulr�i 9 3441.40Q3 FumfshAnslall Afum Sign Ground Mounl Cily Std. 10 99fl9.0001 Concreta FEeader 11 99�9.Oa02 Type III End-of-F2oad E3arricade 12 fl99�J.U003 Connect lo Exls�ing Pavement 13 9�99.00d4 R1-'[ 5top SIgt1 1q 9989.00Q5 SI Marker Blade ib 9999,0006 All Way Plaque Pa�fng Subtotal Bld 5��m�nary � Thls b!d fs submlued by the entity listed �eiavr. Gompany: L,H„ lacy Company, Ltd. S1ree1 Address: 1880 Crovrn �r., Suite 1200 Gity, Sia(e, Zip Code: pallas, TX 7b234 Pavhi�� Facllitios Subtotal 7otaE Bld � Specific�tion I Unit of � bid Sectiort Na. Measufe Qunnlily 32 11 2D 32 13 93 32 13 13 39 'f3 20 32 13 20 32 i3 2Q 33 13 20 32 02 13 34 41 30 00 0� UO OU 00 Dq 00 00 00 00 OD 04 0o aa ao OD 00 00 TOiJ SY SY LF EA EA �A SY �A LF EA E'A EA EA �A z��.a 18,482 17,289 136 $ T i BS 14 20 1 6 94 za 4 By: Sfni t r /� Ti11e: p[C s-� ct�'—O Oale: `2� ��1L� Diddels Pro�rosal Unit Price I I3id Va1uc $323,76 $3.52 55i.2fl $A 4.87 $2,67fi.b9 52,998.60 S2,579.5Q S7G,11 $253.80 516.31 51,5G6.OD S9i0,70 $91.80 S9a.aa $81.00 Conlradaregrrexlotomple[e5Y0liKCorF9\,11.ACCF.PTA7�CEuilhln 30 �r-orkingd�ysafierlheJaeetitihrnlhe Cq\TIiACI'cammenres la rvn es pro�idrd In Ihe 6tntrol Candllions. �\ D bF SEC'E'f0\ �^88,776.88 � $65,056.fi4 S88B,752.81 $6,102.32 $13,382,fl5 $17,488,50 $2,574.b0 55,251.59 $3,653,20 $ 472.99 S 1,566.Op $5,d6�F,20 51,285,20 S2,�a�.00 $32A.00 S'I,'I01,762,76 I $'E,109,702.78 s�,iot,�oz,7s CIIY OF iORT 5L'ORTFI 7rs5tian Sa�h Phssr G. SiAhV.1AO COVSiRVC�i4\ nFU PROFQSAI•d5t?Y4PElt A15'ARPEG fRO1ECT5 C:s; � PreJ.y1 iltl6t i Fa�n Ra�iuJ lsreur�� 79. hlhl G71! Jl_Bi! F�c�vc 0645 ]2 DAP PREQLIALlF[CATIq\ STATE�IGN1' Page 1 uf 1 SECTION 00 45 12 DAP — PREQUALT�'CCATION STATEMENT Eacl3 Bidder is rec�uired to camplete the inforniation t�elow by ide��tifyirig tEte pi•ec�i�alified contractors a»c�/o�� suf�contractors �i�kiom tliey inte��d to utiEize for die major �irork type{s) listed. I�� tl�e "Maior Wo��k Tvue" boY arovide the catnulete nlaior «�ork tvue and actual descrintion as nrovi�ed bv tlfe Watei• Deuartment for waier �nd sewer and TPW for na�7ing. Major Work Type CONCRETE CON/RECON UNLIMITED Cont��actor/Subcontractar Cocnpany Name LH Lac,y Conj�an,y, Ltd. PrequaGfication Expiration Date ��126/2426 Tlfe undersig�fed Izereby certifes that ti�e cai�tractors and/ar stit�contrac�ors descri6ed in tfte table above are currently prequalified for tfte vs�ork types l�sted. BIDDER: LH Lacy Caznpan,y, Ltd. 1880 Crow�i Dl•. t�1200 Dallas, TX 75234 �rrrLE: DATE: CfiYOF FORT VJORTH STAN�AHo CONSTRUCT[ON PHE4UALIFlCqTIO4 STATEh4E�JT-- pEVELOPER AWARRED pRO1fC75 Form Version September 1, 2015 i - - � ' lature) i3 �:,�t��Y� C��� ���'��4 I: END OF S�CTION Tradition Phase 6A, CPN p10b270 0045 12_Prequalification Statement 2015_�AP 00 45 2G- l CONTRACT'OR C019PL[AI�ICG �V1TH �VORKER`S CO,�1PE��SATIDN LA1V Page 1 of I s�cTlorr oa as 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENS�ITION LAW Purstiant to Texas Labor Code Section �06.096(a), as a�i�e«ded, Contracto�� ce��tifies tltat it provides «�orker's compensatioti insui•ance co��erage far a11 of its eit�ployees e�»ployec{ an Cit�� Project Na 106270 . Cantractor fi�rtiier ce�•tifies that, pt�rs�Eant ta Te�.as I,abot� Code, Sectio�i 4D6.096(l�}, as ame�ided, it will pa•ovide to Cit�r its subcontractor's ce�•tificates of conipliauce tivitli �vor�Ce��'s co�3�pensatian co��ei•age. CONTRACTOR: LH Lacv Co�xnanv, Lid. Company By: �c,�� �,.f � �:,.., �� a... 1880 Ci•orvn Dy. #1200 Address Dalias, TX 75234 City/StatelZip THE STATE OF TEXAS COUNTY OF TARRANT Signature: � �� Title: PC•; �,n, � � � BEFORE M E, the tuidet•sig�ied autEtority, on this day, personally �p�eared �� �"•��t_ ���'_��tiot- vt� " to �tte to be t�ie person �vhose ��ame is subscribed to tlfe foregoi►�g ir�struntetit, ai d ack�to��Iedged to me tl�at he/she exec��tec� tl�e same as #he act aud deed of�,,,�. �ti�� (:��� l:�for the purposes and consideration tliet-ein expressed ��id in tlfe capacity tltei'ein stated. GNEN UNDER MY H�ND AND SEAL OF OFFIC� this ����� da�� of ._�"3 7l1 ]� �\.�i , 202b. � _ _ � - ,� ,�.",8 DARLENE C�NEY ��� �� €� `� Notary ID �1037 7301 ��1���� `�, r�� s��;: My Commisston Expires i`��•y Public i�� and for the ate Texas March 9, 2028 � i, �� �. � i• �., i. .� .. � a � � _—/ Elvn o� s�cT�oN CI7'Y Or PORT �VORTH Tradition Phase 6A 5TANDARD CONSTRUCT�ON Sf'EC1F[CATION DDCUh-fEiVTS Cit}� Project #]06270 Revised April 2, 20ld 0052d3-1 De��claper A�v�rded Prajcct Agresn�ent Page I of d s�cTzoN aa sa 4� AGREEMENT THIS AGI2��M�NT, a��tho�•iz�d o�i January 14, 2026 is i�lade by a3�d berivcci� tha Develape►•, Sni��• �'Vi[dflower Devetoument, L.P. , autha��ized to do busi►�ess i�� Tea�s atid Co�itractoc•, LH Lacv Comna�iv. Ltc�. , atitl�orized to do bi�si�aess ii3 Texas, actiiig by and tlu•oi�gh its duly ai�iiiarized represeittative. Developer a��d Cont�•actor, in conside�•ation of tl�e atiutuai co�vei��nts I�eceitiafter set fortl�, a�;ree as fa1lo��s; A��ticle 1, W�RK Canfcacto�� sliall co�nJalete all Wo��k as specified pr' i�idicated ii� tt�e Contract Docua»e��ts �or t}�c Project ide3�tified 3iereiii. At�ticle 2. PR03ECT Tite p��oj�ct foi• ivl�icli lhe Woric under- tlie Co��tcact lloe«iuents tz�ay be tl�e �v�iole o�• oi�ly a��t�i is gei��i�aliy described as folio�vs: Ti�rrrlitiorr 1'Ilrrse GA Cit}� Proiect #I062?'0 FID #3flI19-OZOl143I �I0b27Q��'O i685 l�' �031 Article 3. CONTTlACT TTM� 3. t Ti�i�a is af t(�e esse,�ce. All titne limits fo�� Milestones, if any, afid �'inal Acceptance as statcd in tlie Coutract Rocu���e��ts a�°e of #he esse�ice to this Co�iti�act. 3.2 Fii�al Accepta�ice. "1"he Work �viil be eot��pleta for Fi�sa( Acceptance within 30 �vo��king days afta�� the data wlten tt�e Co�itract Time commences to ���tn �s provicied i�� I'aragr�pf� 12.0� of tlte Staa�daz-d City Canditia��s of tl�e Construction Ca�rt���ct for Develaper A�varded P��ojects. 3.3 Liqziid�ted darnages Co��t�•actar recognizes th�t time is of tl�e essetice of tllis Ag�•eet�ient a�ici #l�at Develope�• tivitl si�ffer fiiiancial ioss if the Wor•k is ��ot co���pleted \Vi�Il1El the titnes specified iit Paragraph 3.2 above, �tus any exteusiocl tliereof� aliowed i�� accoec{�nce �vitl� A��ticle 10 of the Sta�ada�•d City Co�idit'sons o# the Construction Co��t�•act for Developer Atvarded Projects. Tl�e Contcactor also recognizes tiza deiays, ex�ense and difficttlties i�ivaived iu �rovi�lg in a iegal ��roceeding tl�e aett�al loss st�ffei•ed by tl�e Developea� if die Wo�•k is �iat coti�pleted o�r #i1�ie. ACCOI'd1E1gLj�, i�istead o� req��i��i��g any sucla p�-oof , Caa�fractar agt�ees tlaat as lic�uidated damages fot• cielay (ht�t �zok �s a pe�ialtY), Cotit►�aator sltall pay D�veloper• Tfvo Huncirec� &�+i#'tv �3oll���s (�25Q.001 for eael� day tliat e;�pires after fhe ti��ae specified in Paragraph 3.2 for Fiizal Acce�tance u�iiil the Ciiy issues the Fi�3ai Letter of Acceptance. CITY fl� 1�ORT WOR'1'H Trndition Piiase 6A S7'ANDARD C'ONSTR[1rT1(3N SPF.CIFTCATIQN 1]OCCJ�fENTS —nAP Cii�� Project �/]06270 Re<<ised June 1G, 2Q16 0�5243-2 Developer A��•arded ProJect Agreement Pagc 2 of 4 A������e a. C(}NTRACT PRIC� bevelo�er• agrees to pay Cai1h•actor fc��• �e�•farmance of the Work ii� accordai�ce tivith the �ontraet Docuttients a�� at��ount in cui�rent fi��ids of One Millio�t, Oue )iurid�•ed at�ci Oue Tlious�nd, Sevei� Hundrecl a��d T�vo Dollars ant� Ser�e��iv-�i�fit Cents. (�I,101,702.78) A��ticle 5. CONTRACT DOCUMENTS 5, I CONTENTS: A. T►�e Contt•act Docu���ents �vitich comprise th� e�ltire agreemeitt betwee�t Developer a►�d �ontracto�• co�icerning fhe Work consist of t(�e fallo�ving: t. Tt�isAgree��le�rt, 2. Attacl�r�ae��ts to tiais Agi•e�ment: �. Bid Porm (As providec� by Developer) 1) P�'oposal For�n (DAP Vei•sian} 2) Prequ�li�eafio�l Statement b. Insi�ranca ACORD Form(s} o. P�yme�3Y Bond (DAP Vei•sio►i} d. PerFoi•i7�auce Bo��d {DAP �ersion} e. Mainfen��ice BoY�d (DAP Version) f. �o�ve�• of Attai�ney for ti�e Bonds g. Woa�ke��'s Cotj���e�tsatia�i Affidav�t 3. Sta��dard �ity General Co�lditions of the Co�lstructioii Co�itract for Deve�oper A�varded Prajects. 4. S��ecificatia��s speci�cally made a pat�t af the Coi�tract Docttu�en�s by �t#t�cl�me�it or, if iaot attacl�cd, as i��co►�poralerl by �•efera�zce a��d d�scri6ed in ti�e Tnb1e of Coitte►�ts of tl�e Project's Conti�act Dacuments. 5. Di�a�vings. 6. Addetlda. 7. Docucne��tatio�� subtiiitted by C�r�t�•aciar p�•iar to Notice af A�vard, 8. Tl�e follo�vi��g wl�icl� �T�a�f be deti�rered or isst�ed after the Effective Date o€ the Agreemeirt anc1, if isst�ed, became an i��cor�a��ated part of the Ca3ltract Docu���ents: a, Notice to Proeeed. b. Fietd Oeders, c. Change 03•ders. d. L.ettea� of Final Acce��tance. Cl'fY OF POR'P WORTH 7'rnditiou Phese 6A S7'ANDAI217 CONSTRUCTIO�I SPECIFICATION DOCUMENT5 —Df1P Cif�� FrujcCt � 106270 Revised 1i3�ie 15,2016 6fl 52 43 - 3 Developer At��arded Prajwt Agreentent Pz3gu 3 �f4 A►•ticae 6. TND�MNI��CATYON 6.1 Cont}•acfor covenanis autI agrees to i��cl�m�iif3�, hold li�rr��less s�ncl ciefend, At its owz� expense, tl�e cit��, its afticet•s, see-va�ts ancl e�nployees, from ancl against an�1 and all CiAIIIiS �1•isi�i� ouf of, oe allegeci to aa•ise out oi, the worl� and se�~v�ces to be �arfarmetl by fi�e co�iti•ac#or, its of�cei�s, agenfs, employees, subcantraetars, licenses oa• invitees ut�tiea� this co►�ta•aet. T]iis inclemnificafion n�•ovision is snece�c�llv intea�ded to ur�erate ancl be af%ctiti�e eveit if �t is alle�ect o�• ni�oven tl�at all or sa�ite o�' tl�e c�a�naees �ei��� so���ht `ver�e caused, in wl�ole o�� in nax�t. �v �n�- xct, omission a�• aieeiiser�ce of tlxe cit�,�. ihis i�icle►ta��ity px•ovision is infQncIecl to ittctucle, witlivut limitatioit, in�lemnity for costs, expe�ases ancl IegAl �ees j�iciirrecl by ii�e ci ,ty i►� clefencii«g agaii�st sucl� clainYs aud causes of actions. &.2 Cantractoz• caveu�wfs ancl agrees to inclemnify ancl hold harmless, at its o���n expense, tlie city, its officers, se��vants anci en�ployees, from and agair�st a�yy anci ayi Coss, c�amage ai� clestt�uctian of pi•o�erty of tlie eity, �i•isii�g ou# of, or altegecl to arise oi�t of, tl�e �voric aud sei��ices to be �erforit�ed by tl�e contr�cio��, its officers, agents, enx�loyees, stibconfracturs, licei�sees o�• ii�vi#ees ��nder tl�is ca►zta•�ct. Tliis ii�deni��ificatioit �z•o'visifli� is specific�llY i��te���ted to ot�erate and be effective even if' it is a[Ie�ecl ar na�ovez� tlxat all oa� sonae o#'tUe clanz��es beine soi��[�t were ca��secl, in vf�l�ole o�� iT� n�x�t,, i�v anv act, omissi�z� o�• negli�er�ce of tfae citv. A�•Yicle 7. MISCELLAN�OUS 7.1 Terins. Te�•ms ��sed i�i tliis Agi•eei»en# are defined in At�ticle 1 of the Stat�daed City Go�iditioi7s of tl�e Canstructian Coritract for Developer A�varcied Projects. 7.2 AS5igi1111011t Of C41]tI'aCY, Tllis �1gt�ee:�ietit, i��cli�cling �Il of tiie Coi�tz•aet Doc�t��iei�ts niay� �iot be �ssig�ied by tiie Co�itt•actor �vithout tl�e adva�3ced express �����itten consent of the Develope�-. 7.3 St�ccessors aiid Assi�Eis. Develo�er and Contractor eac3� 6inds itsetf, its p�rt��ers, successors, assigns and le�al �•epz'ese�itaiives to the otl�er party hereto, i�3 1•espeet to all covei3a�its, ag�•eeme�rts a��d obligatio��s cantained i33 the CoFii�•act I�actinieiits. �.4 Severability. A�iy provision or pa�•t of tl�e Coi�tract Doc�m3ents held to be uncaitstitrrtional, �roit� nr� �inenfarcea�[e by a co�ii•t of co���petel�t juriscliction sfiail be deerlled stcicke��, a�id all rcmair�in� }�i�ovisioi�s st�ail conf�n��e to be valid and bi�idi��g upoi� DEVELOPER aiid eONTRACTOR. 7.5 Croveriti�ig La�v ancl Veiiue. Tl�is A�reeme��t, includi��g all of ttie Co��h�ct Docu�aaet�ts is perfor«�able in the State of Teaas. Venue s1�a11 be Tar•rant Co€►taty, Texas; or tt�e United States Dis4t�ict Cottri fa�• the Nortlieru District of Texas, Fort Worth Divisiot�. CI'7'Y OF i'01�'�' tVORTH 'I'radition Phase 6A STANDARD CONS"1'RUCTION SP�CIT'1CA'i'ION DOCUMENTS —DAP CiE}' Projcct # I Ob27� Revised 3une1G,20IG 00 52 43 - d Det�eloper A���arded Projcct Agreenunt Page 4 of�4 7.6 Authority to Sign. Contractor shall attach evicience of authority to sign Agreement, if other than duly autho�•ized sigiiatoiy of the Contractor, 1N WITNESS WHEREOF, Developer and Contractor ha��e e�ecuted this Agreement in nniltiple counterpai�ts. Tl�is Agreeuient is effective as of the last date sigiied by tlie Parties ("Effective Date"). Co�itractoi : Develope� : LH Lac,y Company, Ltcl. Spiu• Wildflower Developme�it, L.P. By: �� � (�ti���ture) BL �� W' V L• L.�� (Pri �ted Name) Title: 1"Ct�-�,r..,,' ��� Company Name: LH Lacy Compauy, Ltd. Address: 1850 Ci•u�vn Di•. #12U0 Dallas, TX 75234 Date: � I �i I �l� By: � ignafure) John Brian � (Printed Name) IAuthorized Signatory Title: Company Name; Spiir V4'ildflower llevclopment, L.P. Addcess: 90�10 To�►vn Center Pl�iy, Suite 200 Lalce�voocl Ranch, FL 34202 Date: January 14, 2026 C17'Y OF FOR7' 1VORTH 7'radition Phasc GA STANDAIiD CONSTRUCi'IO\ SPECIFICATION DOCUMEN'I'S —DAP Cily Projcct il 106270 Reviscd June 1G, 201G I DATE (MMIDD/YYYY) A�oRo� CERTIFICATE OF LIABILITY INSURANCE 1/5/2026 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: R@b2CC8 SW8111 Bowen, Miclette & Britt Insurance Agency, LLC I PHONE ,Aic. Noi: 713-880-7166 2800 North Loop West, Suite 1100 �aic. No. ex�r 713-880-7100 I Houston TX 77092 I ADDR�ess: rswain@bmbinc.com INSURED LH Lacy Company, Ltd. PO Box 541297 Dallas TX 75354 I INSURER(S) AFFORDING COVERAGE NAIC # iNsuReRa: Amerisure Insurance Company 19488 LHLACYCOMP INSURER B: Alll21'ISUfE MUYUBI IIlSUf81lC2 COITlpBny 23396 I iNsuReR c: Great American Ins Co 16691 I INSURER D : � INSURER E : I INSURER F : COVERAGES CERTIFICATE NUMBER: 1091640320 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 �+DDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYYI (MM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY Y Y CPP20675291601 2/1/2025 2/1/2026 EACH OCCURRENCE $ � CLAIMS-MADE � OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: � POLICY � PR� � LOC JECT OTHER: B AUTOMOBILE LIABILITY Y Y CA20675281502 X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON-OWNED X HIRED AUTOS X AUTOS B X UMBRELLA LIAB I X I OCCUR Y Y CU21165750402 EXCESS LIAB IHI CLAIMS-MADE DED I X I RETENTION $ p q WORKERS COMPENSATION AND EMPLOYERS' LIABILITY .� � N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED� � N � A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below C 2nd Layer Excess Liability Y Y WC20675301501 Y TUE019900514 2/1/2025 2/1/2026 2/1/2025 2/1/2026 2/1 /2025 2/1 /2025 1,OOQ000 DAMAGETO RENTED PREMISES (Ea occurrencel $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERALAGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ COMBINED SINGLE LIMIT (Ea accident) $ 1.000.000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) $ EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ 2/1/2026 I X I STATUTE I I ERH I E.L EACH ACCIDENT $ 1,000,000 I E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 2/1/2026 Per Occurrence 9,000,000 Aggregate 9,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) 3rd Layer Excess Liability — EX-3W712990-25-NF — Travelers Property Casualty Co of America (02/01/2025 - 02/01/2026) Each Occurrence $4,000,OOO;Aggregate $4,000,000 The following policy provisions and/or endorsements form part of the policies of insurance represented by this certificate of insurance. The terms contained in the policies and/or endorsements supersede the representations made herein. Electronic copies of the policy provisions and/or endorsements listed below are available by emailing Contact Person shown above. See Attached... 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 Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ������� O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LHLACYCOMP LOC #: �� � A�ORD ADDITIONAL REMARKS SCHEDULE Page � of � AGENCY NAMEDINSURED Bowen, Miclette & Britt Insurance Agency, LLC LH Lacy Company, Ltd. PO Box 541297 POLICY NUMBER I Dallas TX 75354 CARRIER ADDITIONAL REMARKS NAIC CODE I I EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General Liability: Blanket additional insured Ongoing Operations per form # CG7324 03/23 Blanket additional insured Completed Operations per form # CG7324 03/23 Blanket waiver of subrogation per form #CG 70 63 04 17 Blanket primary/non-contributory per form # CG7324 03/23 Automobile: Blanket additional insured per form #CA 71 18 11 09 Blanket waiver of subrogation per form #CA 71 18 11 09 Blanket primary/non-contributory per form #CA 71 65 10 07 Worker's Compensation: Blanket waiver of subrogation per form #WC 42 03 04 B Umbrella Liability: Blanket additional insured per form # CU0001 04/13 Blanket waiver of subrogation per form # CU0001 04/13 Blanket primary/non-contributory per form # CU7467 03/23 2nd Layer Excess Liability: Blanket additional insured per form #TAU 9500 11 97 Blanket waiver of subrogation per form # TAU 9999 11 97 Blanket primary/non-contributory per form # TAU 9999 11 97 3rd Layer Excess Liability: Blanket additional insured per form #XP 00 01 05 14 Blanket waiver of subrogation per form #XP 00 91 10 16 Blanket primary/non-contributory per form #XP 01 65 02 14 Project: City Project #106270 Tradition Phase 6A located in Fort Worth FID #30114-0200431-106270-E07685 Certificate Holder Includes: The City of Fort Worth, its officers, employees and servants ACORD 101 (2008/01) O 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP20675291601 Agency Number Policy Effective Date 02/01 /2025 Policy Expiration Date 02/01 /2026 Named Insured LH Lacy Company, Ltd. Date 02/01 /2025 Agency Account Number Issuing Company Bowen, Miclette & Britt Insurance Amerisure Insurance Company A. SECTION II - WHO IS AN INSURED is amended to add as an additional insured: 1. Any person ororganization with whom you have agreed in a"written agreement" that such person or organization be added as an additional insured on this policy, and any other person or organization you are required to add as an additional insured under such "written agreement". 2. If "your work" began under a written letter of intent or written work order, any person or organization who issued the written letter of intent or written work order, but: a. such coverage will apply only for 30 calendar days following the date the written letter of intent or written work order was issued; and b. the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the written letter of intent or written work order. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. For the purposes of the coverage provided by this endorsement, a"written agreement" means a written contract or written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. The insurance provided by this endorsement does not apply to any person or organization that is specifically listed as an additional insured on another endorsement attached to this policy. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 1 of 3 POIICy NUlllb@P: CPP20675291601 Effective Date: 02/01/2025 Expiration Date: 02/0�/2o2s B. The coverage provided to any person or organization added as an additional insured pursuant to Paragraph A.1 is limited as follows: 1. If the "written agreement" specifically and exclusively requires you to name the person or organization as an additional insured using the ISO CG 20 10 endorsement with edition dates of 11 85 or 10 01, or the ISO CG 20 37 10 01 endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" for that insured by or for you. 2. If the "written agreement" requires you to name the person or organization as an additional insured using the ISO CG 20 10 and or CG 20 37 endorsements without specifically and exclusively requiring the 11 85 or 10 01 edition dates, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf. 3. If the "written agreemenY' requires you to name the person or organization as an additional insured for operations arising out of your work and does not specify an ISO additional insured endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of your acts or omissions, or the acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the sole negligence of the additional insured unless specifically required in the "written agreemenY'. 4. If none of the above paragraphs apply, then the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreemenY'. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. However, the insurance afforded to such additional insured only applies to the extent permitted by law. C. The insurance provided to an additional insured under this endorsement does not apply to: "Bodily injury" or "property damage" included in the "products-completed operations hazard" unless the "written agreement" specifically requires such coverage (including by specifically requiring the CG 20 10 11 85). To the extent the "written agreemenY' requires such coverage for a specified amount of time, the coverage provided by this endorsement is limited to the amount of time required for such coverage by the "written agreemenY'. 2. "Bodily injury", "property damage", or "personal and advertising injury" arising out of an architecYs, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: The preparing, approving, or failing to prepare or approve: (1) Maps; (2) Drawings; (3) Opinions; (4) Reports; (5) Surveys; (6) Change orders; CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 2 of 3 POIICy NUlllb@P: CPP20675291601 Effective Date: 02/01/2025 Expiration Date: 02/0�/2o2s (7) Design specifications; and b. Supervisory, inspection, or engineering services. D. The limits of insurance that apply to the additional insured are the least of those specified in the "written agreement" or declarations of this policy. Coverage provided by this endorsement for any additional insured shall not increase the applicable Limits of Insurance shown in the Declarations. The limits of insurance that apply to the additional insured are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. E. With respect to the coverage provided by this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self-insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if the "written agreement" requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 3 of 3 I DATE (MMIDD/YYYY) A�oRo� CERTIFICATE OF LIABILITY INSURANCE 1/5/2026 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: R@b2CC8 SW8111 Bowen, Miclette & Britt Insurance Agency, LLC I PHONE ,Aic. Noi: 713-880-7166 2800 North Loop West, Suite 1100 �aic. No. ex�r 713-880-7100 I Houston TX 77092 I ADDR�ess: rswain@bmbinc.com INSURED LH Lacy Company, Ltd. PO Box 541297 Dallas TX 75354 I INSURER(S) AFFORDING COVERAGE NAIC # iNsuReRa: Amerisure Insurance Company 19488 LHLACYCOMP INSURER B: Alll21'ISUfE MUYUBI IIlSUf81lC2 COITlpBny 23396 I iNsuReR c: Great American Ins Co 16691 I INSURER D : � INSURER E : I INSURER F : COVERAGES CERTIFICATE NUMBER: 2052151574 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 �+DDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYYI (MM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY Y Y CPP20675291601 2/1/2025 2/1/2026 EACH OCCURRENCE $ � CLAIMS-MADE � OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: � POLICY � PR� � LOC JECT OTHER: B AUTOMOBILE LIABILITY Y Y CA20675281502 X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON-OWNED X HIRED AUTOS X AUTOS B X UMBRELLA LIAB I X I OCCUR Y Y CU21165750402 EXCESS LIAB IHI CLAIMS-MADE DED I X I RETENTION $ p q WORKERS COMPENSATION AND EMPLOYERS' LIABILITY .� � N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED� � N � A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below C 2nd Layer Excess Liability Y Y WC20675301501 Y TUE019900514 2/1/2025 2/1/2026 2/1/2025 2/1/2026 2/1 /2025 2/1 /2025 1,OOQ000 DAMAGETO RENTED PREMISES (Ea occurrencel $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERALAGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ COMBINED SINGLE LIMIT (Ea accident) $ 1.000.000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) $ EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ 2/1/2026 I X I STATUTE I I ERH I E.L EACH ACCIDENT $ 1,000,000 I E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 2/1/2026 Per Occurrence 9,000,000 Aggregate 9,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) 3rd Layer Excess Liability — EX-3W712990-25-NF — Travelers Property Casualty Co of America (02/01/2025 - 02/01/2026) Each Occurrence $4,000,OOO;Aggregate $4,000,000 The following policy provisions and/or endorsements form part of the policies of insurance represented by this certificate of insurance. The terms contained in the policies and/or endorsements supersede the representations made herein. Electronic copies of the policy provisions and/or endorsements listed below are available by emailing Contact Person shown above. See Attached... 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. Spur Wildflower Development, L.P. 9040 Town Center Pkwy, Suite 200 Lakewood Ranch FL 34202 AUTHORIZED REPRESENTATIVE ������� O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LHLACYCOMP LOC #: �� � A�ORD ADDITIONAL REMARKS SCHEDULE Page � of � AGENCY NAMEDINSURED Bowen, Miclette & Britt Insurance Agency, LLC LH Lacy Company, Ltd. PO Box 541297 POLICY NUMBER I Dallas TX 75354 CARRIER ADDITIONAL REMARKS NAIC CODE I I EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General Liability: Blanket additional insured Ongoing Operations per form # CG7324 03/23 Blanket additional insured Completed Operations per form # CG7324 03/23 Blanket waiver of subrogation per form #CG 70 63 04 17 Blanket primary/non-contributory per form # CG7324 03/23 Automobile: Blanket additional insured per form #CA 71 18 11 09 Blanket waiver of subrogation per form #CA 71 18 11 09 Blanket primary/non-contributory per form #CA 71 65 10 07 Worker's Compensation: Blanket waiver of subrogation per form #WC 42 03 04 B Umbrella Liability: Blanket additional insured per form # CU0001 04/13 Blanket waiver of subrogation per form # CU0001 04/13 Blanket primary/non-contributory per form # CU7467 03/23 2nd Layer Excess Liability: Blanket additional insured per form #TAU 9500 11 97 Blanket waiver of subrogation per form # TAU 9999 11 97 Blanket primary/non-contributory per form # TAU 9999 11 97 3rd Layer Excess Liability: Blanket additional insured per form #XP 00 01 05 14 Blanket waiver of subrogation per form #XP 00 91 10 16 Blanket primary/non-contributory per form #XP 01 65 02 14 Project: City Project #106270 Tradition Phase 6A located in Fort Worth FID #30114-0200431-106270-E07685 ACORD 101 (2008/01) O 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S BLANKET FLEX ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP20675291601 Agency Number Policy Effective Date 02/01 /2025 Policy Expiration Date 02/01 /2026 Named Insured LH Lacy Company, Ltd. Date 02/01 /2025 Agency Account Number Issuing Company Bowen, Miclette & Britt Insurance Amerisure Insurance Company A. SECTION II - WHO IS AN INSURED is amended to add as an additional insured: 1. Any person ororganization with whom you have agreed in a"written agreement" that such person or organization be added as an additional insured on this policy, and any other person or organization you are required to add as an additional insured under such "written agreement". 2. If "your work" began under a written letter of intent or written work order, any person or organization who issued the written letter of intent or written work order, but: a. such coverage will apply only for 30 calendar days following the date the written letter of intent or written work order was issued; and b. the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the written letter of intent or written work order. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. For the purposes of the coverage provided by this endorsement, a"written agreement" means a written contract or written agreement that: 1. requires you to include a person or organization as an additional insured for a period of time during the policy period; and 2. is executed prior to the occurrence of "bodily injury", "property damage", or "personal and advertising injury" that forms the basis for a claim under this policy. The insurance provided by this endorsement does not apply to any person or organization that is specifically listed as an additional insured on another endorsement attached to this policy. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 1 of 3 POIICy NUlllb@P: CPP20675291601 Effective Date: 02/01/2025 Expiration Date: 02/0�/2o2s B. The coverage provided to any person or organization added as an additional insured pursuant to Paragraph A.1 is limited as follows: 1. If the "written agreement" specifically and exclusively requires you to name the person or organization as an additional insured using the ISO CG 20 10 endorsement with edition dates of 11 85 or 10 01, or the ISO CG 20 37 10 01 endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" for that insured by or for you. 2. If the "written agreement" requires you to name the person or organization as an additional insured using the ISO CG 20 10 and or CG 20 37 endorsements without specifically and exclusively requiring the 11 85 or 10 01 edition dates, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf. 3. If the "written agreemenY' requires you to name the person or organization as an additional insured for operations arising out of your work and does not specify an ISO additional insured endorsement, that person or organization is an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" arising out of your acts or omissions, or the acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreement". This coverage does not apply to liability arising out of the sole negligence of the additional insured unless specifically required in the "written agreemenY'. 4. If none of the above paragraphs apply, then the person or organization is an additional insured only for, and to the extent of, liability arising out of "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or in part, by your negligent acts or omissions, or the negligent acts or omissions of others working on your behalf, in the performance of your work as specified in the "written agreemenY'. This coverage does not apply to liability arising out of the independent acts or omissions of the additional insured. However, the insurance afforded to such additional insured only applies to the extent permitted by law. C. The insurance provided to an additional insured under this endorsement does not apply to: "Bodily injury" or "property damage" included in the "products-completed operations hazard" unless the "written agreement" specifically requires such coverage (including by specifically requiring the CG 20 10 11 85). To the extent the "written agreemenY' requires such coverage for a specified amount of time, the coverage provided by this endorsement is limited to the amount of time required for such coverage by the "written agreemenY'. 2. "Bodily injury", "property damage", or "personal and advertising injury" arising out of an architecYs, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: The preparing, approving, or failing to prepare or approve: (1) Maps; (2) Drawings; (3) Opinions; (4) Reports; (5) Surveys; (6) Change orders; CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 2 of 3 POIICy NUlllb@P: CPP20675291601 Effective Date: 02/01/2025 Expiration Date: 02/0�/2o2s (7) Design specifications; and b. Supervisory, inspection, or engineering services. D. The limits of insurance that apply to the additional insured are the least of those specified in the "written agreement" or declarations of this policy. Coverage provided by this endorsement for any additional insured shall not increase the applicable Limits of Insurance shown in the Declarations. The limits of insurance that apply to the additional insured are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. E. With respect to the coverage provided by this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. a. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: (1) Primary; (2) Excess; (3) Contingent; or (4) On any other basis. In addition, this insurance is excess over any self-insured retentions, deductibles, or captive retentions payable by the additional insured or payable by any person or organization whose coverage is available to the additional insured. However, if the "written agreement" requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative only to the other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. For any other insurance available to the additional insured where that person or organization is not a Named Insured, this policy will share coverage with that other insurance based on the terms specified in Paragraph b. Method of Sharing below. b. Method of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this method, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. CG 73 24 03 23 Includes copyrighted material of the Insurance Services Office, Inc., with its permission Page 3 of 3 O[} G2 I 3- 1 PIiRI'ORAiANCli 13DN[) Pngc I of 2 SECTION 00 b2 13 Sond �la. F418475 PERFORA�IANCE BOND THE STATE ON TFaAS § § Kn`O��' ALL BY TH�SE P[i�;SENTS: CniJNT1' Or TARRAIlT § Tl�at �ve, LH Lacr� Cn�una��v. [�td. . knc��a�c� as "��rincipaf" l�erein anc�, Great American Insurance Comnanv a corparate surety{sureties, if inore if�a�i oc�e) duly aiElk�orized to do busi��ess in tlie 5t�te of Texas, know�� as "SureEy" l�erein (���hether one ar more), are lielci ancf �i�•n�ly bound uc3to tlie Developer, Suur !�'ildflawe�• Develoc►���ent. L.P. , atEthorized to do business in Tes�s ("Deve[opeE"} and the City ofFort 11'orth, a"1'eaas ���uiiicipal corpo��alion ("City"}, i�i tk�e pe��al siin� of, Oite Atillion. Oi�e Hii��c���eci O��e T��oi�sa��[I, Seve�� H����dred Two Doliars a��d Se►�enh�-Eieht Ce��ts. (51,IU1,7U2.78i , la�vful money af tf�e Ui�itecl States, to be �aid i�i Fort �Vortfa, Tarran! Cot[�ify, 'I'exas foe tha pay►��e�it oi�ti=hicE� stir�t �veli aud ttt�ly to he made joi��tly unto tE�e Developer a�id tf�e City as dual aUligecs, �ve bi��d oiirse[ves, oiir (�eirs, e�ecuEors, administrators, successo��s �nd assig�is,,jniiitEy �iid severally, finnly by tliese presents. R'HEREAS, De�reioper and City l�ave enterec[ into a�� Agreement for tE�e constr��ction oi couut�unit}� facilities i�t tlte Citp of Port «�orl�� by and tliraugli a Co�uE��i�nity Pacifities Agreeme��t, CI=A Nw��ber 25-OI79 ;nnd 1VHEREAS, tlie Pri��cipal has e��terecf inEo a cerlain written contract �vitl� tl�e Develo�er awarded r��� 14 ����, of January , 202G, ���liich Contract is f3ereby referred to and n�ade a part ]tereof for all pur��oses as if fully set fortE� I�erein, to fiin�isl� all materials, ec�uipmeni labor �ud atf�er accessories definec� by la�v, i�� il�e prosecutiou of tl�e 1Vark, i��eluding a�iy Change Orc�e��s, as provided for in s�ic� Contract desigr�ated as Traciitinn PLase 6A. 1�01i', THEREFORE, the coa�dition of il�is ablig�tiotj is sucli tltiat if tl�e said Pri��cipal s1�alE faitlifi�lly peri'orm it oUligalioi�s under El�e Cantract and sl�all in alf res��ects dul�� a�id faiH�fiilly perfar�n ihe 1VorE;, inclE�ding Cl�ange ()rders, u��der the Contract, according to tE�e pla�is, specificatio�is, and coutract doc�i�3te��ts therei�� referred ta, ai�d as �veli during a�ty period of eatension of tl�e Contract tl�at may be granted on tlte nari of Ehe Develnper a�ic�/or City, tl�en tf�is ob[igatioe� sliali be aE�d becon�e null �ud void, odier+��ise ta re�nain i�� full force a�id effect. PRO�'IUED FURTHF,R, that if any legal action be filed on tl�is Eio��d, ��e�tue sl�afl lie in Tarra�tt Coa��ty, Teaas or the Unifed Stafes District Couc-t for the Nortliern District of Texas, FOI� ���Ol�I3 DEVISlOt]. {']`PY OP F0I27' Il'OR'1'}t I'raditio3� 1'ii;�sc GA 57'�INUAEiI} C!"E'Y CON[)I"['EONS -- i)F.VEL(3E'E:R ALL'A[tDED NRO7I:C7�S City ['r�ject!! 106270 Rcviscci Januar}� 3E, 2012 Ufl fi2 I 3- 2 E'EiIiPOItAiAtJCE 130N[) Pagc 2 of 2 This bond is made �nd erecuted ie� complili7ce �`�itl� t�ie provisians of Cf�apter 2253 of ihe Te.r•�s Governi��ei�t Code, as a�uer�ded, arocf all Eiabilities o�i tl�is boiad sliall be deterntinec� iii �eeordlnee �j�itli tiie pra��isions ofsaid statue, 1N ��'ITN[:S5 WHF.REOF', the Princip�il and the Surety have SIGNLU and SEALEb Ihis instrument Uy duly authorized agenis ar�� ofticers o�i this the 14 day of January , 2p2�, PRINCIPAL: ATT�ST: r � ��� � `1 � ;'�kU �4 �l1 �i�'.�� ` ��- � � riiticip�l} Secretary . � �- — 11'itness �s tn Principal �--' li>>t�iess as t refy AI Johnson L.H. Lacy Company, Ltd. BY: SI�,I1�lilkiC � C-���,� G� ,�,.� Nattie and "]ltle t�rrl..� �c�r Address: i880 Crown Drive, Suite 120Q Dallas. TX 75234 SUftETI': Great American Insurance Co,moar,v � �� r BY: Signat�u•e , David T. Micletle. Attornev-in-Fa::t N��ue �nd Title AddR•ess: 301 E. Fourth Street CincinnaEi, OH 45202 'I'elepho�ie Num�er: (593� 369-5000 *Note: If signed bJ� an ofticer of the Surety Compan��, there must be on tile a certitied extract Fi•om Ihe by-la���s sho�ving tiiat Ihis ��erson has authority ro sign such oblig�tior�. If Snrety's physical adctress is different froi�i its mailing ndcEress, Unth musl be provided. 'l�he date of the Uoiid shall nat be priar ta the dale Ihe Contr�ct is a�v�rded. CI I"1' OF POFi7� L�'OR`I'l l 5`CtINbARU C I'CY CUNUI7�lONS —17E1'ELOPER AL1'ANllEU E'IZUJGC7'S Rcrised 7.1115F��1�' �I, iS1jZ 7Yadilion i'hasc GA Cih� Projccl # 10G27Q ua �z ia- � I'AYAiI:NT IIONfJ Pzgc l c�t�2 THE STATE OI+' T�XAS COUNTY O�' TARRANT s�cTraN aa �21� PAYMENT BOND Bond Nv. �'498975 § § KNOVV ALL BY TH�S� PRESENTS: § T'l�at tve, LH Lary Co�f�n�nv. Ltc�. , kna�vn as "PI'IE10E�ilE" he��eitt, and �reat American Insurance Gompany , a c�rparate s��rety ( o�� s�trefies if ���o��e t1�an one}, duly atttl�orized to do busi��ess i�� t}�e State of Te�as, k�to«n as "Sur•ety" lierein (�vE�efl�er aate or »tore), are heEd and tii���ily E�ounc� unto the Develo�3er, Stn�E• �Vild�lo"ter De��elos�nie�it. L.P., autliarized to da b��si�3ess iu Te�as "(Developer"}, anc� tl�e City of I'o��t V�rorth, a Texas m��nici�al co�•�c�ratioE� ("City"}, ict tlte pe»al su��� of One Million, Onc Httnd�•ed n��e Thonsand, Seven Huncirec� T�vo Dolla��s ���d Se��e�it►�-Eiel�t Cents. f�1.10I.702.78) , la�vfi�! �none}, of tl�e U��ited States, to be �a�d i�� Fart �'ortl�, Tai-ra»t Co��nty, Texas, for tl�e pay»fe��t af ���l�ic}� stt�tt tvel] and trtily be r��ade joi��tly u��to tlie Developer and tfte City as dttal obligees, ���e bii�d ot�tsehres, aur hei��s, esecutors, ad��tittistrators, successors and assigns, joi��tly and se�e�•ally, fir��fly by tkiese presents: WHEREAS, Developer a��d City l�ave entered into an Ag��eement for ttle construction o�' con��tiu��ify faciiiEies in t1�e City of Fort VVorth, by and tl�rough a Co���n�uniiy T'acilities A�;��eetnet�t, CFA Nsu��beE• 25-U179 ; aT�d WHCR�AS, P��i�icip�k ftas enteeed into a ce��tain �vritte�� Conh�act �vitl� Develaper, ��i�arded tlje 14 c��y of January , 2026, �vhicl� Cotitract is l�e�•eE�y refe����ed to aE�d t�iade a part fiereaf for al[ }�urposes as if fi�ily set forEh lierei��, to ft�rnish a[! ittaterials, ec�t�ipr��ent, labor and athe�• accessories as defiE�ed by law, in tl�e peosecution of t1�e Wark as pravided for in said Contract and designated as Trac�ition Pl�ase 6A. I�IO��', THER�FOR�, 'I'!-IE CONDITION OF �'H1S OBLIGATION is such tl�a� if Prii�ci�al sl�all pay all Ettonies o�vi��g to �ny (a��d a!I) pay�i�ent bo�3c� be��ef�ciarY (as defii�ed in Ci�a�ter 2253 of tl�e Texas Gove����rne�it Code, as �i�nended) i�� th� prosecution of the Wark imder tlae Cotih•act, the�� this obligalion sltali be a»d heco�»e nu(l aE�d vaid; otl}cr«�ise to re��tai�f in full force and effect. crrt� or rc��i��� �vcsrc-r�� S'E'ANT)ARD Cf"fl' L:ONDI"il()NS — llEl'I:L(71'Iift A«'AR[)I:E) PFZOJIiCTS Reti�ised 3anuary 3l, 2(�12 Tradition I'hasc GA Ci1}' Projccl i1106270 ou �z �a- z PAYt�9EN'i' 1iONU Pagc 2 ul'2 This hond is made a�id executed in campliance �vith tfle provisio�is of Cliapter 2253 ot the Te��s Governitient Code, as amencled, aiid all liabilities on this bonc� skiall �e dete�•mined in accordance �vith the provisi�ns of said st�tute. 1N WITN�SS VVHEREOI', tlie Principal a�id 5lirety ha�re eacli SIGNED anci SEALCD this instrimie��t by dul�� ai�thorized agents and afticers an this the 14 d�y of' January , 202G. PRINCIPAL: L.H. Lacv Comoanv. Ltd. ATTEST: 3U:1� �'1k� ���'�'arl - - - �'ri�icipal) Secretar�� � �� � _J�� , _��-�: � Witness as ta Pr�izci�a! ATTEST: (51n•ety) �di�P� � AI Johnson, Witness sY: . P���t� Signatu��e Nante arici Title Address: 1880 Crown Drive, Suite 120D Dallas, TX 7523Q SURETY; Greaf American Insurance Comnanv . ' � — BY: � Signature David T. Micletfe. Attornev-in-Fact Name and Title � - �%L' Witttes �s lo t�ret)' Rita G. Gulizo Address: 301 �. Fourth Street Gincinnati. DH 45202 'I'elephone Nu»fUer; ;513] 369-5000 Nate: If sigi�ed by a�i c�ft7cer of tl�e S�u�ety, tl�ere �uust be ori fiie a ce��tified e�tract ti•om the bylaws sha���ing tliaf fhis persan h�s atiti�ority to si�i� such abligatian. If Si�rety's �l�ysical address is differe�it ti-o��i its m�ilin� address, bnth musk E�e provided. The date of the bond shall not be prior to the date the Contract is ��varded. C1TY Ol� f0[t'I' 1i'OIZ'i i1 7'r;�ditiun E'hasc bA 57'�1NDARD C17 Y CONI)17�IONS — DL•'VIiLOI'�iR A�VARI)FI) PFZ(?.IEC'7�S Cr[1' 1'rojrct �f 10G270 Rc� iscd Janu,�ty 3 I. 20 i 2 OU 62 t 9- l h4A[N7'GNAIVCE f30NI) Page i of 3 THE STAT� OT+" T�XAS COUNTY OT TARRANT SECTION 00 62 19 MAINTENANCE BOND � � Tl�at ��re, LH Lacv Ca�n��anv, Ltd. , kno����� as "Principal" I�erein and Great American Insurance Companv , a cor�3orate sw•ety {suE•eties, if ntore tfiart one) d��ly �ulhorized to c3o b��siness in tl�e State of Texas, knotvl� as "Surety" herein {�vhetl}ee a�e or ma�e}, are l�eld anc� #irn�ly t�osi��d ��nto ti�e Developer, St�u►• VVildllower Der�elor�uient, L.P. , authorized to cio biisi»ess i�� Te�as ("De�elo�er") and ihe City of Fort Wo�1i�, a Texas i�lu��icEpal cor�7o�•atio�� ("City"}, in il�e su�3� af O�ie Millioi�. (}ne I-��inc�red One Thausa�ad, Seve�� Htu�c�red TH�p Dollars ���d Sevent��-Eielit Cetifis. (�1,101,7D2.78} , la���fiil ►noriey af tl�e United States, to be paid i�� Fart WoE�th, Tarra��t County, Tex�s, for }�ayme��t of �vhich sur» �vell and t����ly be ��iade joi»tIy uEtto tl�e Develaper a��d tlae City as dual obli�ees ai�ci It�eir successars, �ve i�ind o�u•selves, au�• lZeiE�s, executo�•s, adij�inisti•ators, s��ccessars ���d assigns, jaintl}' atid s�verally, fir'mly by these }�resei�ts. �'VHEREAS, Develo�er a�3d Cit}� l�ave entered into a�� Ag��ee»fe��t for tl�e co��st�•uction of can�tnuitity facilities in the City of Fflrt WorEl� by and througEi c� COlilElltl[lliy' Facilities Agree���e��t, CFA Nun�ber 25-0179 ; and WHERErf►S, tl�e PriEicipal I�as eifterec� ittto a ceE�tai» �vritte�� contract �vith Ihe Deve[oper a��rarded the 14 day af January , 202G ���hic}� CoE�tract is I�ereby �•eferred ta a»d n mac3e paet hereof #ar al1 p�irposes as if iiilly set fnrth 1�erein, ta fi�rnish all ��iaterials, ec�ui�i�iei�t labor and othe�• accessories �s de#i�ied E�y law, iE� ihe p�•osecutioi� of the Work, including any Work resultiEtg fi�o»� a duly autl�o�•ized Cl�ange 03•der {collective[y Iterein, tlte "Work"} as J}rovided for i�� s�id Contract a��d desi�;r�ated as Tr�ditio» Phase 6A, atid; WHEREAS, P��i��cipal binds itself to use s��cli i��ate�'ials aEtc� to so consiri�ct Ehe Wc�rk i�� accord�nce ��it1f the pla»s, speciticatia��s aTid Co�ltr�ct Docu���e�its ti�at the VI'o�•k is and �vill re»�ain fi�ee ii�o��� defects in ��}alerials or ���o�•ki�ianship for a»d d►��•ing the �eriod af t��o (2) ycars afier tl�e date of Fi»al Accepta�tc� ar the Work b}� the City ("Maiiitenance PeE•iod"); and ct't'�• o[� l-ott��' I��c�It'r1� S'fAT�I�ARF} Cf'Cl' CONUi'fIONS -- f)I_Vl:1.01']iEt A15'AIZDI:[3 PROJECFS Re��ised Ja�ivap� 3l, 2(� 12 Bond No. F418475 KNOVV ALL BY THESE PRESENTS: 7'radition Phasc GA Cit�• Project ilIUG270 ao raz � 9- z ��n�N���i.Nnncf. �3nrr[� Page 2 of 3 VVHEREAS, Prittci�a) bittds itself to repair o�� E�econsU�uct the Wo�•i: iti tvl�ole or in part ft�a�t receiving ��otice fi•o�n the Developer and/or City of tt�e need t[tereoi at a��}r tittte «�itlti�t the Mai��te»a��ce Periqd. NOW THEREFOit�, the co�aditia�� of il�is oUligation is sucl� that if Princi�al shall rer��ed}� a��}� defective Work, i'aE� �vhicli ti�»ely ��otice �vas provideci by Ueveloper o�� Ciiy, ta a con3pletiat� satisfackory to tf�e City, �hen this obli�;atiotti shall becor3�e n►�11 a�3d void; other�vise to �'e���ai�t i�t iull force a��d effect. PROVID�D, HOWGVFR, if Pri��cipa[ shall fail so to repair ae ��eco«struct any ti�nely noticed defecti�re Work, it is agreet[ that tEte Developer o�� City m�y cause any ��ad al] sucli d�fective Wo��k lo be repaired attd/or reconstriicted �vith all associated costs tlaereof being bor��e by the Principal a��d tl�e Surety u�ider tfiis Mai�atena��ce Bond; and PR(IVID�D l+'URTHEIt, t1�at if any legal actian be filed o�i tl�is Bond, ve�ft�e sl�all lie in Tar��arit Coutit3�, Te«s or tE�e UE�ited States Dist�'ict Caurf for the Nnrtl�e��n District af Teaas, F'o��# VI�OYt�l D1V15lOIl; and PROVIDEll FUIi1'HER, ti�at this ob(igatio�� shall be continu«us in riatu��e ai�d successi�e recoveries �na}r be had he�•enn far suceessive Ureaches. C["!-l' OI' FOIt7� �'�'OItTEj 7'rnditiai I'hasv GA STANllAtiU CI'1'Y C.ONi]I'E'EC7NS — pI�iVF.LOPIiR A13'AI2I)I:[) I'RO]ECTS Cil}' �'rojcct #1U6270 Reviscd ]:u�uaq- 3l, 20t2 OU b2 19- 3 �+7AlNTE:NANCE �30N❑ Pagc 3 of 3 IN WITN�SS WHEREOI+, ihe Princip�l ancl the Surety have each SIGNED �nd SEALED this inskrt�nlent U}r duly at�tho��ized agerits a»d ofticers or� this ti�e 14 day of January , 2026. PRINC! f�AL; TEST: /� , ,�1�_ ��l �- �.G' »cipal} Secretary � r �� >>�� � L.H. Lacy Company, Ltd. BY: Signature �� � �Vitness as ta Principnl ATTEST: � (Surety)� ��(�y( I Johnson, Witness ' '��/ ' /l� ,_ 11'itness as t� ure %Rita G. Gulizo ��� � C�l.�.. �cv-�� C�'� aiiie �nd Title Address: 1880 Crown Drive. Suite 1200 Dallas. TX 75234 SLift�'TY: Great American Insurance Cumn2nv f ) 0� � B1': r . � Sign�ture David T. Mic�ette, Attorney-in-Fact Nar�ie and 7'itle Address: 301 E. Fourth Street Cincinnati. OH 45202 Teieplione �liiml�er: ;5131 369-5Qp0 '�Note: If sigi�ed i�y an officer of the Surety Co�i�pariy, there n�ust be an file a certified e�tracl fi-om clie �}�-laws sho�ving tkiat this �}Cl'SOII h�s �t�tEiority ta sign st�ch obligation. !f Surety's pliysical address is differe�it from its mailii�g address, both must be provided. The date of the bond sl»ll i�ot be prior ta the date the Contract is a�ti�arded. C:[1'Y OF POli7' Gl'OR'1-}{ Tradition Phase 6A S'I'A1�'DARI) GITY CONGI7�lONS — UL G'F.LC3f'E:IZ AIVA[L13GD NROif;('1'S Cit�' l'rojctt !f I OGz7(i Reviscd Jas�uar}� 31. 2(112 . . GREAT AMERICAN INSURANCE COMPANYO Administrative Office: 301 E 4TH S7R�ET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 'I he nuinber oi' Exrsnns autliorizetl lt�• this pu���cr of aEtarnc) is no1 ntore ihan FOURTE�N No. n 22621 YO�VI�:R OF,1'f7'OR\El' I{NO11'ALI. ►1�:N 131"I'lIF:SE PItESP:\'I'S: 71tat tl�e (iRI:r1'I�AA[FiR[Cr1A! INSItIZANCL' COA�[PAN}; � coi�wralion orgnuizcd nnd existing under and Uy virtue ot lhe l�ws of the 51ate nl OLio, does hrmbti• rtal3�in,�f�, canstih�lc �nd �i�t>>uinl lh� ��ersnn nr pirons n�wcd belu���, ei�cU indit•idu.ally if I�larc 111an one is n;Emecl, it� lnic aiul la+etid olfan�ey-in-lact, tur il and in its n��mc, pl,�ce and slead la exccule s�u bihall'nl' Ihe said Cont��an}', ��s surel�, a�3p �md �ill ba�nds, undertal:ings and conlr.icls ufsurely+iiip, or ntiier ��riu�n uUlig.11lU[FS IIl IIIC li3ftlfe lhercol; �xo��ided thal tlte li�l�ilitti� ofdte saiJ Cump;uip on an�� sucli E�nnd, underiaking ur runtract ui suret��ship c.r•ecuted �indCr thiti ai3Eltnril)� sh.ill nu[ exCCed lhe ]imil sl�ited belo���. N�3me STAC�Y eOSLEY NIKOL� JEANNETTE ASHLEY BRITT DAVID T. MICLE77E LUCAS LOMAX NANCY RIOS WILL DUKE STACY OWE�fS RITA G. Gf1LlZO BARRY K MCCORD RdBERT C. DAVIS KATHLEEN CUCI(lER AARON HAWLEY SAiVDRA VILLEGAS /►�[iRs139 ALL OF HOUSTON, TEXAS I.imil ofE'o�rer ALL $70D,OOD,000 "Iliis Pot�rr ui�AlWrne)' rc�'ukes a!1 p[cvious' pu�5'Crs 15sueci on bel�alf of die atte�ntel'{s)-In-f icl namecf nl�o��e, IN 1V1'C\�f:S51V1 �GEtliO[� Ilm GRL'A"[�A\dfiRiCflT� 1t�15URANCI: C0�1PAAl1' h�s c�uscd Il�esc prescnts to be signed and �ltcslcd b�' its appro>>riatc ufiiccrs �nd its c:ur�roar,jle scal hcreunto allixed lhis 17TH day nf OCTOBEF2 2D25 Attctit �rzi:n�rnrt,�F��1rct�N iNsiiRnN�-r rn�rnnuv Q�r:,xs:.��f �' � �I • � ;��: ; � ` • �_ ��s ciu�nu .�n �<•r�rn� f7_~ .;,,; r�� - ;;. /.'' T)irisional S�viior 1�cr Pn�rJr�r� S�G1�1 E Of� C)]{�Q, ['Q[JN���Y UI� I IAA11L.1 ON - SS' JOHN K. 5'1Ef35TER (877-377-2A05} Onll�is 17TH day uf OCT08ER , 2025 , beli�re nte pee�annlll' :q>peared JO�IN I:. WL13S"CECt, to m� kvo��rti, Ucing tiuly stiti�nraa, deposes �nct sa1's 11�;�t hc resides in [`incinn�ti, [)Lio, thot isc is a[)it�isim�al Senior Vice Ymsident of tEie f3ond l)ivisian nf Gre�t Anterira�� insurance Comp.�n}', ti�e CnE�tp;4m' des�rii�ed in and t4'hich excculcd tEtc abn�e inslniment; lllill I1C k[ION'S �Ili til'i!I 11I (IEC Si11lI C 011l]]il[lj'; tliat tttc sca] :illi�e� tu lhe said instnimenl is sjui� cur��ur�3te seal; Ihat if «as su �Ili.r•ed h�' authnrill' of his otlice undcr the E3y -La«s uf said Ca�mErnnti�, ��scl 1h:H ite signed his n.3�z�e lhcreto b�� likc nuthority. ���,,,,� , 5li5AN A !(pFfpRST r` Notery �uhlic w�� �, � 5tale of Ohfu �r4 ,``�x`'' ' NIyCOfi111"1.�%�ifBS May 18, 2d30 ���� l ltis I'o��•cr ol A(lurnel' is granled h�� m3thuri�y ol'llu fi�f�rn��i��g r�snlutit���c adopled by tlte 8nard ol'[)irrctors of'Urcat Aiueriran Insurance C'nm��any by un�»imnus ��riele�s ennstnl dated June 4, 2ilUS. Rr.SO1,PF,IJ• 7h�rr the L)rti�rsio�r�! Presidcvrr, dre serrrnl Un�Isrnxrr! 5'c�iror ! icr Prr,srdavrls, I)ivisro�ral i7cc P��esrrle�N.c ruul Urrisannl.-lssislnfi� I �ce Prrsrrlenl.r, cu• mn• wtr ujlhrn�. hc• cr�rc! lu'rt�hti' is uulhai�Lrd, fi'ar�r lriui° lu lrrur. !u appui�t! aie or urorc rl tlorui'y's-i�r-I��uc! !u i�.�'i�crrh° on hchalf nj 1he Cuitipasrv, us stu zti: urr�' arr�l rr!! honds. urrde�7akilrgs utr<l c'v��U'�rr1s nfsnre!}sl�ip. ar o1lier srriNc�it ublrgnlious in llae rrr��arri' !liE��'e�o/.� 7u/u�e•.scrihe� Ih�°rr t�rspceli�•e dulics uud dre res��t•clit�e� liiurl.i ujlh�°rr nu11�a•it��; irr��1 Pu r�1'vke n��ti� .errrG nppnrrN�uex! n! r�frt� liure. I�IiS01,! LU T'iJRTI/7'R TTru! Nre• f'ot�r/�urry sea! ez�rd !!ra• si�irult�r•e ajuirr r�1 Ilre� a�ire.suid oJJirers crrt<I �rrrti' Secrc�luil� ar �lssrslrrirl Srcre(rrr 1' q! lka� ('ullrpurrl' uun' b�' ulfired hr fire�simrle 1n urt}• f,uu�er� aJ'cr1lor�r�°y� or cerlrJrrr�le uf eill�rr bire'rr.Jcrr Il1P e.reru!!uu nj ron� harcl rr�+derleikixg, cwurur! nj srrii�tP.�ltip, o,� orh��,� ,s�,�;rr�>,r obllgurr�,n i,r r1r�> irulxr�° lhi�reu/; sx� Ir sigituftu•c� nucl.ceu! tinc�w su rrsecl hc�iug lri�rehl' u�lop�er! h1' !!rr ('osrE7�i�n� rrs dre origiuul sigxrrlru•r u% surlr uJfirrr cr�ul !!ee orrbnu�l seui a/'1hc C.'ri�npufr�: !o Ge ruNd �uu! hiu�li�rg trprnr rlre C�in�Eur���' tirifh !l�E� srr��re'.li�i <�i° rr��r1 ellec•1 us lhnrrgl� nruuuedlr uff�re�l. CH:lZ'I'I�� ICA'I'I()\ I, S�'�PEI}=.N t', �3L'IZAHA,.�lssislanl ,SCcreiar�� ni (ireal Americun fnsurance C'nmp�n}'. c!n IferehY rtrtil}' lhal fi�� Ei�r��roing Yu�t'Cr ufAtion:c}' and thc Rrsnlufinns nl�the 13u:ird of' [3irc ctnrs nl�June 9, 2UOS ha��e not E�ecn r�vokcd v�d are no�v in tull forcc wid ellcct. ��s; q . �si:....... 4� .j� y ' t6 �..��f �t� 5igncc� ,,�id sculcd lhis 14 t�av or January 2026 � .��.. �� ✓+r..�-.R a.�� .f c �ic nrnl Sn ���t�+q. 57029A1 (67/25� GREAT�ERICAN. INSURANCEGROUP IMPORTANT NOTIC�: Great Arnerica�i Insurance Campax�y of New York Great Aniexic�tx Alliance Insurance Compariy Ga•eat Amer'1C�I1 II1Sl�l'�I1Ce COI]]�l�lly To obt�in informatio�� or m��ke a coufplaint: Yo�i �nay ca�itact t�ie Tex�s Dep�rt�i�et�t of [nsurattce ta obtain infocm�tioit ot� cot�i��atiies, coverages, rights or co�ilplatiits at: I-SDO-252-3�34 You m�y write the Texas De��artntetit oF Insur�nce at: P.O. Box 149104 Auskin, TX 78714-9091 FAX: 1-512-490-1007 Youi• notice of claim against the attaclied boiad i7iay i�e giveii to t�ie sui•ety comj�any tliat issued die bond by seiidirig it by ccrtified or i•egistered ti�ail ko t�ie follo�ving ac3dress: Mailin�; Address: Gr•eat Amel•ican Insui•ai�ce Conipatiy P.O. Box 2 I I 9 Cii�cinti�ti, Ohio 45202 Pl�ysical Address: Grcat Americac� Ins�u•��ice Company 301 E. Fo�u-th Street C121CIIiIlc�il� Ohio 45202 Yt�t� may also contact the Greak Atnerican Insurat�ce Coi�ipatty Clain� office by: F�x: Telep}zoi�e: Em�ii: �-sss-2�a-3�o� 1-513-3G9-5091 Bo��dClaiE»s rr GAIG.COM PREMIUM OR CLAIM DISPUT�S: If yau ilave a disp�ite concerni��� � pre3niu�n, you shc�uld cont�ct the ageiii first. If you liave a clisp�ite coiicei'ni�ig a clai�ii, you should eo�lt�et tffe co�npa�fy �i•st. lf tlie disputc is not resolved, you i�iay concact the Texas Depaeii�ie�i# af Iaisurance. ATTACH THIS NOTICE TO 1'OUR BOND: Tl�is t�otice is for inforrn�tion o�ily ai�d does not become a part ot' candition of tlte attached documer�t. F.9GG7A (DG122) LIGHTING UNI'f PRICE BID UiJlist [[cm No. SECTION 00 42 43 Developer A���ardcd I�ri�jects - YRC)YOSAL FORM '1'radition 5ou[h Phase GA, City Yroject %i10C,270 Projee[ Item Infonnatian [iidder's Proposal Specitication iJnitof Bid Descriplion I I Llnit Price I Bid Value Section No. Mea�ure Quanhty Street Lighting Facilities 1 2605.3011 2" CONDT PVC SCH 40 (T) 2 3441.1408 NO 6 insulated Elec Condr 3 3441.1633 Type 336 Arm 4 3441.3201 LED Lightin�j Fixture (R-2) 5 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 6 3441.3341 Rdwy Illum TY 11 Pole �treet Lighting Subtotal Bid Summary Street Liqhtinq Facilities Subtotai Total Bid This bid is submitted by the entiry listed below Company� Independent U61ity Construction, Inc. Street Address: 5109 Sun Valley Drive City, State, Zip Code: Ft_ Worth, 7X 76119 26 OS 33 LF 1,424 34 41 10 LF 4,272 34 41 20 EA 18 34 41 20 EA 18 35 41 20 EA 18 34 41 20 EA 18 $25.40 $3.31 $336.00 $446.00 $2,599.00 $2,823.00 I $36,169.60 $14,140.32 $6, 048.00 $8,028.00 $46,782.00 $50,814.00 5161,981.92 I 5161,981.92j E161,981.92� By: ich d olfe � \ ) Signature Title: President oa�e� 12/10/2025 Contra.tor agrees to cumpkte WORIC tor FfYAL aCCEPTANCF, withla 60 w'orklaq daye aRer t6e date wiea lhe CONTR�\CT comroescee to rue ya proHded in the Geeeryl Condltloo�. EIYD UF 9EC1'!OY CITYOF FORT WORTH heditiw S.w�h Pluu GA .l' C.L`iDARD CONSTRUCROt� 6m %U)PQSAL-DEVELOPER 4WARDED PRW['C7'!S l'Ny Propia iliq�270 Fum ltn�nedlaowiy 29.'Jra7 OOJ± t3_Bid Nopuel 0o az i2 D,4P PRtQIJALIFIC.ATIOt3 S'IATEM1IENT Pagz 1 of 1 SECTION 00 42 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 Tvne" box nrovide the comnlete maior work tvne and actual descriution as nrovided bv the Water Denartment for water and sewer and TPW for navine. Major Work Type Roadway and Pedestrian Lighting Contractor/Subcontractor Company Name Independent Urility Construction, Inc. Prequalification Expiration Date 02/OS/2027 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Ft. Worth, TX 76119 BY: R� � rd Wolfe � ' � ���� ( �gnature) TITLE: President DATE: 01 /14/2026 END OF SECTION CITY OF fORT WORTH Trad'Kion Phase 6A, CPN p106270 STANDARD CONSTRUCTION PREQUALIfICA710N STATEMENT— DEVEIOPER AWARDEO PROJECTS 0045 12_Vrepualification Statement 2015_DAP Form Version September 1, 2015 00 45 ?6- 1 CONTRA( TOR COMPLIANCE WIT'H WORKER'S COMPE'�ISATION LAW Page 1 of 1 SECTION 00 4.5 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 coveragc for all of its employees employed on City Project No. 106270 . Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certifcates of compliance with worker's compensation coverage. CONTRACTOR: Inclenendent Utilitv Construction. Inc. Company 5109 Sun Vallev Drive Address Ft. Worth. TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § By: Richar lfe (� - � , �-� Signature: �,�L-� Title: President BEFORE ME, the undersigned authority, on this day, personally appeared Richard Woife., known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Indenendent Utilitv Construction. Inc. for the purposes and consideration therein expressed and in the capacity therein stated. � � �'1 GN t1NDE1�.MY HAND AND SEAL OF OFFICE this � day of � ; �-1.�� �.•�ii i . 2026. _ 1 � . � � ��"yp���i CHRISTINA GARCIA � [!g ., uB �i� SO;' .� _ z; .oc Notary Public, State of Texas P;:�:�P; Comm Expires 12-20-2028 �'F ` ..;t1\l�� _ .... �t � � _ .'.l.'� ; J J r. f� `�¢ �, � ;,''`'`�, , L'l � i��`. Notary Public in and for the State of Te3cas END OF SECTION CITY OF FORT WORTH STANDr1RD CO'YSTRtiC"1'ION SPECIFICATION D(K'UMENTS Revised Aprd 2, 2014 Traditiun Phase 6A CiN Pmject #]06310 oos�a�-i Develupzr A�varded Project Agreemeut Pagz 1 of4 SECTION QU 52 43 AGREEMEl�TT T�IIS AGREEMENT, authorized on January 14, 2026 is made by and between the Develap�r, Suur �'Viidflower Develoi�ment. L.P. . authorized to do business in Texas and Contractor. Indenendent Utilitv Construetion. Inc. , authorized to da business in Texas, acting by and tl�rough its duly authorized representative. Develaper anci Contractor, in consideration of the muhtal coveriants hereinafter set forth, a�ree as follows: Article 1. WORK Cont�actor shall complete all Work as specified ar indicatcd i�� the Contract Doct�xnents �'or the Project identified herein. Article 2. PROJECT The project for which the Work tmder the Contract Doc�unents rnay be the whole or only a part is generally described as follows: Tra�lrtrvrr Pfiuse 6A Citv Proi�ci #106270 FID #30114-02t14431-10627Q-ED76BS W-4031 Artiele 3. CQNTRACT TIME 3.1 Time is of the essence, All time limits for Milestones; if any, and Final Acceptance as stated in the Co��tract Documents are of the essence to this Contraet. 3.2 Pinal Acceptance. 'The Wark �vill be coinpiete for Final Acceptance within b0 working days aft�-r the date �vheil the Coutract Time comniences to run as provided in Paragraph 12.04 nE the Staxadard City Coz�ditzons of the Constructian Cantract for Devetoper Awarded Projects, 3.3 Liquidated damages Contractor recoDnizes that tzme is of the esseuce of this Agreement and that Developer �vill suffer �nancial loss if the Work is not completed within the titiies speci�ed in Pai'agraph 32 ahove, glus any extension thereof allowed in accordatice with Article 10 of the Standard City Conditions of the Co��struction Contract for Developer Awarded Projects. The Cvntractor also recognizes the delays, expense and dif�culties involved in proving in 1 iegal proceeding the actual loss suffered by the Devetoper if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shali pay Deveioper Twa Hundred &c �iftv Doil�rs f�Z50.001 for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the Ciry issues the Final Letter of Acceptance. C1TY OF FQRT WORTH Traditiun Piu�se 6A STANDARD CONSTRLiCTION SPECIFICATION DOCUMENTS --DAP City Projeck t�106270 Revised June 1G, 2(116 00S_>43-2 Developer A�uardzd Pzvjecc A�rezGne�at Faga 2 of 4 Article 4. CONTRACT PRICE Developer agrees to p1y Contractor for perfor�nance af the Work in accordance with the Contract Docu�ents an atnount in current funds of Qne Hundrecl. Sixtv-One Thousxnti. Nine Hunrirecl Ei�htv-One Dollars anr� Ninetv-Two Cents f�161.981.921 . Article 5. CONTRACT DOCUMENTS S.1 CONTENTS: A. The Contract Docurnents which com�rise the entire agreenient between Developer and Contractor concerning the Work consist of the follawing: 1. This Agreement. 2. Attachments to this Agreemei�t: a. Bid Fonn {As provided by Develnper) 1) Proposal Form (DAP Version) 2) Prequalificatiaia Staternent b. Insurance ACORD Fonn(s) c. P�yment Bond (DAP Vei�sinn) d. Perfoi�rnance Bond (17AP Version) e. Maintenance Bond (DAP Version) £ Power of Attorney for the Bonds g. Worker's Coinpensation Affidavit 3. Standard City General Conditious of the Construction Contract for Developer Awarded Projecis. 4. Specifieatious speci�cally made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Cantents of the Project's Contract Docuinents. 5. Dra�,�ings. 6. Addenda. 7. Documentation submitted by Contractar prior to Notice of Award. 8. The %11oLving t�jhich may be delivered ar issued after the Effective Date of the Agreement and, if issued, become an incarporated part of the Contract Docuinents: a. Notiee to Proceed. b. Field Orders. c. Change �rders. d. Letter of Final Acceptance. CITY OF FO�T WQRTH 'Iradition Pitase 6A STAN17A1ZD CONSTRUC"CION SPECIFICATION D(JCUMEiVTS —DAP City Projec,t 1k11}637U Re�-is�d duae 16, 2016 0o s? as - 3 Developer Awarded Proje�t A�tren�tnt Page 3 of 4 Article 6. INDEMNIFICATIQN 6.1 Cantractor covez�axzts aud agrees to indemnify, hold harmless and defentl, at its own expense, the city, its ofticers, servants ancl employees, froro and against any and all claims arisin� out of, or �lleged to ari�e out of, the work and services to bc ��erformed by the contractor, its officers, Hgents, employees, subcontr�rctors, licenses or invitees under this contcact. Tl�is indemnification orovision is sneci#icallv intended to ot�erate and be effective even � it is alle�ed ar nz•oven that su or some of the damages bein� sou�ht were caused, in �►vhole or in nart, bv anv aet, omission or ne�li�ence of the citv. Thi9 indemnity provisi�n is intendecl to include, ��vithnat limitation, inc�emnity for costs, expeuses ancl legal fees incurred by the city in defending a��inst sach clain�s and causes of actions. 6.2 Contractoi• covenxnts and agrees to indemnif,y and hold hai�mless, at its own ex�ense, the city, its officers, servants ancl employees, from ancl against a��y and all loss, damxge or destruction of property of the ciiy, arising out of, ��• alleged to arise ont of, the work and services to be performed by the contractor, iis ofiicers, agents, employees, subcontrackors, licensees or invitees ander this contra�t. This in[iemni�catio�� provision is snecificallv intended to onei•ate �nd be effective even if it is allegetl ar nroven that ali or some of the ciama�es bein� sought were caused, in �vhole or in vart, lav anv act, onaissiou or negiit�eace of the citv. Article 7. MISCELLANE(�US 7.1 Terms. Terms used in this Agreement are defined in Articie 1 of the Standard Ciry Conditipns of the Construction Contrlct for Developer Awarded Projects. 7.2 Assignment of Cantract. This Agreement, including all of the Contract Documents may not be assigned by the Conkrlotor without the advanced express written cons�ent of the Developer. '73 Successors and Assigns. Developer aud Contractor each binds itssif, its partners, successors, assig�is and legal representatives to the other party hereto, in res�ect to all covenants, agraements and obli�ations contaived in the Contract Dacurnents. 7.4 Severability. Any provision or part of the Contract Documents held tQ be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deetned stricken, and all remaining provisions shall contintte to be va�id and binding upon DEVELOPER and CONTRACTOR. 7.5 Gaverning Law and Venue. This Agreement, including all of tiie Contract Documents is perfortnable in the State of Texas. Venue shall be Tarrant County, Texas, or the United Sta.tes District Court for the Northern District of Te�as, Fort Worth Division. C'TTY UF FORT WOATH Tradition Phase GA STANDARD CONSTRUCTIUN SPECIFICATION DOCIR4IENTS —DAP C'iry Projzct �106?70 Rec��ised Jutza 16, 201G 005243-4 Developzr Awarded Projzct Agreemzn[ Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly luthorized signatoiy of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counteiparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date") Contractor: Inde��enclent Utility Construction, L�c. By: <�� I (S ignature� Developer: Spur Wildflower Development, L.P. S By: (Sinnatw•e) John Brian Richard Wolfe (Printed Name) Title: President (Printed Name) Authorized Signatory Title: Company Name: Independent U61ity Construction, Ine. Address: 5109 Sun Valley Drive Ft. W orth, TX 76119 Date: 01 /14/2026 ��������^'Sl i�(/(�°��i�i ��� ,�y �o„o.�:,,.,,o� /� �s � . �` � • �'1���', �vi � � j s� p�'' 9i' �;-y, � _�-.:U �ea� S �' = w . ..3�'.,�, a : '�v , � � • � � � � � %y . ; ,:, ; �or° ?g7�J. /�y��` �� �On ^'•�nAuiY oGi� • `a� \\ �� 'y, �� �� ''����iY! t l ! 11P1�1����`, Company Name: Spur Wildflower Development, L.P. Address: 9040 Town Center Pkj�y, Suite 200 Lakewood Ranch, FL 34202 Date: 01 /14/2026 C[TY OF FORT WORTH Tt�dition Phax GA STANDARD CONSIRLfCTION SPECIFICATION DOCUMEM'S —DAP City Project �106370 Ravised Juue 16. 2016 Ac o� CERTIFICATE OF LIABILITY INSURANCE I DATE(MMI�DlYYYY) �� o, �ovzozs THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIC3HTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEOATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUINO INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I:UNIA(:I Rebecca Mata NAME: The Sweeney Company PHONE (817) 457-6700 I F� (817) 457-7246 1121 E. Loo 820 South i A L E"«: tac, No1: p a�ottEss: Rebecca�thesweeneyco.com P O BOX 8720 INSURER�S� AFFORDING COVERAGE Fort Worth TX 76124-0720 , Am Cas Co of Reading PA INSURED Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth INSURER A . � iNsuReR e: Continental Casualty Co �NsuRert c; Continental Insurance Co iNsuttea o: Texas Mutual Insurance Company INSl1RER E : TX 76119 INSURER F : COVERAOES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THATTHE 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 PO�ICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR nuu� sutlK ' POLICY EFF POLICY EXP LTR TYPE OF INSURANCE IM�Q NND POLICY NUMBER (MMlDD/Y1'YYl fMMIDDNYYYI I LIMRS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE � OCCUR Contractual A XCU GEN'LAGGREGATE LIMITAPPLIES PER: �POLICY � jE 7 � LOC oTHER $�.000 Ded per PD Occ. AUTOM081LE LIABILlTY ANY AUTO B OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON-OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB p�CUR C EXCESS LIAB CLAIMS-MADE DED I RETENTION S �0,000 WO KERS COMP NSATION AND EMPLOYERS' LIABILITY y� N p AN\' PROPRIETOWPARTNEWEXECUTIVE OFFICERtMEMBER EXCLUDED? � N � A (Yandatory in NH} Hyes, describe under DESCRIPTION OF OPERATIONS below Contrawrs Equipment Policy A 6076055350 6076055364 7063371403 0010713602 6076055350 � ���������� IPREMISES (Ea occurtencel 1 I MED EXP (Anv one person) 10l31l2025 10/31/2026 � PERSONAlB ADV INJURY IGENERALAGGREGATE I PRODUCTS - COMP/OP AGG � ICOMBINED SINGLE LIMR fEa accidentl I BODILY INJURY (Per person) 10/31/2025 10/31/2026 I BODILYIN.IURY(Peractldent) IPROPERTY DAMAGE IPer accident) I I EACH OCCURRENCE 10/31/2025 10/3112026 I AGGREGATE I I� STA UTE I I ERH 10/31 I2025 10131 I2026 10J31 /2025 10/31 /2026 NAIC N 20427 20443 35289 22945 g 1,000,000 S 100,000 5 15,000 $ 1,000,000 $ 2,000,000 5 2,000,000 S S 1,00O,OOd 5 S S S 3,000,000 $ 3,000,000 S I EL. EACH ACCIDENT 5 1,000,000 I E.L.DISEASE-EAEMPLOYEE S ���OO,OOO I E.L. DISEASE - POLICY LIMIT S ��OOO,OOO ILeasedlRented �600,000 DeducGble $2,500 DESCRIPTION OF OPERATIONS / LOCATIONB/ VEHICLES (ACORD 101, Additional R�muks SefwduM, may 6s �tteched if more epace i� require� City Project No. 106270, Tradition Phase 6A The City of Fort Worth, its officers, employees, and servants are additional insureds as required by written contract for the GL and auto policies on a primary and non contributory basis. WC, GL & auto include a blanket automatic waiver of subrogation endorsement & the GL, auto include a blanket automatic additional insured endorsement providing additional insured & waiver of subrogation status to the certificate holder only when there is a written contract between the named insured 8 the certificate holder that requires such status. The additional insured endorsements contains special primary & noncontributory wording. Umbrella follows form. CERTIFICATE MOLDER City of Fort Worth 100 Fort Worth Trail Fort Worth ACORD 25 (2016/03) CANCELLATION SHOULD ANY OF TIiE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE TX 76102 O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD / , DATE (MM1DDfYY1'YJ � 0� CERTIFICATE OF LIABILITY INSURANCE I o,foz�2o26 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RICiHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAOE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUINC3 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(sj. PRODUCER (:UNIAf:I Rebecca Mata NAME: The Sweeney Company PHONE (817) 457-6700 I F� (817) 457-7246 �A�A��. exe � �ac. Nor. 1121 E. Loop 820 South AODRESS: �e6ecca cQthesweeneyco.com P O Box 8720 INSURER�3) AFFORDING COVERAGE NAIC N Fort Worth TX 76124-0720 �nsurtertn: Am Cas Co of Reading, PA 20427 INSURED Continental Casualry Co 20443 Independent Utiliry Construction, Inc. 5109 Sun Valley Drive Fort Worth IN3URER B : � iNsurtert c: Continental Insurance Co I iNsuaErt �: Texas Mutual Insurance Company I INSURER E : TX 76119 � INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME� ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUUL SUtlFi POLICY EFF POLICY E%P LTR TYPE OF INSURANCE WgD yyyD POLICY NUMBER fMM/DDlY`/YYI (MMIDDIYYYYI �Rs COMMERCIAL GENERAL LIABILITV CLAIMS-MADE � OCCUR Contractual A XCU GEN'LAGGREGATE LIMITAPPLIES PER: POUCY � �E� ❑ LOC OTHER: $�,000 Ded per PD Occ. AUTOM081LE UABILITY x ANY AUTO g OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON-OWNED _ AUTOS ONLY AUTOS ONLY x UMBRELLA W18 OCCUR C E%CESS LIAB CLAIMS-MADE DED RETENTION S �O,OOO WOAKERS OMd �ISATION /WD EMPLOYERS' LIABILtTY y � N ANY PROPRIETORjPARTNER/EXECUTIVE ❑ � OFFICER/MEMBER EXCLUDED? N N I A (Mandatory in NH) Hyes, descnbe under OESCRIPTION OF OPERATIONS Debw ConVacor's Equipment Policy A EACH OCCURRENCE UAMAIit I U KtN I tU PREMISES (Ea accurtencel MED EXP (AnV one person) 6076055350 10/31/2025 10/31/2026 pERSONALBa�VINJURY GENERALAGGREGATE PRO�UCTS-COMP/OPAGG CAMBINEO SINGLE L1MIT fEa accidentl I BODILY INJURY (Per person) 6076055364 10/31/2025 10l31/2026 I BODILY INJUftY (Per etadBrlq PROPEftTY DAMAGE (PeracdOerHl 35289 22945 $ 1,000,000 $ �Q�,Q�O a 15,000 $ 1,000,000 S 2,000,000 S 2,000,000 S S 1,000,000 3 S S S I EACH OCCURRENCE S 3,000,000 7063371403 10/31/2025 10l3112026 I AGGREGATE 3 3,000,000 S � S ATUTE I I ER I E.L.EACHACCIDENT E �,O00,000 0010713602 10/31/2025 1013112026 1,000,000 I E.L. DISEASE - EA EMPLOYEE S I E.L DISEASE - POLICY LIMR § �.00O,OOO Leased/Rented 5600,000 6076055350 10l31/2025 10l31/2026 Deductible y2,500 DESCRIPTION OF OPERATIONS / LOCATION3/ VEHICLEE (ACORO 101, Addltlorul Ramarks Scheduk, mey be ettached if mors epece b roquhsd) City Project No. 106270, Tradition Phase 6A WC, GL 8 auto inGude a blanket automatic waiver of subrogation endorsement & the GL, auto include a blanket automatic additional insured endorsement providing additional insured & waiver of subroga6on status to the certificate holder only when there is a written contract between the named insured 8 the certificate hdder that requires such status. The additional insured endorsements contains special primary R noncontributory wording. Umbrella fdlows form. CERTIFICATE HOLDER Spur Wildflower Development, L.P. 8433 Enterprise CirGe Suite 100 Lakewood Ranch I ACORD 25 (2616/03) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROV�SIONS. AUTHORIZED REPRESENTATIVE FL 34202 O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marlcs of ACORD 00 61 13 - I PERfORMANCE BOND Page I of 2 Bond No. 489846P i 2 3 4 5 6 7 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That �ve, Indenendent Utilitv Construction. Inc. , known as "Principal" herein and 8 Westfield 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 more), 10 are held and tirmly bound unto the Developer, Spur Wildflower Develooment. [,.P., authorized to I I do business in Te�as ("Developer") and tlie City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of, One Hundred Sixtv-One Thousand. Nine Hundred Eiehtv-One 13 Dollars & Ninetv-Two Cents l$161.981.921 lawful money of the United States, to be paid in Fort 14 Worth. Tarrant Coun:y, Texas for the payment of which sum well and truly to be made, jointly IS unto the Developer and the City as dual obliges, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents. l7 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number 25-0179 ; and 20 � WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 14 day of January ,?p 26, �vhich Contract is hereby referred to and 22 made a part hereof for al) purposes as if f'ully set fortl� f�erein, to furnish all materials, equipment 23 labor and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Street Liehtin� Facilities to serve Tradition 25 Phase 6A. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 28 perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or Ciry, then this 31 obligation shall be and become null and void, other�vise to remain in full force and effect. 32 CITY OF FORT WORTH STANDARD CtTY CONDITIONS — DEVELOPER AWARDED PROIECTS Revised J�nwry 31. Z012 Tradrtion Ph�se 6A City Pro�ect No. 106270 oo�i t3-� PERFORMANCE BOND Page 2 of? Bond No. 489846P t 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 3 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 4 Wortl� Division. 5 Tl�is bond is inade and executed in compliance with the provisions of Chapter 2253 of the 6 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 7 accordance witli tl�e provisions of said statue. 8 IN WITNESS WHEREOF, the Principal and the Surery have S(GNED and SEALED this 9 instrument by duly authorized agents and officers on this the 14 day of January , Zp26 . 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 � ATI'E . �C,�( (Principal) Secretary Richard Wolfe � � - ��'�� .L<� i ess as to Principal Christina Garcia � � Witness as to Surety P�ck Gray PRI�CIPAL: INDEP� NT UTILITY _ CONS"�R( TION_ INC,/ a � BY: � " U; Signature Richard Wolfe. President Name and Tide Address: 5109 Sun Vallev Drive Fort Wonh. Texas 76l 19 SURETY: WESTFIELD INSURANCE COMPANY BY��-�� , Signature Elizabeth Gray. Attomev-in-Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 41 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Tradition Ptiase 6A STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECfS C�ry Pro�ect No 106270 Revised Januery 31. 2012 oo�i ia-i PAY��IENT BONU Page I of 2 Bond No. 489846P i � 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 14 PAYMCNT BOND § § KNOW ALL BY THESE PRESENTS: § '7 That we, Indenendent Utilitv Construction. Inc. , known as "Principal" herein, 8 and Westfield Insurance Comnanv , a corporate surety (or sureties if more than 9 one), duly autl�orized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Develaper Sour Wildflower Develo�ment. L.P.. 1 I authorized to do business in Texas ("Developer"), and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of One Hundred Sixtv-One Thousand. Nine Hundred 13 Eiehtv-One Dollars & Ninetv-Two Cents ($161_981.921 lawful money of the United States, to be 14 paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made 15 jointly unto the Developer and City as dual obligees, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, finnly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number 25-0179 ; and 20 W1tEREAS, Principal has �ntcred into a certain written Contract with Developer, 21 awarded the i4 day of January ,?p 26 , which Contract is hereby referred to 22 and made a part hereof for all purpc�ses as iF fully set fortl� herein, to furnish all materials, 23 equipment, labor and other accessories as defined by la�v, in the prosecution of the Work as 24 provided for in said Contract and desibnated as Street LiQhtine Facilities to serve Tradition Phase 25 6A. 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 �nd void; otherwise to remain in full 30 force and effect. 31 32 CITY OF FORT WORTH iradaron Phax 6A STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECiS Ciry Pro�cct No 106270 Rtnxd lanuury 3 I. 2012 0061 IJ•? PAYMFN'TBONU Page 2 of 2 Bond No. 489846P 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 �vith the provisions of said statute. 2 3 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNF'n and SF.ALED 5 this instniment by duly authorized agents and ofticcrs on this thc 14 day of January .?026. ATTEST � � (Principal ecretary Richard Wolfe ��; � '�� . � �n,,,,., (�,�- Witness as to Principal Christina Garcia ATTEST: �� � z� (Surety) Secretary Frank A. Carrino � � � Witness as to Surety Pa��Clk Gray 6 7 8 9 10 11 12 13 PRINCIPAL: INDEPEND�NT UTILITY � CONSTft C1fION_ IN . , BY: � \ �— Sigf�ature Richard Wolfe. President Name and Title Address: 5109 Sun Vallev Drive Fort Worth_ Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY ' � ��� �I � Ll � Elizabeth Gray. Attornev-in-Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 "1'elephone Number: 972-516-2600 Note: If signed by an officer of the Surety, there musl 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 maiting address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. EIVD �F SECTIOIY CITY OF FORT WORTFI Tr�drtion Phau 6A STANDARD CITY CONDfT10NS — DEVELOPER AWARDED PROJECfS C�ry Pro�ect No 1062�0 Revised larivary 31, 2012 p06? I9-I MAIN fENANCE BOND Page I of 3 Bond No. 489846P � 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 THE STATE OF TEJ�AS COUNTY OF TARRANT SECTION 00 62 19 MAINTENANCE BOND § § KNOW ALL IiY THESE PRESENTS: § That we Indenendent Utilitv Construction. Inc. , known as "Principal" herein and Westfield Insurance Comoanv , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Spur Wildflower Develoument. L.P.. authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("Ciry"), in the sum of One Hundred Sixtv-One Thousand. Nine Hundred Eiehtv-One Dollars & Ninetv-Two Cents ($161.981.921 lawful money of the United States, to be paid in Fort Worth, Tamant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the Ciry as dual obligees and their successors, �ve bind ourselves, our heirs, executors. administrators, successors and assigns, jointly and severally, finnly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 communiry facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 25-0179 , and 22 23 24 25 26 27 28 29 WHEREAS, the Principal ha: enter�d into a cert�iin ��ritten contract with the Developer awarded the 14 day of January , �026 ,�vhich Contract is hereby referred to and a made part hereof for all purposes as if' f'ully set forth I�erein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Street Liehtine Facilities to serve Tradition Phase 6A; and 30 WHEREAS, Principal binds itself to use sucl� materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of t���o (2) years 33 after the date of Final Acceptance of the Work by the City (`'Maintenance Period"); and 34 Cfl'Y OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDF.O PROIECTS Rcvixd lanusuy 31. 2012 Tradiuon Phase 6A Ciry Pro�cct No 106270 rip6219•2 MAfN fEN:1KCF BOND Paee 2 of l Bond No. 489846P 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 6 7 8 9 10 II 12 13 14 IS 16 17 18 19 20 21 22 23 NOW THEREFORE, the condition of tl�is obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or Ciry, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that ifany legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northem 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 WORTFI STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised lanuary 31, 2012 Treduian Phax 6A Ciry Pro,�ect No. 106270 UOti219�3 MAINILN,I�CF E�OND Pagc 3 0(3 Bond No. 489846P 4 S 6 7 8 9 10 11 12 13 14 15 16 17 IS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 IN WITNESS �VHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 14 day of January , 2026 . A �' pi/L/ `� (Principal) Secretary Richard Wolfe C� ��-�,�.,�. ��-.. �itness as to Principal Christina Garcia PRWCIPAL: IIv`DEPEN . T UTILITY N T � N.II�� BY: � / � Signature Richard Wolfe. President Name and Title Address: 5109 Sun Vallev Drive Fort Worth, Texas 76l 19 SURETY: WESTFIELD INSURANCE COMPANY BY`�'�JV�� � Signature Elizabeth Gray. Attomev-in-Fact ATfEST: Name and Title �� /1 Ldw--o Address: 955 Garden Park Drive. Suit� 230 (Surety) S99retary F k A. Carri Allen. Texas 75013 �// Witness as to Surety P ck Gray Telephone Number: 972_S I6_2600 'Note: If signed �y 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 WOR?H STANDARDCITY CONDITIONS— DEVELOPER AWARDED PROJECTS Itcvised lanuery 31. 2012 Tndition Phasc 6A Cuy Pro�ect No. 106270 IMPORTANT NOTICE To obtain information or make a complaint You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company andlor Ohio Farmers Insurance Company at: 955 Garden Park Drive, Suite 230 Allen, Texas 75013-3742 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 787149104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail� ConsumerProtection(ir)tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the disp�te is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 955 Garden Park Drive, Suite 230 Allen, Texas 75013-3742 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(c�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 09M8/23, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER N0 4220052 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know A1� Men Dy TRese Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COAAPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter reterred to indiv�dually as a'Company' antl collectrvely as 'Compan�es,' duly orgarozee and ewst�ng under the laws of the State ot Ohio, and havmg its prmc�pal oifice in WesthelC Center, Medina Co�nty, Oh�o, do by these presents r�at;e, ccnsbtute ard appomt CHARLES D. SWEENEY, I�AICHAEL A SWEENEY, KYLE W. SWEENEY, ELI2ABETH GRAY, DAVID W. SWEENEY, JOINTLY OR SEVERALLY o( FORT WORTH and State of TX its true and lawlul Aktorney(sJ-in-Fact, wrth lull power antl authonty hereby conterred �n �ts name, place antl stead, to execute, acknowledge antl deliver any and ali bonds, recognizances, undertakings, or olher irutrumenls or contracls of suretyship in arry penal IimiL - - . _ . . . . . - - - • - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - _ LIMITATION: THIS VOWER OF ATTORNEY CANNOT BE USEO TO EXECUTE NOTE GUARANTEE, 6AORTGAGE DEFICIENCY, hAORTGAGE liuNe�aN � ec, OR BANK DEPOSITORY BONDS. and to birC ary of the Cenpanies thereby as fully and to Ihe same extent as il such bonds were Signeci by the President, sealed w4h Ihe Corporate seal of the appl:cab�e Company ard duly ottested by its Secretary, hereby rah(ying and conhrming all that the said Attorney(s;-in-Faa may tlo m the prem�ses. Sa�� appo�rdment �s mace under and by authority of the �ollowing resoluhon adopted by the Boartl of Oirectws of each of the WESTFIELD INSURAhCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANV and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senlor Fxecutive, any Secretary or any Fidehry & Surety Operations Executrve or other Execu�ve shall be and is hereby vested wlth full power and authonty to appoint any one or more swtable persons as Attorney�s)-�n-Fact to represent and act for antl on behalf of the Company subjett to the follow�ng provlsions: The Auorney-�n-Fact may be given full power and authonty for and in the name oi a�d on behalf ot the Company, to execute, acknowledge and dehver, any and all bonds, recogrnzances, contracts, agreements ot �ndemnrty and other condrt�onat or obhgatory undeRakmgs and any and all not�ces and dowments cancebng or terminating the Company's liabihty thereunder, and any Such mstruments so executed by any such Attorney-In-Faa shall be as bmdmg upon the Company as if s�qned by the Pres�dent and sealed and attested by the Corporate Secretary." 'Be rt Funher Resolved, that the s�gnature of any such designaled person and the seal of the Company heretolore or hereaher atfixed to any power oi attorney or any cert�ficate relat�ng thereto by facs�m�le, and any power ol attorney or cert�ficate beanng facsimile s�gnatures or facsimde seal shall be valid and dnd�ng upon Ihe Company wrth respect to any bond or untlertakmg to which it is attachetl.' �Each adopted at a meetmg held on February 8, 2000). In Wrtness WAereol, WESTFIELD �NSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO fARMERS INSURANCE CAMPANY have causea these presents to be signed by their Nalional Surety Leader and Se�ior Executiva and their corporate seals to be �ereco atfixed this 281h day of SEPTEMBER A.D., 202J . ��st° �dsYtl.lpc*,, ;aF��nNN�.p�s., f�•� S`'�MSJfp�" WESTFlELD INSURANCE COMPANY ••�•:'!7'�:� WESTFIELD NATIONAL INSURANCE COMPANY Affxed )`q�f'a' �'•tp� :� :' �'G7=.' �� N�T '':S; OHIO FARMERS INSURANCE COMPANY { .�+t �L.MI.� 1 � �„ SF�. . � - s `': ti �f� : �' � - �� �� : T : §g: . s, --'------ 1��'' � tJ ' �' •'n: ;�'• 1648 '�: �� � ••Y ••' , '1 '••,......» • Slate ot Ohio """' By� County ot Med�na ss.: Gary W. tumper, Nationa urety Leader and Senio� Fxecutive On this 28tl� day of SEPTEMBER A.O., 202� , belore me personally came Gary W. Stumper to me known, who, beinq by me duly swom, did depose and say, that he res�des in Medina, OH; that he Is Natlonal Sure� Leader and Senior Executive of WESTFIEID INSURANCE COMPANY, WESTFIELD NATIOkAI INSURANCE COMPANY and OF+IO FARMERS NSURANCE COMPANY, the companies descnbetl in and wh�ch executed the abOve mstrument; fhat he I:nows the seals ol sa�d Companies: that the seals afhxed to sa�d mstrument are such corporate seals; that they Were so affixed by order ol the Boards of Directors of saitl Comparnes: and thal he signed his name thereto by uke order. Nobrlal � s��� a� A � `"'"�� Afffued �p, ,.. . 2!`�\\lll%j�F� SWte of Ohio • N �.1��o Davfd A. Kotnik, Attorney at Law, Notary Public County of Medfna ss.: �, y r• r. My Commission Does Not Eup�re (Sec. t47.03 Ohio Revised Code) rE oFo. I, Frank A. Carrino, Secretary of WESTFIELO INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMGANY, do hereby certify that Ihe above and foregoi�g �s a true and correct copy of a Power of Attorney, executed by said Companies, whlch Is stiU �n lun torce and etfect; and lurthermore, tha resWutions of the Boards of D�rectors, set out in the Power of Attorney are in tu0 fwce and ettect. !n W�lness Wnereol, I have hereun'o set my hand and aftlxed the seals of sa�d Compan�es at Westheld Center, Ohio, tr�s 14 day of January a.o., 2026 ,,..»...,,.,,, .............. ........,,,w ` � � kc : � `• `""� � "'•••, ' 1N?I�!�I,�,w. Q�s .( py� `^ /^�sG jl. ��v�~�••, i�� ' W'� •�y'' j��Ml`� •C� t �/ 1 � �� S�.I�.L � ' ° SEAL ':; I. ••, f o:�; ri�� � �' �' . �:. '•• s«..� � �.,� . �,�� �:; . ��s�. ie4e ::_ �, • ' �.. ' •~� Frank A. Carrino, Secretary ..� ..•.• ti ,N,'.. . ;���, �u�n.��e�P r�iuw� BPOAC2 (combined) (03•22) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1- Definitions and Terminology 1.01 Defined Terms ..................... 1.02 Terminology ........................ Article 2 - Preliminary Matters ................. 2.01 Before Starting Construction 2.02 Preconstruction Conference.. 2.03 Public Meeting ...................... Article 3- Contract Documents and Amending ............................ 3.01 Reference Standards .................................................. 3.02 Amending and Supplementing Contract Documents Article 4- Bonds and Insurance ............................................................................................... 4.01 Licensed Sureties and Insurers ............................................................................. 4.02 Performance, Payment, and Maintenance Bonds ................................................ 4.03 Certificates of Insurance ....................................................................................... 4.04 Contractor's Insurance .......................................................................................... 4.05 Acceptance of Bonds and Insurance; Option to Replace ..................................... Article 5 - Contractor's Responsibilities ......................................................................... 5.01 Supervision and Superintendent .................................................................. 5.02 Labor; Working Hours ................................................................................. 5.03 Services, Materials, and Equipment ............................................................ 5.04 Project Schedule ........................................................................................... 5.05 Substitutes and "Or-Equals" ........................................................................ 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors)...... 5.07 Concerning Subcontractors, Suppliers, and Others .................................... 5.08 Wage Rates ................................................................................................... 5.09 Patent Fees and Royalties ............................................................................ 5.10 Laws and Regulations .................................................................................. 5.11 Use of Site and Other Areas ........................................................................ 5.12 Record Documents ....................................................................................... 5.13 Safety and Protection ................................................................................... 5.14 Safety Representative .................................................................................. 5.15 Hazard Communication Programs .............................................................. 5.16 Submittals ..................................................................................................... 5.17 Contractor's General Warranty and Guarantee ........................................... 1 1 5 . . .7 .7 .7 .7 .9 12 ..................12 ..................12 ..................13 ..................13 ..................14 ..................14 ..................16 ..................16 ..................18 ..................19 ..................19 ..................19 .................. 20 .................. 21 .................. 21 .................. 22 .................. 22 .................. 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit : ............................................. 5.21 Nondiscrimination ........................................ Article 6- Other Work at the Site 6.01 Related Work at Site Article 7 - City's Responsibilities ........................... 7.01 Inspections, Tests, and Approvals ...... 7.02 Limitations on City's Responsibilities 7.03 Compliance with Safety Program....... ................................... 24 ................................... 24 ................................... 25 ................................... 25 26 26 26 26 26 27 Article 8- City's Observation Status During Construction ...........................................................................27 8.01 City's Project Representative .....................................................................................................27 8.02 Authorized Variations in Work .................................................................................................. 27 8.03 Rejecting Defective Work ..........................................................................................................27 8.04 Determinations for Work Performed ..........................................................................................28 Article 9- Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays ......................................................................... . . . : . . . . Article 11- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................29 11.01 Notice of Defects ........................................................................................................................ 29 11.02 Access to Work ........................................................................................................................... 29 11.03 Tests and Inspections .................................................................................................................. 29 11.04 Uncovering Work ....................................................................................................................... 30 11.05 City May Stop the Work .............................................................................................................30 11.06 Correction or Removal of Defective Work ................................................................................30 11.07 Correction Period ........................................................................................................................30 11.08 City May Correct Defective Work ............................................................................................. 31 Article12 - Completion .................................................................................................................................. 32 12.01 Contractor's Warranty of Title ................................................................................................... 32 12.02 Partial Utilization ........................................................................................................................ 32 12.03 Final Inspection ...........................................................................................................................32 12.04 Final Acceptance .........................................................................................................................33 Article13 - Suspension of Work .................................................................................................................... 33 13.01 City May Suspend Work ............................................................................................................ 33 Article 14 - Miscellaneous .......................................... 14.01 Giving Notice .......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 �c� 14.02 Computation of Times ................................................................................................................ 34 14.03 Cumulative Remedies ................................................................................................................. 34 14.04 Survival of Obligations ...............................................................................................................35 14.05 Headings ......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreenient - 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. Calenda� Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fo�t Worth, Texas, a Texas home-rule municipal co�poration, acting by, its governing body through its City Manager; his designee, or agents authorized pursuant to its duly autho�ized cha�ter 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, Sanita�y Sewer Street, Storrn D�ain, 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 reco�ded plat. 8. Contract—The entire and integrated written document incorporating the Contract Docuinents between the Develope�; Contractor and/o� 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 Agree�ent, and it's attachments such as standard construction specifications, standa�d City Conditions, other general conditions of the Developer; including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 £ 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. Cont�actor The individual or entity with whorn Developer has entered into the Ag�eernent. ll. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Develope� — An individual or entity that desires to make certain iinproveinents within the City of Fort Worth 13. Drawings—That pa�t of the Contract Docurnents prepared or app�oved by Enginee� which graphically shows the scope, extent, and character of the Work to be perforined by Contractor. Subrnittals are not Drawings as so defined. 14. Engineer The licensed professional engineer or engineering firm registered in the State of Texas perfo�ming professional services for the Develope�. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 ver� that the Contractor has completed the Work, and each and eve�y part o� appu�tenance 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, �^ules, �egulations, o�dinances, 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 pe�sonal p�ope�ty. 20. Milestone A principal event specified in the Contract Documents relating to an inte�mediate Cont�act Time p�ior 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 Cont�acto�, 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 Ag�eement. 22. Participating Change Order A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and autho�izes an addition, deletion, o� revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Ag�eement. 23. Plans — See definition of Drawings. 24. Project Schedule A schedule, p�epared and maintained by Contractor, in acco�dance 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 Wo�k to be performed unde� the Contract Docurnents. 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 pa�ticipation and to assist the public in gaining an info�ined view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6: 00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of inaterials, equipment, or workmanship that are rep�esentative of sorne portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 �equirements to suppo�t scheduled performance of related constr�uction 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 othe� lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of w�itten requirements for materials, equipinent, systerns, standards and workmanship as applied to the Work, and certain administrative �equirements and procedural matters applicable the�eto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, inay be incorporated by reference as indicated in the Table of Contents (Division DO 00 00) of each Project. 33. Standa�d City Conditions — That pa�t of the Contract Documents setting forth requi�ements of the City. 34. Subcont�actor 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 illust�ate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive inst�uctions f�om the City and/o� Developer and to act for the Contracto�. 37. Supplernentary Conditions—That pari of the Contract Documents which amends or supplements the General Conditions. 38. Supplier A inanufacturer fabricator supplier distributo�, mate�ialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Wo�k by Cont�actor o� Subcont�actor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, o� other such facilities or attachinents, and any encasements containing such facilities, including but not limited to, those that convey elect�icity, gases, stearn, liquid pet�oleurn products, telephone or other corninunications, cable television, water; wastewater storm water; other liquids or chemicals, or traffic or othe� control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a.m. and ending at S: 00 p.m., Saturday, Sunday o� legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 ident�able parts thereof required to be provided unde� the Contract Documents. Work includes and is the result of pe�fo�ining or providing all labor services, and docuinentation necessary to produce such constr�uction including any Participating Change O�der, Non-Pa�ticipating Change Orde�, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such const�uction, all as �equired by the Cont�act Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City fo� cont�act pu�poses, in which weather or other conditions not under the control of the Contractor will perrnit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3— CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4— BONDS AND INSURANCE 4.01 Licensed Sureties and Insu�e�s All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Corr2pensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Autornobile Liability. A commercial business auto policy shall provide coverage on "any autd', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 3) $500,000 4) $100,000 Bodily Injury per person Bodily Injury per accident / 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 Writc thc namc of thc railroad coinpany. (If nonc, thcn writc nonc) 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 Entcr limits }�rovidcd by Railroad Coinpany (If nonc, writc nonc) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supe�vision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hou�s A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Se�vices, Mate�ials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "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 S.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph S.OS.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 O1 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph S.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs S.OS.A and S.OS.B. 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 indemn� and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs S.OS.A.2 and S.OS.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. Cont�actor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (P�ime Cont�actors and Subcontracto�s) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterp�ise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Chcck this box if thcrc is any City Participation) X❑ Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. � Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Coinplaints 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 31st 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 l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payinents. 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 Coinpliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, f�om and against all claims, costs, losses, and dainages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbit�ation or othe� dispute resolution costs) arising out of o� �elating to any inf�ingement of patent rights or copyrights incident to the use in the perforrnance of the Work or resulting from the incorporation in the Work of any invention, design, process, p�oduct, or device not specified in the Contract Docuinents. 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. Lirnitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 518, Contractor shall indemnify and hold harinless City, from and against all claims, costs, losses, and damages a�ising out of or �elating 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 Str�uctures: 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 Docuinents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Rep�esentative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Coinmunication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 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 Ciry; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. 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, cerrifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscriinination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6— OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Lirnitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's P�oject 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. 8A2 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article ll, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9— CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Su�ety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo� to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section ll.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. ll .07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph S.lO.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 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 ll.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. ll.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Wa��anty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTiCLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given ii 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Tirnes When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 DIVISION O1 GENERAL REQUIREMENTS oiiioo-i DAP SUMMARY OF WORK Page 1 of 3 SECTION Ol 11 00 SUMMARY OF WORK PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary far this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements far 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 thc price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the Ciry. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN #106270 Revised December 20, 2012 oi ii oo-z DAP SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Wark as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Wark. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companics and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN #106270 Revised December 20, 2012 O1 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION IRevision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN #106270 Revised December 20, 2012 oizsoo-i DAP SUBSTITUTION PROCEDURES Page 1 of 4 SECTION Ol 25 00 SUBSTITUTION PROCEDURES PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or deiined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request far Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendar's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 oi zs oo - z DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) IDustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost ar time results, it will be documented by Change Order. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the ariginal design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coardinate installation of accepted substitution into Wark, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS �NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City _ Recommended _ Recommended Not recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING Page 1 of 3 SECTION 0131 19 PRECONSTRUCTION MEETING PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's proj ect manager c. Contractor's superintendent d. Any subcontractor ar supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 O1 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certiiications 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 jj. Questions or Comments CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 O1 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION IRevision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013300-1 DAP SUBMITTALS Page 1 of 8 SECTION 0133 00 DAP SUBMITTALS PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark 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 REQU�REMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, ar within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f j Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractars, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8%z inches x 11 inches to 8'/2 inches x l linches. 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled infortnation c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon �eld measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifcations 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Wark 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Wark requiring a shop drawing, sample or product data nor any material to be fabricated ar installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractar shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the numbcr previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) 'BXCEPTIONS NOTED". This code is assigned when a confrmation 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 iinal 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 ar 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractar believes there is a conflict between Contract Documents c. When the Contractar believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient infortnation shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED� 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log I DATE NAME � 12/20/2012 D. Johnson I SUMMARY OF CHANGE 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August 30, 2013 013513-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 REFERENCES A. Reference Standards 1. Reference standards cited in this Spccification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation priar to commencing any work therein in accordance with the provisions of the permit CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August, 30, 2013 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section Ol 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor sha11 be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie� 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 Priar to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name ofProject b) City Project No (CPI� 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 � 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 fmish 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 tempararily shut down water service to residents ar businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August, 30, 2013 013513-4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notiiication 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) 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 pertnits are required, meet all requirements set forth in each designated railroad pertnit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1.4 SUBMITTALS [NOT USED] 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE [NOT USED] 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION IRevision Log I DATE NAME SUMMARY OF CHANGE 13.B — Added requireinent of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August, 30, 2013 013513-6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: I 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August, 30, 2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH �: DOE HO. XXXX Project Name: I�tOTICE OF TEMPORARY WA7'El� SERVICE II�ITERRLiPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN TAE 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised August, 30, 2013 O1 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION Ol 45 23 TESTING AND 1NSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication 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. Wark associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coardinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. O1 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH Tradition Ph 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPA# 106270 Revised March 20, 2020 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY �NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS Tradition Ph 6A Revised March 20, 2020 CPA# 106270 ois000-i DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Starage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required far the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water far construction is desired CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised JULY 1, 2011 ois000-z DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractar personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enfarce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and stare sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion ofProject C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the proj ect. 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] 111 FIELD [SITE] CONDITIONS [NOT USED] 112 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 [ox] 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised JULY 1, 2011 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised JULY 1, 2011 oisszb-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Trafiic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised July 1, 2011 oi ss z6 - z DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modifcation to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Warks Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Speci�ication refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised July 1, 2011 015713-2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Warks, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section O1 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION IRevision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised July 1, 2011 O1 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 SECTION Ol 60 00 PRODUCT REQUIREMENTS PART1- 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 Speciiication 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://apps.fortworthtexas.�ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section O1 33 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] CITY OF FORT WORTH Tradition Ph 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPA# 106270 Revised March 20, 2020 1.9 QUALITY ASSURA.NCE [NOT USED] oi 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 10/12/12 4/7/2014 03/20/2020 SUMMARY OF CHANGE D. Johnson Modified Location of City's Standard Product List M.Domenech Revised for DAP application D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Tradition Ph 6A Revised March 20, 2020 CPA# 106270 oibdoo-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products far 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. Nonc. C. Related Speciiication 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. Wark 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 oi6600-z DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements l. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorparated into Wark to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Wark. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of prcmises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products ar 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] 310 CLEANING [NOT USED] 311 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. 313 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 oi�000-i DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION Ol 70 00 MOBILIZATION AND REMOBILIZATION PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly ar temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 oi�000-z DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Wark as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 11.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 11.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � 4/7/2014 I I M.Domenech Revised for DAP application CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION Ol 71 23 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. See Changes (Highlighted in Yellow). C. Related Spccification Scctions include, but are not ncccssarily limitcd to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 1.3 REFERENCES 2 A. Definitions 3 1. Construction Survev - The survey measurements made prior to or while 4 construction is in progress to control elevation, horizontal position, dimensions and 5 configuration of structures/improvements included in the Project Drawings. 6 2. As-built Survev —The measurements made after the construction of the 7 improvement features are complete to provide position coordinates for the features 8 of a project. 9 3. Construction Stakin� — The placement of stakes and markings to provide offsets 10 and elevations to cut and fill in order to locate on the ground the designed 11 structures/improvements included in the Project Drawings. Construction staking 12 shall include staking easements and/or right of way if indicated on the plans. 13 4. Survev "Field Checks" — Measurements made after construction staking is 14 completed and before construction work begins to ensure that structures marked on 15 the ground are accurately located per Project Drawings. 16 B. Tcchnical References 17 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 18 website) — O1 71 23.16.01_ Attachment A_Survey Staking Standards 19 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 20 on City's Buzzsaw website). 21 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 22 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 23 Surveying in the State of Texas, Category 5 24 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection) for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section O1 33 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work, including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit "Cut-Sheets" conforming to the standard template provided by the City 36 (refer to O1 71 23.16A1— Attachment A— Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As-built Redline Drawing Submittal CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 2 3 4 5 6 7 8 9 1 2. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the wark (refer to O1 71 23.16.01— Attachment A — Survey Staking Standards) . Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 14 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 2. Coordination a. Contact City and Developer's Froject Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for prescrving and maintaining stakes. If City surveyors or Developer's Project Representative are required to re-stake for any rcason, thc Contractor will bc responsiblc for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in arder to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notes used to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6) The Contractor remains fully responsible for the accuracy of the wark and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 OS 23 and/or 33 OS 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 2501inear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1) Minimum every 2501inear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates far each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 d) Fire hydrants e) Valves (gate, butterfly, etc.) fl Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 111 FIELD [SITE] CONDITIONS [NOT USED] 18 112 WARRANTY 19 PART 2 - PRODUCTS 20 A. A construction survey will produce, but will not be limited to: 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions 40 PART 3 - EXECUTION 41 31 INSTALLERS CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 A. Tolerances: 2 1. The staked location of any improvement or facility should be as accurate as 3 practical and necessary. The degree of precision required is dependent on many 4 factors all of which must remain judgmental. The tolerances listed hereafter are 5 based on generalities and, under certain circumstances, shall yield to speciiic 6 requirements. The surveyor shall assess any situation by review of the overall plans 7 and through consultation with responsible parties as to the need for specific 8 tolerances. 9 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 10 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 11 1.0 ft. tolerance. 12 b. Horizontal alignment on a structure shall be within .01ft tolerance. 13 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 14 walkways shall be located within the confines of the site boundaries and, 15 occasionally, along a boundary or any other restrictive line. Away from any 16 restrictive line, these facilities should be staked with an accuracy producing no 17 more than O.OSft. tolerance from their specified locations. 18 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 19 electric lines, shall be located horizontally within their prescribed areas or 20 easements. Within assigned areas, these utilities should be staked with an 21 accuracy producing no more than 0.1 ft tolerance from a specified location. 22 e. The accuracy required for the verticallocation of utilities varies widely. Many 23 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 24 should be maintained. Underground and overhead utilities on planned profile, 25 but not depending on gravity flow for performance, should not exceed 0.1 ft. 26 tolerance. 27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 28 specifications or in compliance to standards. The City reserves the right to request a 29 calibration report at any time and recommends regular maintenance schedule be 30 performed by a ccrtified technician every 6 months. 31 1. Field measurements of angles and distances shall be done in such fashion as to 32 satisfy the closures and tolerances expressed in Part 3.1.A. 33 2. Verticallocations shall be established from a pre-established benchmark and 34 checked by closing to a different bench mark on the same datum. 35 3. Construction survey field work shall correspond to the client's plans. Irregularities 36 or conflicts found shall be reported promptly to the City. 37 4. Revisions, corrections and other pertinent data shall be logged for futurc reference. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR / RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative, the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 2 3 4 5 6 7 1. Notify City or Developer's Project Representative if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City or Developer's Project Representative may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors or Developer's Project Representative before further associated work can move forward. 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD �oR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 23 24 25 26 310 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 27 28 I I DATE � 8/31 /2012 8/31/2017 � 2/14/2018 END OF SECTION Revision Log NAME D.Johnson SUMMARY OF CHANGE Added instruction and modified measurement & payment under 1.2; added M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2— PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue texY'; revised measurement and payment sections for Construction M Owen Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 measurement criteria; revised list of items requiring as-built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised February 14, 2018 017423-1 DAP CLEANING Page 1 of 4 SECTION Ol 74 23 CLEANING PART 1- GENERAi, 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 Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017423-2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017423-3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Stare 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 ar transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017423-4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I 4/7/2014 I I M.Domenech Revised for DAP application CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 oi��i9-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION Ol 77 19 CLOSEOUT REQUIREMENTS PART 1- GENERAi, 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 Speciiication 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. Wark 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, certiiicates, 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 oi �� i9-z DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. FinalInspection 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 £ 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ 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 [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME 4/7/2014 M.Domenech SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION Ol 78 23 OPERATION AND MAINTENANCE DATA PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traff'ic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in fmal form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017823-2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017823-3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and fnishes: 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 far 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 rcplaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017823-4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson 4/7/2014 M.Domenech SUMMARY OF CHANGE 1.S.A1 — title of section removed Revised for DAP Application CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION O1 78 39 PROJECT RECORD DOCUMENTS PART 1- GENERAi, 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Wark, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 01 78 39 - 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. 5. 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 Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, ha�e 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 fnal 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 [ox] 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] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME 4/7/2014 M.Domenech SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Tradition Phase 6A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN #106270 Revised Apri17, 2014 GEOTECHNICAL REPORT I UES�� August 16, 2024 HINES INTERESTS, LP 2700 Commerce Street, Suite 1600 Dallas, Texas 75226 Attention: Mr. Dusty Dellinger Re: Pavement Recommendations Wildflower (Traditions) — Phase 6A Off Highway 114 Justin, Texas UES Report No. W241195-A Lr.vir:�r.r-,�rto' Geotechnical Engineering Nlateiials T�sting Field Inspections & Code Campliance Geaphysi�ol Technologies Submitted herein are the recommended pavement sections for the proposed subdivision (Wildflower — Phase 6A) on a tract of land located about a quarter mile north of Highway 114 and about a quarter mile east of Winding Meadows Drive in Justin, Texas. This study was authorized by Mr. Dusty Dellinger on April 17, 2024 and performed in accordance with UES Professional Solutions, LLC Proposal No. 104298 dated April 17, 2024. This report is an extension of UES Report No. W241195 dated August 5, 2024. The purpose of this study is to develop pavement sections for the planned streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed streets within the subdivision could be classified as "Residential- Urban", "Collector" or "Arterial", as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for UES PROFESSIONAL SOLUTIONS 44, LLC (UES) to evaluate for Hines Interests LP — Dallas (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. S4S� �ru sh �r��k Rd I F4rt Ws�rkh, TX 7�11 +� I pk� $19.q�r�-S��iQ Tea ml+ES.evm Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at the boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 28-day Concrete Compressive Strength (psi) Subgrade Treatment Application Rate (Ibs per sq yd) Reinforcing Bar No. Reinforcing Bar Spacing (in) 6 3, 600 6 inches Lime 30 3 18 7% 3,600 8 inches Lime 36 3 18 Arterial 10 3,600 8 inches Lime 36 4 18 Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling 38 test borings to depths of about 15 ft to 20 ft. A total of 45 test borings were planned for this study. Seven (7) boring locations (Borings 10, 11, 16, 17, 23, 24 and 25) were not accessible due to existing stockpiles generally located in the northwest corner of the site. The borings were drilled in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1. Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Unconfined Compressive Strength (ASTM D 2166) • Sulfate Content (TX-145-E Part II) • Lime Series (Plasticity Index vs. Lime Content) Individual test results are presented on the attached Log of Boring or summary data sheets. GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University ofTexas at Austin, the project site lies within the Fort Worth Limestone and Duck Creek formation, mapped as undivided. This geological formation consists predominantly of limestone, shale and marl, (limey shale). Residual soils associated with the formation generally consist of clay soils with low to high shrink/swell potential. Subsurface conditions encountered in most of the borings generally consisted of clay to depths of about 1 ft to 12 ft below the ground surface underlain by limestone extending to the 15 ft to 20 ft termination depths of the borings. Subsurface conditions encountered in Borings 21 and 29 generally consisted of limestone extending to the 20 ft termination depth of the borings. Subsurface conditions encountered in Borings 1, 2, 5 and 13 generally consisted of clay, shaly clay and/or sandy clay extending to the 15 ft to 20 ft termination depths of the borings. Layers of limestone about 2 ft to 6 ft thick were encountered between clay and/or shaly clay layers in Borings 5 and 22 at depths of about 1 ft to 8 ft below the ground surface. The upper 1 ft and 2 ft of base material and clay encountered in Borings 4 and 14, respectively, were visually identified as fill material. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are considered relatively impermeable and are expected to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. Free groundwater was encountered on drilling tools during drilling in Borings 2, 5, 6, 7 and 27 at depths of about 6 ft to 15 ft below the ground surface. Groundwater was then encountered in Borings 2, 6 and 27 immediately upon completion of drilling at depths of about 5 ft to 19 ft. Borings 5 and 7 were dry immediately upon completion of drilling. No free groundwater was encountered in the remaining borings. It is common to encounter seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone) interface and from fractures within the rock (limestone), particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further information concerning subsurface materials and conditions encountered can be obtained from the attached boring logs. ENGINEERING ANALYSIS AND RECOMMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross- sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Sub�rade Preparation Based on review of the borings, we expect the pavement subgrade could consist of clay soils or similar onsite materials used for grading the site. The pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, UES should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively, and mixed with a minimum 30 and 36 Ibs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. The application rate for Residential Urban streets is the minimum required by the City of Fort Worth. The application rate for Collector/Arterial streets equates to about 6 percent lime based on a dry unit soil weight of 100 pcf. The result of lime series tests performed on representative clay samples is attached (Figure 2). We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil-lime mixture is at/or below 15. Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on-site lime stabilized clay cuttings, on-site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades as could experience soil-related potential seasonal movements up to about 6 inches as discussed in the referenced foundation report. Potential seasonal movements are discussed in more detail in UES Report No. W241195 performed for the residential foundations to be constructed at the site. California Bearing Ratio (CBR) tests were not performed for this specific project. However, based on our experience in the area and similar conditions, the CBR value for the natural clay soil is estimated to be about 2 to 3. Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section. • Compressive strength of concrete • Modulus of Elasticity • Modulus of Rupture • Modulus of Subgrade Reaction* • Load Transfer Co-efficient • Drainage Coefficient • Initial PSI • Terminal PSI for • Standard Deviation 3,600 psi at 28 days 4,400,000 psi 600 psi 250 pci 3.1 1.0 4.5 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial) 0.35 • Reliability 85 percent *Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous section. Using the Street Classification of "Residential-Urban" as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavement to be about 930,000. Using the Street Classification of "Collector" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. Using the Street Classification of "Arterial" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7%z-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 4.5 ± 1.5 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw- cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Draina�e and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of six (6) samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE B Soluble Sulfates Sample Boring No. No. 1 2 2 5 3 22 4 26 5 30 6 43 Depth, ft 2-4 6-8 0-2 0-2 0-2 0-2 Material Type Dark Brown CLAY Tan CLAY Brown CLAY Dark Brown CLAY Brown CLAY Brown CLAY Soluble Sulfate, mg/Kg (ppm) 55 48 37 59 63 66 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Hence, it is recommended sulfate sampling/testing be performed along the pavement subgrade alignment during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Gradin� Limestone was encountered within 4 ft of the ground surface in most of the borings and could be encountered during general excavation and grading at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. • The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. • Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof-roll should be removed and replaced with well-compacted material as outlined in the Fill Compaction section. • Prior to placement of any fill, the exposed subgrade should then be scarified to � minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of +2 to +6 percentage points of the material's optimum moisture. Clay soils used for general fill with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of -1 to +3 percentage points of the material's optimum moisture. Clay soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills or utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within — 2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or steeper and greater than 5 ft in height, field density and moisture content tests should be performed on each lift. Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to sertlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Groundwater was encountered on drilling tools during drilling in Borings 2, 5, 6, 7 and 27 at depths of about 6 ft to 15 ft below the ground surface. From our experience, shallower groundwater seepage could be encountered in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis in clayey soils. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. UES, upon written request, can be retained to provide same. UES is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained UES's written acceptance of such intended use. Any such third party using this report after obtaining UES's written acceptance shall be bound by the limitations and limitations of liability contained herein, including UES's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which UES may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by UES. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release UES from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, UES is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. C�l����1►L�1 All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, UES PROFESSIONAL SOLUTIONS 44, LLC TBPE Firm No. 813 ��������� ; 5�?'��.o� r���s��� ,�* .� � �. *h ,*: �:* , ............................ � GREGORY S. FAGAN r � '• 116518 � 2- , I�1 �D.�'•. ��c�Ns�°• •' `a�t�� . � I��ti S��NAt�N� � ✓ lk''Gt/V�.R�' �-1�,�,y,,--- Karina Cohuo Geotechnical Project Manager KC/G FS/n I Copies: (1-PDF) Client August 16, 2024 _ —� .,� { �� ..� � Gregory S. Fagan, P.E. Geotechnical Department Manager Attachments: Boring Location Plan — Figure 1 Mechanical Lime Series — Figure 2 WinPAS Analysis Results Log of Borings (Borings 1 through 9, 12, 13, 14, 15, 18 through 22, 26 through 45) Key to Soil Symbols and Classifications B-3 �� �� �� �� , � � G. �{ � 77 t--- B- 1 J' G��Fk � r - --. { � 1 S� �� r B-36 B-11 :. , � B-27" �� - �, '� � Y� B-18 �� ��� � '� � . � �, p � ._ � � B-26� �~ B-35� � y � . k �. � B-17 _._ ��-,� � � � .��� � k � � � _ .x . � :. . `� B-25� � B-34 B-41 '� �- � '� �� `� 1 � L�5 ��F - �; B-16 '��� -�E � � � � � � ` L�. � B�24 ,�: B-40 � - B-33 � �, ` _... �� � � � 4� � L\ I 1 J1 + -� � � B-23 � � B-32- �' B-39. B-44 � � �i _ _ _� . �� r _� � � �5 Y.. _ � � � �4 �t= 8-31 �� � B-3 8_- '� B 43 .�� i ��' , �� , � � � - -- -- � --- � 1 �B_30 ` � B_3�� �� B-42� . � B-45 � � � � ��, �; _ . i __ ---.� � HIGHWAY 114 I PAVEMENT RECOMMENDATIONS WILDFLOWER (TRADITIONS) - PHASE 6A OFF HIGHWAY 114 FORT WORTH, TEXAS UES PROJECT NO. W241195-A �� u�s�;.1 FOrmBrly Alphp TeSting FIGURE 1 BORING LOCATION PLAN # APPROXIMATE PRELIMINARY BORING LOCATION (R'163040) � BORINGS NOT DRILLED � APPROXIMATE BORING LOCATION QLOTSEXCLUDED R-� B-9 � UESTM / Formerly Alpha Testing Geotechnical • Construction Materials • Environmenfal • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W241195 % Lime 0% PI 28 IDate: 07/01 /24 4% 6% 8% 10% � 13 10 8 6 70 65 60 55 50 45 40 a 35 30 ' � 25 I \ I 20 II ��� I \, 15 II � �' �\ I 10 II !\��` I � 5 II � � I � I 0 I 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 2 WinPAS American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Residential Pavement Analysis Location: Fort Worth, TX Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 5.91 inches 930, 000 85.00 percent 0.39 620 psi 4,000,000 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 psi/in 1.00 4.50 2.00 Modulus of Subarade Reaction (k-valuel Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 psi 0.0 psi 0.00 inches 0.00 feet 0.0 Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:12:04PM Engineer: WinPAS American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Collector Pavement Analysis Location: Fort Worth, TX Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 7.52 inches 3, 000, 000 85.00 percent 0.39 620 psi 4,000,000 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 psi/in 1.00 4.50 2.25 Modulus of Subarade Reaction (k-valuel Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 psi 0.0 psi 0.00 inches 0.00 feet 0.0 Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:11:04PM Engineer: WinPAS American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Arterial Pavement Analysis Location: Fort Worth, TX Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 9.87 inches 13,000,000 85.00 percent 0.39 620 psi 4,000,000 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 psi/in 1.00 4.50 2.50 Modulus of Subarade Reaction (k-valuel Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 psi 0.0 psi 0.00 inches 0.00 feet 0.0 Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:09:59PM Engineer: 5058 Brz�sh Creek Rc�. �� F'ort Worth� Texa.s LOG OF BORING NO.: 16 �� ��� 76119 Sheet 1 of 1 P�one: sl�-�9s-s600 pROJECT NO.: W 163040 Formerly Alpha Testing Fax.• 817-496-5608 www. alphatesting. com Client: Hines Interests Limited Partnership Project: Monterra Phases 1A, 1B, 2 and 3 Start Date: 12120/2016 End Date: 12120(2016 Drilling Method: CONTINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS rn � o � pn Rods (ft): NONE � J � L � After Drilling (ft): DRY o � V After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY 5 �� Tan CLAY with limestone fragments - �j �j - �% _ '/ � 10�� �/ � _ � _ � � _ j � � Gray SHALY CLAY 15 � 20 i TEST BORING TERMINATED AT 20 FT Location: Fort Worth, Texas Surface Elevation: West: North: Hammer Drop (Ibs / in): 140 / 30 a o x -0 5 �' E r. a� L � a� a o in � � � j Y �'�a �� � '� �E � H Z' � O� `1� N "O L N(n Zi � J U C Y � > d � � � Q1 @ � �' O_ O '6 ._ �U n o� �� o o = c a� V � in o.� a y, m N p"' s m �in cn � x a�i � �� � Z � � J a a �a a � � � 3.0 4.5+ 4.5+ 5.0 / \ 84 X1 38 / \ � 4.5+ 14.0 � 20.0 /� 56 50/ 2�� 28 18 81 26 55 13 10 12 10 30 15 15 22 19 sosBBYushcreekRa. gORING NO.: 1 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/24/2024 End Date: 6/24/2024 West: Drilling Method: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Dark Brown CLAY with limestone fragments _51 10 15 20 North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 1 4.5+ 19 4.5+ 4.5 3.25 8.0 Tan SANDY CLAY with calcareous deposits 3.5 3.75 Tan and Gray CLAY TEST BORING TERMINATED AT 20 FT 18.0 I 20.0 4.5+ 66 16 68 22 46 3.3 20 20 18 17 35 16 19 11 sosBBYushcreekRa. gORING NO.: 2 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/26/2024 End Date: 6/26/2024 West: Drilling Method: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): 11 w � ZAfter Drilling (ft): �� o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Dark Brown CLAY _51 10 15 20 North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 1 4.5 24 2.75 4.0 Tan CLAY 6.0 3.5 2.0 2.5 n � Tan SANDY CLAY - with limestone fragments at 14 ft 12.0 I 15.0 4.5+ 27 25 99 19 41 19 22 22 64 11 % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 3 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/26/2024 End Date: 6/26/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION j/ Tan CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and _ _ layers _5 _10_ Gray LIMESTONE _15 � TEST BORING TERMINATED AT 15 FT 20 North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a . 4.5+ 14 39 18 21 1.0 , 100/ 8.25„ , 100/ 1.50" , 100/ 1.00" 14.0 100/ 15.0 1.25" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: � � J U w � Q a � � � � _5_ _10_ _15_ _20 sosBBYushcreekRa. gORING NO.: 4 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/26/2024 End Date: 6/26/2024 West: GROUND WATER OBSERVATIONS �On Rods (ft): NONE ZAfter Drilling (ft): DRY �After_ Hours (ft): MATERIAL DESCRIPTION BASE MATERIAL - FILL Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��— >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `—' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m � � X � � p� � � o � � � J_ a_ � Cn �a a � Z � � a 1.0 , 100/ 1.25" , 100/ 0.50" , 11.0 , 20.0 , 100/ 1.25" 100/ 1.25" 100/ 0.50" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: � � J U w � Q a � � � � 5 _10 15 20 sosBBYushcreekRa. gORING NO.: 5 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/26/2024 End Date: 6/26/2024 West: GROUND WATER OBSERVATIONS �On Rods (ft): 15 ZAfter Drilling (ft): DRY �After_ Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Tan CLAY with limestone fragment and calcareous desposits Tan LIMESTONE with clay seams and layers Tan and Gray CLAY - with seepage at 15 ft � TEST BORING TERMINATED AT 15 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��— >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `—' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m � � X � � p� � � o � � � J_ a_ � Cn �a a � Z � � a . 4.5+ 19 1.0 , 50 4.0 4.5+ 4.5+ 8.0 100/ 10.0 , 6.50" 15.0 4.25 14 39 17 22 0.3 14 24 47 21 26 0.5 sosBBYushcreekRa. gORING NO.: 6 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/26/2024 End Date: 6/26/2024 West: Drilling Method: North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 1 4.5+ 25 � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): 10 w � ZAfter Drilling (ft): 5 o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Dark Brown CLAY _ % Brown CLAY with calcareous deposits 5 1 � �Tan CLAY with calcareous deposits %� 10 ////, SZ Tan LIMESTONE _15_ Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT 4.5 4.0 4.5 8.0 3.25 � 10.0 , 100/ 0.50" 16.0 20.0 , 100/ 1.0" 22 24 73 24 49 0.1 19 15 sosBBYushcreekRa. gORING NO.: 7 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/26/2024 End Date: 6/26/2024 West: Drilling Method: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): � w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Dark Brown CLAY 5 10 15 20 Brown CLAY with calcareous deposits North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 1 4.5+ 21 2.0 4.25 Tan CLAY with calcareous deposits and limestone fragments � Tan LIMESTONE TEST BORING TERMINATED AT 15 4.0 4.0 23 4.5 9.0 100/ 4 5+ 1.0" 15.0 100/ 1.0" 14 14 46 17 29 0.0 11 % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 8 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/26/2024 End Date: 6/26/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Brown CLAY with calcareous deposits _ % 5 � Tan LIMESTONE with clay seams and _ _ layers _10_ _15 Gray LIMESTONE _20 TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5+ 14 4.5+ 14 51 18 33 4.5+ 7 5.0 , 40/ , 100/ 42.5" , 100/ 0.50" 17.0 100/ 20.0 , 0.50" sosBBYushcreekRa. gORING NO.: 9 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/26/2024 End Date: 6/26/2024 West: Drilling Method: North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Dark Brown CLAY with limestone fragments _51 _10_ _15 20 Tan CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT 6.0 8.0 4.5+ 2.75 ' 3.0 2.25 , 100/ 4.50" 100/ 15.0 , 6.50" 22 72 25 47 24 27 20 52 18 34 0.0 sosBBYushcreekRa. gORING NO.: 12 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/26/2024 End Date: 6/26/2024 West: Drilling Method: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Brown CLAY with limestone fragments _5_ _10_ _15_ _20 Tan CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers Gray LIMESTONE with sand seams TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5+ 2.0 4.5+ 3.0 , 100/ 5.0" 13 50 18 32 15 , 100/ 4.5" 12.0 , 100/ 3.5" 100/ 20.0 , 1.5" sosBBYushcreekRa. gORING NO.: 13 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/17/2024 End Date: 6/17/2024 West: Drilling Method: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Dark Brown CLAY with limestone fragments 5 10 15 20 North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5+ 4.5 Tan CLAY with calcareous deposits and limestone fragments 4.0 3.5 22 20 67 21 46 0.0 14 3.75 3.5 3.1 Tan and Gray SHALY CLAY TEST BORING TERMINATED AT 15 FT 13.0 I 15.0 4.5+ 13 116 15 44 18 26 15 sosBBYushcreekRa. gORING NO.: 14 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/26/2024 End Date: 6/26/2024 West: Drilling Method: North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 1 4.5+ 14 51 18 33 � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Brown and Tan CLAY with limestone fragments - FILL 5 _10_ _15 20 Dark Brown CLAY Tan CLAY with Calcareous deposits and limestone fragments Tan LIMESTONE with clay seam and layers TEST BORING TERMINATED AT 15 2.0 4.0 8.0 4.5+ 4.5+ 4.5+ , 33/ 5.0" 13 10 39 16 23 0.0 10 100/ 15.0 , 2•50" sosBBYushcreekRa. gORING NO.: 15 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/26/2024 End Date: 6/26/2024 West: Drilling Method: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Brown CLAY with limestone fragments 5 10 _15_ _20 2.0 Tan and Gray CLAY with calcareous deposits and limestone fragments 4.5 4.5 4.5+ 4.5+ Tan LIMESTONE with clay seams and layers Gray LIMESTONE TEST BORING TERMINATED AT 20 FT 12.0 North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 1 4.5+ 17 14.0 , 20.0 , 100/ 1.0" 100/ 1.5" 17 15 44 17 27 0.0 16 18 % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 18 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/26/2024 End Date: 6/26/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION % Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and _ _ layers _5 _10_ Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a . 4.5+ 11 1.0 , 100/ 6.0" , 100/ 0.50" , 100/ 3.50" 12.0 100/ 15.0 , 2.0" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: � � J U w � Q a � � � � _5_ _10_ _15_ _20 sosBBYushcreekRa. gORING NO.: 19 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/26/2024 End Date: 6/26/2024 West: GROUND WATER OBSERVATIONS �On Rods (ft): NONE ZAfter Drilling (ft): DRY �After_ Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan limestone with clay seams and layers Gray LIMESTONE with sand seams TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��— >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `—' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m � � X � � p� � � o � � � J_ a_ � Cn �a a � Z � � a . 4.0 26 68 22 46 1.0 , 39/ 6.0" , 100/ 7.0" , 100/ 3.5" , 100/ 5.0" 16.0 100/ 20.0 , 4.0" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 20 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/26/2024 End Date: 6/26/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %�� Brown CLAY with limestone fragments _ � � - with calcareous deposits at 2 ft _ � % � Tan LIMESTONE with clay seams and 5 _ layers _10 Gray LIMESTONE with sand seams _15 TEST BORING TERMINATED AT 15 FT 20 North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5+ 4.5+ 4.0 , 100/ 4.0" 15 48 19 29 15 , 100/ 2.0" 12.0 100/ 4 5+ 15.0 , 2.0" 12 % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 21 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/25/2024 End Date: 6/25/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �Tan LIMESTONE with clay seams and layers _5_ _ 10, _15_ _20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a , 100/ 7.5' , , 11.0 , 20.0 , 100/ 3.0" 100/ 5.0" 100/ 1.0" 100/ 0.50" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 22 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/25/2024 End Date: 6/25/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Brown CLAY with limestone fragment _5_ 10 _15 20 Tan LIMESTONE with clay seams and layers North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 13 2.0 , 64 , Tan and Gray SHALY CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT 8.0 12.0 55 4.5+ 22 61 22 39 0.0 15.0 , 100/ 7.0" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 26 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Dark Brown CLAY _5_ _10� _15 20 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 3.0 26 50 20 30 2.0 , 100/ 5.5" , 100/ 2.0" , 100/ 0.50" 11.0 100/ 15.0 , 1.0" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 27 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): 6 w � ZAfter Drilling (ft): �9 o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Dark Brown CLAY with limestone fragments _5_ _10� _15_ _20 Tan LIMESTONE with clay seams and layers � Gray LIMESTONE i TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5+ 15 2.0 , 100/ 2.5" , 100/ 1.0" , 100/ 1.50" 11.0 , 100/ 1.0" 100/ 20.0 , 1.0" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 28 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %%%� Brown CLAY with limestone fragments _ ��. Tan LIMESTONE with clay seams and _ _ layers _5 _10_ Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 1.0 . 3 32 15 17 , 100/ 2.5" , 100/ 3.50" , 100/ 2.50" 12.0 100/ 15.0 , 1.5" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 29 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �Tan LIMESTONE with clay seams and layers _5_ _ 10, _15_ _20 Gray LIMESTONE TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a , 100/ 44.5" , 100/ 2.50" , 100/ 1.0" 12.0 , 100/ 2.0" 100/ 20.0 , 1.5" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 30 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION % Brown CLAY with limestone fragments and calcareous deposits 5 _10_ _15� _20 Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5+ 14 4.5+ 19 59 20 39 3.1 4.5+ 14 5.0 , 100/ 41" , 100/ 4.0" , 100/ 2.0" 100/ 20.0 , � .50" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 31 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Dark Brown CLAY _51 10 15 20 - with limestone fragments and calcareous deposits at 4 ft to 6 ft � Tan LIMESTONE with clay seams and - layers TEST BORING TERMINATED AT 15 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5+ 4.5+ 4.5+ 6.0 100/ 4.0" 100/ 1.0" 17 21 16 65 21 44 4.3 100/ 15.0 0.50" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 32 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Dark Brown CLAY with limestone fragments _5_ _101 _15� _20 Tan LIMESTONE with clay seams and layers North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5+ 20 4.0 25 70 23 47 0.4 4.0 , 100/ 3.50" , 100/ 1.0" , 100/ 2.0" TEST BORING TERMINATED AT 20 FT 100/ 20.0 , 4.5" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 33 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Dark Brown CLAY _5_ _101 _15 20 Tan LIMESTONE North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 3.5 28 4.25 20 52 21 31 4.0 , 100/ 4.0" , 100/ 2.50" TEST BORING TERMINATED AT 15 FT 100/ 15.0 , 1.0" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: � � J U w � Q a � � � � _5_ _10_ _15_ _20 sosBBYushcreekRa. gORING NO.: 34 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: GROUND WATER OBSERVATIONS �On Rods (ft): NONE ZAfter Drilling (ft): DRY �After_ Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��— >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `—' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m � � X � � p� � � o � � � J_ a_ � Cn �a a � Z � � a . 4.5+ 22 1.0 , 100/ 4.0 " , 100/ 1.0" , 100/ 1.0" , 100/ 2.0" 16.0 100/ 20.0 , 1.0" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 35 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Dark Brown CLAY with limestone fragments _5_ _10� _15 20 Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 3.25 29 65 22 43 2.0 , 100/ 1.5" , 100/ 2.0" , 100/ 2.50" 100/ 15.0 , 5.0" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: � � J U w � Q a � � � � _5_ _10_ _15_ _20 sosBBYushcreekRa. gORING NO.: 36 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/21/2024 End Date: 6/21/2024 West: GROUND WATER OBSERVATIONS �On Rods (ft): NONE ZAfter Drilling (ft): DRY �After_ Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��— >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `—' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m � � X � � p� � � o � � � J_ a_ � Cn �a a � Z � � a . 4.5+ 10 1.0 , 100/ 0.50" , 100/ 5.5" , 100/ 4.0" , 100/ 2.0" 16.0 100/ 20.0 , 2.5" sosBBYushcreekRa. gORING NO.: 37 � ��� r� Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 Pormerly Alpha Testing www.alphatesting.com Client: Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Project: Wildflower (Traditions) - Phase 6A Surface Elevation: Start Date: 6/21/2024 End Date: 6/21/2024 West: Drilling Method: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Brown CLAY _51 _10_ _15_ _20 � Tan LIMESTONE with clay seams and - layers North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 2.25 3.5 4.5+ 6.0 , 100/ 8.0" , 100/ 1.50" , TEST BORING TERMINATED AT 20 FT 20.0 , 100/ 1.5" 100/ 1.0" 29 23 19 69 21 48 0.9 % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 38 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Brown CLAY 5 _10_ _15 20 Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 3.5 25 4.0 24 57 22 35 100/ 5.0 9.5" , 100/ 2.0" 100/ 15.0 , 1.5" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 39 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Dark Brown CLAY _5_ _10_ _15_ _20 Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 3.25 3.25 3.0 , 100/ 7.5" , , 20.0 , 100/ 2.5" 100/ 3.50" 100/ 1.5" 29 26 % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 40 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Dark Brown CLAY with calcareous deposits _5_ _10� _15 20 Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5 23 50 21 29 2.0 , 100/ 5.0" , 100/ 2.0" , 100/ 1.0" 100/ 15.0 , 1.50" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 41 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION %/� Dark Brown CLAY _ % - with calcareous deposits and limestone fragments at 2 ft to 4 ft Tan LIMESTONE with clay seams and 5 _ layers _10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 3.5 28 4.25 14 58 18 40 4.0 , 100/ 3.0" , 100/ 1.0" , 100/ 1.0" 17.0 100/ 20.0 , 2.50" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 42 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/18/2024 End Date: 6/18/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Brown CLAY with limestone fragments _5_ _101 _15� _20 Tan LIMESTONE with clay seams and layers North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5+ 18 3.5 24 47 19 28 0.0 4.0 , 100/ 7.0" , 100/ 1.0" , 100/ 4.5" TEST BORING TERMINATED AT 20 FT 100/ 20.0 , 0.50" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 43 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Brown CLAY with limestone fragments _5_ _101 _15 20 Tan LIMESTONE with clay seams and layers North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 3.75 25 2.5 24 53 18 35 4.0 , 100/ 3.50" , 100/ 0.50" TEST BORING TERMINATED AT 15 FT 100/ 15.0 , 1.5" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 44 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Dark Brown CLAY with limestone fragments _ % 5 � Tan LIMESTONE with clay seams and _ _ layers _10_ _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 4.5 24 4.0 21 68 21 47 2.8 2.75 28 5.0 , 100/ 3.5" , 100/ 1.5" , 100/ 1.5" 17.0 100/ 20.0 , 1.5" % UES�M Formerly Alpha Testing Client: Project: Start Date: Drilling Method: sosBBYushcreekRa. gORING NO.: 45 Fort Worth, Texas 76119 Phone. 817-496-5600 Sheet 1 of 1 Fax: x»-a9h-shnx pROJECT NO.: W241195 www. alphatesting. com Hines Interests, LP - Dallas2 Location: Fort Worth, Texas Wildflower (Traditions) - Phase 6A Surface Elevation: 6/17/2024 End Date: 6/17/2024 West: � GROUND WATER OBSERVATIONS ,� � �On Rods (ft): NONE w � ZAfter Drilling (ft): DRY o � — � �After Hours (ft): MATERIAL DESCRIPTION �� Dark Brown CLAY with limestone fragments _5_ _101 _15� _20 Tan LIMESTONE with clay seams and layers North: Hammer Drop (Ibs / in): 140 / 30 � Q � � o -a.E v � � .--. � t ' � Q o i�� o �, � �� .rn . T �, a� U� �`. ��- >� u�i E � a o ~ N� �?� Y N "aL L.L.. y� >� C J J Y ' °� > C� � o � E � v� cn v� m o � a ° � `-' a� � °� o� a° ° •� � � � ac� p�-' U � ,� � 3 a m u� � x � � ° cn � in ' ° �� � � a `° � �a a � Z � � a 3.5 26 2.75 27 63 21 42 4.0 , 100/ 7.50" , 100/ 2.50" , 100/ 1.0" TEST BORING TERMINATED AT 20 FT 100/ 20.0 , 1.5" I UESTM Formerly Alpha Testing SOIL & ROCK SYMBOLS � (CH), High Plasticity CLAY � (CL), Low Plasticity CLAY � (SC), CLAYEY SAND � (SP), Poorly Graded SAND � (SW), Well Graded SAND � (SM), SILTY SAND � (ML), SILT � (MH), Elastic SILT � LIMESTONE � SHALE/MARL � SANDSTONE o � (GP), Poorly Graded GRAVEL �' (GW), Well Graded GRAVEL ��.(�(� (GC), CLAYEY GRAVEL K�i4 �o�('�,d (GM), SILTY GRAVEL h I�.0 4 � (OL), ORGANIC SILT � (OH), ORGANIC CLAY � FILL SAMPLING SYMBOLS ■SHELBY TUBE (3" OD except where noted otherwise) �SPLIT SPOON (2" OD except where noted otherwise) �AUGER SAMPLE I�I � TEXAS CONE PENETRATION �ROCK CORE (2" ID except where noted otherwise) KEY TO SOIL SYMBOLS AND CLASSIFICATIONS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ftl VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHEAR STRENGTH OF COHESIVE SOILS (tsf) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 RELATIVE DEGREE OF PLASTICITY (PI) LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 RELATIVE PROPORTIONS (%1 TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 PARTICLE SIZE IDENTIFICATION (DIAMETER) BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.OmmT03.0" 2.OmmT05.Omm 0.4mmT05.Omm 0.07 mm T0 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm CFW Lighting Approved Products List CFW Product Name Type 11 Pole Type 33B Arm Residential Luminaire Timber Pole 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 Makers Sales and Marketing, LLC Valmont Industries, Inc Makers Sales and Marketing, LLC Makers Sales and Marketing, LLC Valmont Industries, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. McFarland Cascade Bayou Forest Products MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Galvanized Type 33B, 36" Rise Simplex 8' Arm, Galvanized Type 33B, 36" Rise Simplex 8' Arm, Black DB01373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- M P-N L-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- M P-N L-P7-AO-RFD325606 American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- M P-N L-P7-AO-RFD325609 American Electric Lighting, ATBO-P101-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD325608 CREOSOTE 30/35 FOOT TIMBER POLE 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 Makers Sales and Marketing, LLC Type 18 Pole Type 33A Arm Arterial Luminaire Makers Sales and Marketing, LLC Valmont Industries, Inc MRT33.585A6-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, 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 Valmont Industries, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc DB01373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- M P-N L-P7-AO-RFD322794 American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- M P-N L-P7-AO-RFD322793 American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 Timber Pole McFarland Cascade CREOSOTE 35/40 FOOT 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 ot 6)-Wood Pole Arm, Galvanized Decorative-Pedestrian Washington 10' Pole Washington 14' Pole Acuity Brands Lighting, Inc. Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 RFD110736 Holophane, CLAI4FT J20DMODC036K RFD325026, AB- 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 FRGLRFD338699 Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 AO RFD-315548 Acuity Brands Lighting, Inc. Washington Luminaire Acuity Brands Lighting, Inc Washington Globe Luminaire Oleander Type A Pole Oleander Type B Pole Oleander Type B Arm Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Oleander Luminaire Berry 12' Pole Berry 20' Pole Berry Arm Berry Luminaire BannerArms Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Acuity Brands Lighting, Inc Holophane, PDA 12S5L20POBBK-MOD Holophane, PDA20S5L20P08BK-MOD Holophane, OHC 151N 2ATN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO RFD338741 Holophane, RSA 12 SO G12 SC BK AB-26-4 RFD326400 Holophane, PD20S5J20P11BK RFD338816 Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 AO SH Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Conduit 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 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 EATO N EATO N Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls MacLean Highline Ground Box Kearneys Photocell Shorting Caps Oldcastle Oldcastle NSi Industries, LLC Acuity Brands Lighting, Inc 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, 5001bs 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 - TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire TRASTAR INC. DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTAR INC. DURA-STR25-3K-120-3-GR-SCL FORT WORTH�� IApprovall � I I o�izaiv� � 05 26 00 � M:26 00 � 1:26 99 � 5/13/OS � � I I i ze 99 � 08/3N06 � � I � * � � � • � " � 08/24/18 � 08/24/18 � � � � � 1N31/06 � 7 25 03 � 01/31/06 � 1 U�2/10 � 07/19/11 � 08/10/11 I10.14.13 � o�oui� � 12.f15�23 I09;' 16;' 19 � 10;'0721 � � � * � * � * � * � 03;'08.'00 � oa;zaoi � � � * � * � 09;23/96 � 12'0523 � OS/08/18 I09;'0324 � 06;'09;'10 � 09;'06;'19 � 10;'0721 � 10;'0721 � 10;'0721 I03/07/23 � 03/07/23 � 04�2R�f17 � I122923 I � � � * � 04.23;'01 � � 4ZQ'01 � 5;'12/03 � 08.30;'06 � Spec No. �Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer I Model No. I National Spec Water & Sewer - Manholes & Bases/Comuonents 3339-10 (Rev 2/3/16) 33 OS 13 Urethxne Hydrophilic Wa�ersrop Asahi Kuevu K.K. Adeku Ultra-Seal P-201 33 OS 13 Ot7sec Joinc for 4' Dium. MH Hanson Cuncrece Produccs Drawinr Nu. 35-0048-001 33 OS 13 Prufile Queket hr� 4' Dium. MH. P�ese-3wl Queket Corp. 250-4G Queket 33 0513 HDPE Manhole Adiusnnent Rinrs Ladtech, Inc HDPL Adiusnnent Rinr 33 OS 13 Manhule Lx[ernul Wruu Cunueu - CPS WrunidSeal Menhole Enceosulunun Svs[em Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/131 33 39 13 Fiber�luss Manhole Fluid Contnimnent, Ine. 33 3913 Fiberrluss Manhole L.F. Manufuctunnr Water & Sewer - Manholes & Bases/Frames & Covers/Rectaneular 33-OS-13 (Rev 2/3/16) 33 OS 13 �Mxnhule Frxmes nnd Cove+'s ���e-vtem Iron lVorks, Bnss & Hnys Foundry � Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Roundl 33-OS-13 (Rev 2/3/161 33 OS 13 Manhole Prnmes nnd Covers Western Irun Works, Bass & Hays Foundry 33 OS 13 Manhole Prnmes nnd Covers McKinlev Iron Works Inc. 33 OS 13 Manhole Frnme.s nnd Covers Neennh Foundry 33 OS 13 Mxnhole Frnme.s nnd Covers Neennh Foundry 33 OS 13 Manhole Prumes and Covers Si�na Curourunun 33 OS 13 Manhole Prumes and Covers Si�na Curourutiun 33 OS 13 Mnnhule Prnmes and Cove+'s PunaA-Moussun 33 OS 13 Mnnhole Prnme.s and Covers Neenah Caenn� FloMrte ASTM D2240/DJ12/U792 ASTM G443'C-361 ASTM 3753 iooi i 30024 A24AM R-1272 ASTM A48 & AASHTO M306 NF 1274 ASTM A48 & AASHTO M306 MH-144N MH-143N GTS-STU 33 OS 13 Mnnhole Prumes end Covers (Hinred) Powerseul Hinred Uuctile Iron Manhole 33 0513 Mxnhole Frnme..v und Covers SainaGubuin PipelineslPuinre.r/re.rus) RE32-R8F5 33 0513 30" Dia. MH Rine und Cove� eascJo�dan I�on Works V1432-2 und VI483 Deei�ns 33 OS 13 30" Dia. MH Rin� and Cuver SiTnna Corporatiun MHI651 FWN & MHI6502 33 0513 30" Dia. MH Rin, und Cuver Star Pipe Products MH32FTWS5-DC 33 OS 13 30" Diu. MH Ring und Cove� Accucust 220700 Heuvv Dury with Qusket Rint 33 OS 13 30" Die. MH Rine unA Cove� (Hin�eA & Lockuble) 34 OS 13 30" Dlu_MH Rin? uod Oove� (Loakublal OI 34 OS 13 30" Dia. MH Rin, und Cuver (Hin,ed & Luckuble) CI 33 OS 13 30" Dia. MH Ring and Cover 34 OS 13 30" Dia. MH Ring anA C'over LustJordun Iron Wurks SIP Industries SIP Indus'tries C'omnosite Access ProAucts, L.P. Trwnbull M11anufacturin¢ 30" ERGO XL Assembly with Cnin Luck.MPIC:T-Gasket 2280 (32'0 4267 WT - Hin�ed (32") CAP-ONE-30-PTW, Coinposi[e, w.' Lock w!o Hin¢ 32"(30") Prame and Cover Water & Sewer - Manholes & Bases/Frames & Covers/Water Ti�ht & Pressure Tisht 33-OS-13 Bev 2/3/161, 33 OS 13 Manhole Prames and Covers Pon[-A-Mousson Pam[i¢h[ 33 OS 13 Manhole Praines and Covers Neenah Casnn¢ 33 OS 13 Manhole Prames and Covers Wes[ern Iron Works,Bass & Hays Poundry 300-24P 33 OS 13 Manhole Prames and Covers McKinlev Iron Works Inc. WPA24AM 33 OS 13 Manhole Frames and Covers Accucas[ RG2100 33 OS 13 Manhole Praines and Covers (SIP)Seramnore Indusnies Private Ltd. 300-24-23.75 Ring and Cover Water & Sewer - Manholes & Bases/Precast Concrete f�ev 1/8/131, 333910 Manhole,Precas[Concre[e HydroCondui[Coro 33 39 10 Manhole, Precas[ Concre[e Wall Concre[e Pioe Co Inc 33 39 10 Manhole, Precas[ Concre[e Conaete Produc[ Inc. 33 39 10 Manhole, Precas[ Concre[e TheTurner Comoany 33 39 10 Manhole, Precast Conn-ete TheTurner Comoany 33 39 10 Manhole, Precas[ Concre[e 33 39 10 Manhole, Precas[ (Reinforced Polviner)Conaete 333920 Manhole,Precas[Concre[e 323920 Manhole,Precas[Concrere 33 39 20 Manhole, Precast (Reinforced Polviner) Conn-ete 33 39 20 Manhole, Precas[ (Hvbrid) Polymer & PVC 333920 Mxnhule,PrecnstCuncrete 33 3920 Mxnhule, Precnst (Reinfurced Pulyiner) Cuncrete Munhule, Precaet (Reinfurced Polvinerl Concrete Sewer -fR'ACI; Wastewater Access Chamber 33 39 40 33 39 20 I Wastewater Access Chamber Oldcas[le Precae[ Inc US C'omoosrte Pine For[erra PiVe and Precast Porrerra PiVe and Precast Armorock Geneva Pioe and Precas[ (Predl Sys[ems) AmeriTe.r Pipe nnd Producrs, LLC P3 Pulyiners, RuckHnrdscp Amitech USA pwcksn�eam Solucions, Inc Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious EI-14 Manhole Rehab Sys[ems Quader EI-14 M1lanhole Rehab Systeins StanAaM Cemen[ M17aterials, Inc. EI-14 Manhole Rehab Sys[ems APiM Permaform EI-14 Manhole Rehab System Scron¢ Comoam� EI-14 Manhole Rehab Sys[em (Liner) Triolex Linin¢ Svs[em General C'oncre[e Renair FlexKre[e Technoloe�es SPL Itein >49 48" I.D. Manhole w/ 32" Cone 72" LD Manhole w/ 32" Cone 48", 60" I.D. Manhole w/ 32" Cone Mannole, it" upeiiiiig ana Nla[top, (No Transi[ion Cones) Remtorced Pol�nner (;oncre[e 60" & 72" LD Manhole w/32" Cone 4S" I D. Manhole w.32" Cone 48" & 60" I.D. Manhole w/32" Cone 48" & 60" LD. Manhole w/32" Cone 48" & 60" I.D. Menhole w� 32" Cone 48" & 60" I.D. Menhole w� 32" Cone Mever Pol�cre[e Pioe TWe 8 Maintenace Shaft (P000i�l Reliner MSP Stron¢ Seal M52A Rehab Svs[em MH reVair Vi'oAuct ro ston infil[ration Vinyl Polyes[er Renair PiroAuc� ASTM .4576 AASHTO M306-04 ASSHTO M105 & ASTM A536 ASTM A 4R ASTM A 4R ASTM A 48 ASTM A 48 ASTM C 478 ASTM C-443 ASTM C 478 ASTM C 478 ASTM C 478 ASTM C 478 ASTM ( -76 ASTM C-76 ASTM C'-77 ASTM G478; ASTM C-923; ASTM G443 ASTM D5N13 Updated: 6-18-25 Size I � I � � SS MH I TruN"icundNon-nuN"icureu � � � NondrutTicureN � Nun-tratTicareH � � 24"x40" WD � � � za^ o�a. I 24" Dia. � 24" Dia. � 30" Diu. I � � 24" dia. � 24" dia. � 24" Dia. � 30" Dia. � 30" Dia. � 30" Uiu � 30" Dia � 30" Die � 30" Uin � 30" Dia. � 30" Die. � 30" Dia. I 30" Dia. I � � 24" Dia l 24" Dia. � 24" Dia � 24" Dia � 24" Dia � 24" Dia � � � 48" � 48" � 48" w/32" cone � 72" � 4S", 60" � 4S" ro 84" LD. � 4S" ro 72" � 60" & 72" � 48" � 4S" & 60" � 48" & 60" Non Trafiic Areas I I � � � For use when Scd. MH cannot be I ins[alled due ro deo�h � � � � � � � �1isc. Use � � * From Original Standard ProduRs List FORT WORTH�� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApproval Spec No. IClasssification I Manufacturer � R'eter & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious � 05.20;'96 EI-14 Manhole Rehab Sys[ems Surayroq, � 12/14/01 Cuatin� firr Currusiun protection(Lxterior) ERTLCH � 01/31/06 Cuarin�s fur Currusiun Prorecrion Che.ecerron I8.28.2006 Cuarin�s frrr Corrusiun Procecrion Werren Eneironmenral I I33 0516, 33 3910, 03/19/18 333920 Cuurinelo�Co�rueiunorocaanon(Exte�ior) 3he�wmWPub�ms � � Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/161 � * 33 0513 Mnnhole Insert Knurson Enterprise.s � " 33 OS 13 Mnnhole Insert South We.vtem Puekneinr � "' 33 0513 Manhole Insert Noflow-Inflow � 09/23/96 33 OS 13 Mxnhole Insert Suuthwestern Pxckin� & Seals, Inc. � 09/23/96 33 OS 13 Mxnhole Insert Suuthwestern Pxckin� & SeHls, Inc. � � Water & Sewer - Pioe Casina Saacers 33-OS-24 (07/Ol/131 � i uoaioz sreei eb�d cay��; sPb�e�y nd�b��ed P��d���s b�d sys�e�„y, i��. IO2/02/93 Sminless Steel Cusin� Spacer Advunced Pruducts und Systeme, Ine. IfM/22/87 Casino Spucere Caswde Wuterwurks Manufuctunno I 09/14/10 Sminleee 3teel Cuemo Spucer Pipeline Seal und Ineuluro� I 09/14/10 Cuated Steel Cusin Spucery Pipeline Seal und Insuluror IOS/1N11 Sminless Steel Cusino Spacer Powerseal 03;'19;'18 CasingSparers BWM 03;'19;'18 CasingSparers BWM I03.29.22 33 OS 13 Casing Sparers CCI Pipeline Sys[ems I09;'0324 33 OS 13 Casing Sparers Raci (Completely HDPB) � � Water & Sewer - Pioes/Ducdle Iron 33-11-10[1/8/131 � � "' 33 1 I 10 Uuctile Iron Pipe Gnffin Pipe Produc�e, Cu. � OSi24/IS 33 I I 10 Duc[ile Iron Pipe Amencan Duc[ile Iron PiOe Co. I 08.24/18 33 I1 10 DucHle Iron Pipe A�neric0n Duatile Iron Rpe Co. I " 33 1 I 10 Ducnle Iron Pipe U.S. Pipe and Foundry Co. I * 33 1 I 10 Ducnle Iron Rpe McWane Cast Irun Pipe Cu. � I ( Water & Sewe i- Utilitv Line Marker (OS/24/20181 I � � Sewer - Coatin �s/Enoxv 33-39-60 (Ol/OS/131 � o2z5;�o2 enory �ininz syscem sauere�sen, inc � 1214;D1 Enory LininR Svscein ercech Technical Coannes � 04;'14;'05 In[erior Ducnle Iron Pine Coatin¢, Indw-on � 01.31.'06 Coa[in¢s for Corrosion Pro[ec[ion Ches[erton � 8i2Si2006 Coa[in¢s for Corrosion Pro[ec[ion Warren 8nvironmen[al � � ISewer - Coatin�s/Polvurethane I � � � ISewer - Combination Air Valves I � 05.25;'IH 33-31-70 Air Release Valve A.R.I. USA, Inc. � � � Sewer - Pioes/Concrete � * EI-(14 Conc. Pioe, Reinforced �Vall Concre[e Pioe Co. Inc. � * EI-04 Conc.Pioe,Reinforced HydroCondui[Corooranon � * EI-04 Conc. Pioe, Reinforced Hanson Concre[e Products � * EI-(14 Conc. Pioe, Reinforced Concre[e Pioe & Products Co Inc. � � Sewer - Pine Eqlar¢ment Svstem (Methodl33-31-23 (Ol/18/131, � Pm1 sysrem I Pm1 cornoracion � McConnel I Syetems McLat Consn�ucnon ITRS Svsrems Trenchless ReVlaremen[ Sys[em � � Sewcr - Pine/Fiber¢lass Reinforced/ 33-31-13f1/8/131, � 7.21 97 33 31 13 Cent Cas[ Fiberglass (PRP) Hobas PiVe USA, Inc. � 03.2210 333113 FiberglassPine(FRP) Ameron � 04;'09.21 33 31 13 Glass-Fiber Reinforced Polymer Pioe (FRP) Thomnson Pioe (irouo I03;'07.23 333113 FiberglassPipe(FRP) FuturePipelndustries 09;'03.24 33 31 13 Fiberglass Pipe (FRP) Superli[ Boru Sanayi A.S. � Model No. Suray W'all Pol�vre[hane Coa[ine, Seriee 20230 end 2100 (Asphune L�nulyionl Arc 791, SIHB, SI, S2 5-301 und M-301 RR&C Dainpproofing Nun-Fibered Spruy 6rude (Aeahu[i¢ 8muleloo) Mnde ro Order - Plnsnc Mnde ro Order - Plnsnc Mnde ro Order - Plnsnc LifeSnver - Srninless Steel TetherLok - Stninle.ss Steel Carbon Steel Spucery, Mudel SI Srumless Steel Spucer, Mudel S51 Cusino Spacers Srumless Steel Cusmo Specer Cueted Steel Cusino Specers 4810 Powerchock SS-12 Casing Sparer(Stainless 5[eel) F8-12 Casing Spncer (Coated Cnrbun Steel) for Non�rressure Pipe nnd Gruuted Casing CS(:12, (:5512 Per Mnnufucturers Requirements (Sewer Applications Only) Super Bell-Tite DucHle Irun Preesure Pipe, American Fastite Pipe (Bell Spi pt) Ainencan Flex Rino (Restrained �oint) SewerUard 210R5 Ertech 2030 and 2100 Senes Protecta 401 Arc 791, S I HB, 51, 52 5-301 and M-301 National Spec ASTM D639/D790 Acid Resiscance Test ASTM D 1248 ASTM D 1248 ASTM D 1248 A W'�VA C' I50, C' I51 AWWAC150,C151 nwwn a sn, ci si AWIVA CI50, C151 AWWA CI50, C151 LA Counry #210-1.33 ASTM B-I 17 Ac�iA Resis[ance Tes[ D025LTP02(ComoositeBody) I ASTM C 76 Class III T&(i, SPL I[em #77 ASTM C 76 _'_'_... __ '_"''_.'>,"H�--Ride ASTM C76 ASTM C76 Polve[hylene PIM Corn.. Pisca[a Way, N.7. Polye[hylene Housron, Texas Polyechvlene Cal¢ary, Canada Hobas Pioe (Non-Pressure) Bondstrand RPMP PiVe Thoinoson Pine (Flownte) FiberstronR FRP Superin FRP ASTM D326LD3754 ASTM D326LD3754 ASTM D326UD3754 ASTM U3262, ASTM D3681, ASTM U4161, A\VIVA M45 ASTM U3262, ASTM D3517, ASTM 3754, AIVWA C950 Updated: 6-18-25 Size I I � Snuctures Only � $2wL� AppliCfl[ipn9 I Sewer Aonlicunons � I For Exterior Counno ofCunerete I Snuc[ures Onlv � � For 24" dia. � For 24" die. � For 24" die. � For 24" die. � For 24" die � � � � � � Upro48" I Up ro 48" I Up ro 48" I I 8" - 12" (Sewer Only) I � � I 3" thru 24" � 4" thru 30" � 4" thru 3�" I � � � I � � � � � Ductile Iron Pioe Only � Sewer AOVlica[ions I Sewer Aonlicanons � � � � � � 2" I � � � � � � � � � Aonroved Previously � ,4on�'oveA Previously � Aoni'oveA Previously � � � � � � I � * From Original Standard ProduRs List 2 FORT WORTH�� �Approva Spec No. �Classsification � Sewer - Pioe/Po vmer Pioe � 4;'14/OS Polymer Modified Concre[e Pioe � 06;'09;'10 EI-9 Reinforced Polviner Concre[e Pioe � � Sewer - Pines/HDPE 33-31-23(1/8/131 � * Hizh-densicvoolvechvleneo�ne � * Hi¢h-densiryoolvechyleneoiue � * Hi¢h-densiryoolvechyleneoiue � Hizh-densiry oolyechvlene o�ne � � �Sewer - Pioes/PVC (Pressure Sewerl 33-11-12 f4/1/131 I 12/02/I I 33-I I-12 DR-14 PVC Pressure Pipe I IOi22/14 33-I I-12 DR-14 PVC Pressure Pipe � � Sewer - Pines/PVC* 33-31-20 (7/1/131 � * 33-31-20 PVCSewerPioe � 1223�97* 33-31-20 PVC Sewer Pioe � * 33-31-20 PVCSewerPioe � 12'0523 33-31-20 PVC Sewer Pioe � 12'0523 33-31-20 PVC Sewer Pioe � * 33-31-20 PVC Sewer PiQ I 05;'06;'OS 33-31-20 PVCSoIidWa��ePipe I IM.�Z�.��6 33-31-20 PVCSewerFi[nngs � � 33-31-20 PVCSewerFi[nngs � 3/19i2018 33 31 20 PVC Sewer Pioe � 3/19i201S 333120 PVCSewerP�e � 3i29i2019 33 31 20 Gasketed Fimngs (PVC) � IOi21i2020 33 31 20 PVC Sewer Pioe � I Oi22i2020 33 31 20 PVC Sewer Pioe � IOi21i2020 33 31 20 PVC Sewer Pioe � � CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Ami[ech USA US Comoosrte Pine Model No. Meyer Polycre[e Pioe Reinforced Polyiner Concre[e Pioe Phillins Driscoo�Ve, Inc Plexco Inc. Polly Pine,lnc. CSR Hydro ConduiUPioeline Sys[ems Pipelife Jetsn-eam Royal euilding Products J-M Manufac[urin¢ Co., Inc. (JM Ea¢le) DiainonA Plas[ics Coroora[ion Lamson Vvlon Pioe Vinvl[ech PVC Pioe Vinvl[ech PVC Pioe J-M Manufacturii�n Co, Inc. (JM Ea¢le) DiamonA Plasncs Corporanon Harco Plasnc Trends, Inc(Westlake) Pioelite ]e[ Sneam Pioelite 7e[ Sneam (iPK ProAuc[s, Inc. NAPCO(Wes[lake) SanAerson Pioe C'orV. NAPCO(WesNake) Oo��rore Ductile Polyethylene Pine McConnell PiVe Enlar¢,emen[ PVC Pressure Pipe Royal Seal PVC Pressure Pipe SDR-26 (PSI IS) SDR-26 (PSI IS) SDR-26 (PSI IS) SDR-26 (PSI IS) (iraviry Sewer PS I I S PS I IS PS I IS SDR-26 (PS I IS) (iaske[ Fittin�s (iasketed PVC Sewer Main Filhngs SDR 26 (PS I IS) SDR 2G SDR 2G SDR 2G SDR 2G SDR 2G PS I IS National Spec ASTM C33, A276, F477 ASTM ( -76 ASTM D 12iN ASTM D 124K ASTM D 124K ASTM D 124K A W W A C900 AWWA (;9110 ASTM D 3034 ASTM D 3034 ASTM D 3034 ASTM11 D3034 ASTM F G79 ASTM F G79 ASTM F-679 ASTM D-3034, D-17K4, e[c ASTM D 3034 ASTM FG79 ASTM D3034 ASTM11 D3034 ASTM D3034 ASTM D3034 ASTM F-67J Updated: 6-18-25 Size 8" ro 102". Class V 3"[hru 12" 4"[hru 12" 4" - I S" 4"[hru IS" 4"[hru IS" 4"[hru IS" I K" IK"-28• IN"m4K 4" - I S" I 8"- 24„ 4"- I S" 4"- I S" 4" - I S" 4"- I S" I N"- 36" * From Original Standard ProduRs List 3 FORT WORTH�� �Approval Spec No. Classsification � R'ater - Aunur enances 33-12-10 f07/Ol/131, � 09;'0324 33-12-10 Double5traoSaddle � 01.'18/18 33-12-10 Double5traoSaddle � 08.28.'02 DoubleSnaoSaddle � 07.23/12 33-12-10 Double5traoService5addle 03/07/23 33-12-10 Uuuble Shua Service Sxddle � 1N27/87 CurbSrops-BuIlMeterVnlves 10.27.'87 CurbStoVs-Ball Me[er Valves ISi25i201S 33-12-10 CurbStoVs-Ball Me[er Valves I5:25:2018 33-12-10 Curb Srops-8ull Meter Vulves I5:25:2018 33-12-10 Curb Srops-8ull Meter Vulves � snsnois ss-iz-io a���srous-eauMece�vaives I5:25:2018 33-12-10 Curb Srops-8all Meter Vulves I5:25:2018 33-12-10 Curb Srops-8nll Meter Vulves � � 01/2N00 Cunred Tappin� Saddle with Double SS Snnps � 0.5/21/12 33-12-25 Tnppin�5leeve(CoatedSreel) � 03/29/22 33-12-25 Tuppin� SleevelCouted ur Sruinless Steel) I osnai i Taaa��� siee�e rs�n��i�y s�een � 02/29/12 33-12-25 Tuuo�n� Sleeve(Coated Steel) � 02/29/12 33-12-25 Tuuo�n� Sleeve Btuinlees Steel) � 02/29/12 33-12-25 Tuppin� Sleeve(Stninle.ss Sreel) � OS/10/11 Juint Repxir Clnmp IPlastic Meter Box w/Cumpusite Lid IPlastic Meter Box w/Cumpusite Lid � 08/30/06 Plastic Meter Box w/Cumpusite Lid � Cuncrete Meter 6ox � Cuncrete Meter 6ox � Cuncrete Meter 6ux � I I Water - Bolts, i uts, and Gaskets 33-11-OS (Ol/08/131 I None � Water - Combination Air Release 33-31-70 (Ol/08/131 I* EI-11 Cumbinntion Air Releaee Valve � * EI-11 Cumbinution Air Release Valve � * EI-11 Cumbinatiun Air Relense Vnlve � � Water - Dry Barrel Fire Hvdrants 33-12-40 (Ol/15/141 � �aous� e-i-iz o�va,��eiF��eHva�b�c � 03/31/88 E-1-12 Dry 8arrel Fire Hvdrunt � 09/3N87 &1-12 Dry 8arrel Fire Hvdrunt � 01/12/93 &1-12 Ury 8nrrel Fire Hvdrxnt � 08/24/88 &1-12 Dry 8arrel Fire Hydrunt � E-1-12 Ury 8nrrel Fire Hvdrnnt I09/24/87 E-1-12 Dry 8arrel Fire Hydrunt I10;'14;'87 E-I-12 Dry Barrel Fire HYdrant I01/15/88 EI-12 Dry 8arrel Fire Hydrunt � 1N09/87 E-1-12 Dry 8arrel Fire Hydrunt � 09/1N87 E-1-12 Dry 8arrel Fire Hydrunt � 08/12/16 33-12-40 Dry 6arrel Fire Hvdrunt � � Water - Meters � oz osi9a eioi-s uere c ene�k nnec � � os�osioa nn„� r u���e �°e�e�,i r��n��e CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Ford Meter Box Co., Inc. Romac Smith elair Mueller C'omoany PouerceNl McDonuld McDonalA Ford Me[er Box Co., Inc. Ford Meter 6ox Cu., Ine. Ford Meter 6ox Cu., Ine. Mueller Co., L[d Mueller Cu., Ltd. Mueller Cu., Ltd. ,ICM Indusniex,lnc. JCM Industrie.s, Inc. JCM Industrie.s, Inc. PouerseNl Roma� Roma� Roinnc PowerSeal DPW Plustics Inc. DPW Plustics Inc. DFW Plxstics Inc. 6as's' & Hays 6as's' & Hays 6as's' & Hays' Model No. 202B 202N5 Nylon Coated �317 Nylon Coated Double Sn'ao Saddle DR25 Double (S5� Strao DI SadAle 3450AS, Incl. Coro. Stuo. Dbl Straa, Stainless 6100M,6100MT & 610MT 46038, 4604B, 6100M, 6100TM and 6101 M F6600-7NL, PBI600-7-NL, PV23-777-W-NL, L22-77NL F8600-6-NL, FBI600-6-NL, FV23-666-�V- NL, L22-66NL F8600-4-NL, FBI600-4-NL, 811-444-1VR- NL, B22444-WR-NL, L28-44NL B-25000N, B-24277N-3, B-20200N-3, H- ISOOON„ H-1552N, H142276N 8-25000N, 8-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N e-25000N, B-20200N-3,H-ISOOON, H- 15530N s'406 Double eand SS Saddle 412 Tupn�n� Slee�ve�ESS 41$ T&ppinr $leeve 3490AS (Flan�e) & 3490M.1 FTS 420 SST Stxinless Steel SST III Stuinless Steel 3232 Bell Juint Repair Clamp DFW37G12-1 LPAF FTW DFW39G12-1 LPAF FTW UFlV65G14-1 EPAF FTW CMB37-8121118 LJD-9 CM6-18-Dual 1416 LID-9 CMB65-665 1527 LID-9 I I Updated: 6-18-25 National Spec Size I"-2" 5 V C, un m 16" Pine AWWA C800 I"-2" SVC, unm24" Pine A W W A C800 I"-2" 5 V C, un to 24" PiVe NSF ANSI 372 I"-2" SVC, up to 24" Pipe 3/4" und 1" A W4VA (:K00 nw�vn caoo nw�vn csoo AWbVA (:K00, ANSF 61, ANSI/NSF 372 AWIVA C800, ANSF 61, AN51/NSF 372 AWIVA C800, ANSF 61, AN51/NSF 372 I'/" and 2" Z• i-ur, �„ Z" 1-I/2" �„ AlV WA G223 A W W A G223 AW WA G223 AW WA G223 AlV WA G223 I"-2" Tap9 On Up [O 12" Uu ro 30" w/12" Ouc Cuncre[e Pioe Onl� 4"-8" and 16" U p tU 42" w/24" OU[ Up to 24" wi 12" Out Uu ro 30" w/12" Ouc 4" ro 30" Class "A GA Industrie.s, Ine. Einpire Air nnd Vucuwn Valve, Model 935 ASTM A 126 Cluss 6, ASTM A Mul[iolex Munufac[urin� Co. Crispin Air und Vncuum Vnlves, Mudel No. Vulve and Priiner Curp. APCO #143C, #145C and #147C n�„e���a�-ob�i��� vbi�e Americun Durlin� Vulve CIOw COrpOranOn Ameiicnn AVK Compunv CIOw COrpOranOn ITT Kennedti �� alve� M&H Valve Compum Mueller Comoany Mueller Cumoan� U.S.Pipe & Poundry American Flow Connul (APC) eJ lBuet lorduo Iroo Wo�ke) Ame.s Compdn� Henee Druwmr Nue_90-18608,94-18560 Shop Druwin� No.94-18791 Shoa Druwinr No. 0.19895 Mudel 2700 D�uwinee D20435, D20436,820506 Shou Druwin� No. D-80783FW Shoo Drawinr Nu. 13476 Shop Drawings No.G4Gl A-423 Cen[urion Shop Drnwing FH-12 A-423 Super Centurion 200 Shoa Druwint No. 960250 Waterous Pucer W667 WuterMester SCD250 Model 1000 D t t Ch k Valve Mnenei c Drive �ertical � &Z� 1,2�� ��� & Z�� �" z"&3" A W W A G502 A W W A G502 A W W A G502 A W W A G502 A W W A G502 A W W A G502 A W W A G502 AW'W'A C-502 A W W A G502 A W W A G502 A W W A G502 nwwn cssn A W W A C701, Claee I a -im, 3;q„ _ �„ * From Original Standard ProduRs List 4 CITY OF FORT WORTH FORT WORTH�� WATER DEPARTMENT STANDARD PRODUCT LIST IApprovall Spec No. IClasssification I Manufacturer I Model No. I National Spec � Water - Pines/PVC fPressure Waterl 33-31-70 f01/08/131, In�vwn cyoo, nwwn ceos, 12'05.23 33-I I-12 PVC Pressure Pine Vinvl[ech PVC Pioe DR14 ASTM DI784 IAW�VA C900, AW�VA C605, 12'05.23 33-I I-12 PVC Pressure Pine Vinvl[ech PVC Pioe DR18 ASTM DI784 IAW�VA C900, AW�VA C605, 09;'03.24 33-I I-12 PVC Pressure Pine Northern Pioe Produc[s DR14 ASTM DI784 IAW�VA C900, AW�VA C605, 09;'03.24 33-I I-12 PVC Pressure Pine Northern Pioe Produc[s DR18 ASTM DI784 � 3/19i201S 331112 PVCPressurePine Pioelite7etStreain DR14 AWWAC900 � 3/19i201S 331112 PVCPressurePine Pioelite7etStreain DR18 AWWAC900 � Si25i201S 33 I I 12 PVC Pressure Pine Diamond Plasncs Corooration DR 14 AWWA C900 5252018 33 I1 12 PVC Pressure Pipe Diamond Plusocs Corporntion DR 18 AWWA C900 A W�VA C'900-16 12/6:2018 33 I1 12 PVC Pressure Pipe J-M Mnnufucturino Co., Inc d/Na JM Eaole DR 14 UL 12K5 ANSI�NSF GI FM 1612 A W�VA C'900-16 12/6:2018 33 I1 12 PVC Pressure Pipe J-M Manufacturino Co., Inc d/Na JM Eaole DR 18 UL 12K5 ANSI�NSF GI FM 1612 I 9/6.2019 331112 PVCPressurePipe Underground5olu[ionslnc. DR14FusiblePVC AWWAC900 I 9'6/2019 331112 PVCPressurePipe NAPCO(Westlake) URIB AWlVAC900 I 9/62019 33 I I 12 PVC Pressure Pipe NAPCO(WesNake) DR14 AW�VA C900 I 9/62019 33 I I 12 PVC Pressure Pipe Sanderson PipeCorp. DR14 AW�VA C900 � � Water - Piues/Valves & Fitfinas/Ductile Iron Fittines 33-11-ll f01/08/131 I 07Y23/92 E1-07 Ductile Iron Fittinos Srur Pipe Products, Ine. Meehanieel Jcnnt Fittinos AIVWA CI>3 & C110 � * EI-07 Duc[ile Iron Fittines GnfTin Pipe Producte, Co. Mechenicul Joint Fittin .s AW WA C I10 � * EI-07 Duc[ile Iron Fittines MeWaneT�ler Pioe/ Uniun Utilitiee Uivi�ion Mechnnical Joint Pittinon, SS6�'luss 350 q�y�VA C 153, C 110, C 111 � 08/1 I/98 EI-07 Ductile Iron Fittinks Si�na, Cu. Mechanicel Joint Pi��ing�, SSB Cluse 351 q�yNrp C 153, C 110, C 112 � 02/26/14 EI-07 MJFittin�s Aa;ucaec Claee350G153MJFittmgs pWWpC153 � OS/14/98 EI-07 Duc[ile Iron Joint Restrumts Purd Meter Box Co./Uni-Plnnee Uni-Flange Series 1400 pWWp CI11/C153 � OS/14/98 EI-24 PVC Juint Restruints Purd Merer Box Co./Uni-Plenee Uni-Flange Series I500 Circle-Lock pWNrp CI11/C153 � 11/09/04 EI-07 Duc[ile Iron Juint Resiruinte One Bolt, Ina One Bolt Re.snained Joint FittinS q�VWA Cl ll/CI16/C153 � 02/29/12 33-I1-I1 Duc[ile Iron Pioe Mechanicul Joint Rednaint EBAA Iron, Inc. Megaluo Serie.s 1100 (fur DI Pipe) q�VWA Cl ll/CI16/C153 � 02/29/12 33-I1-I1 PVC Pioe Mechanicul Join[ Reenein[ EBAA Iron, Ine. Megaluo Serie.s 2000 (fur PVC Pipe) qNrWq Cl ll/CI16/C153 � 08/OS/fM L1-07 MechunicelJuintRe�ainerGlundn(PVCI Si�na,Cu. SiomaOne-LukSLCA-SLCIO pWNrpCI1I/C153 � 03/ON19 33-I1-I1 MechanicalJointRetainerGlundslPVCI Si;mu,Cu. Si�naOne-Lok5LC54-SLC512 pWWpClll/C153 � 08/OS/04 L1-07 Mechunicel Joint Re�ainer Glunda(PVCI Si�na, Cu. Siomn One-Luk SLCE qWWp CI11/C153 � 08/10/98 I�:7-07 MJ Fittin�s(DIP� Si�nu, Co. Si�na One-Lok SLDE pWWq �153 1 f1121 fl I�:1-24 Interior Restruined Joint System S& B Techncial Products gulldog System ( Dinmond Lok 21 & JM qSTM F-1624 ASTM D395, D412, D471, D573. 04;'07.'69 Interior kestrained 7oint Sys[em Hultec Hydrogrip-R DS83, DI 149, DI229, DI349, D I414, D I415, D I566, F913 OR 15 05 E1-07 McchunicalJninil5uin�v SIN Industncs(Scre�no��rc� McchanicalJninil�iuingv qWWq C153 � 11 07 15 33-11-11 Mcchunical Jnini Itciaincr Clendv Srur Pioe Produccw, Ine. PVC Swrorip Serie..v 400f1 pSTM A536 AIVWA Cl ll � 11 0715 33-I1-I1 Mechunical.loini Iteiainer Glendv Srur Pioe Produc�, Ine. UIP 5[ur� ip Series 3000 pSTM A536 AIVWA Cl ll IEZ Grip Juint Restruint (2ZD) 61ack Pur DI P 03/19/18 33-11-11 MechuoicelJolo[ Ratainar Oluods 31P IoAusnias(3a�u�noo�al AOTM A536 AIVWA C111 I 03;'19;'18 33-I1-I1 Mechanical 7oint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Runnint (EZD) Red frrr C900 ASTM A536 A�VWA CI I I DRI4 PVC Pipe I 03;'19;'18 33-I I-I I Mechanical 7oint Retainer Glands SIP Industriu(Serainpore) EZ Grip Joint Runaint (EZD) Red frrr C900 ASTM A536 A�VWA CI I I DRIB PVC Pipe Updated: 6-18-25 Size � 4"-IG" 16"-IN" 4"-16" 16"-IN" 4"-12„ 16"-24„ 4"-12„ I6"-24" 4"-28" I6"-24" 4, _ �, 16" - 24" 4"- 12' 4"- 12" 4"-12" 4" ro 36" 4" ro 24" 4" ro 12" 4" ro 42" 4" ro 24" 4" ro 10" 4" ro 12" 12" ro 24" 4" - 24" 4" ro 12" 4_�Z• 4" ro 24" 3"-48" 4"-12„ 16"-24„ * From Original Standard ProduRs List 5 FORT WORTH�� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST �Approval Spec No. �Classsification � Manufacturer � Water - Piues alves & Fittines/Resilient Seated Gate alve* 33-12-20 f05/13/151, IResilient Wedeed Uate Valve w/no Gears American Plow Control � 17✓13/02 Resilien[ Wedge Gate Valve Amencan Flow Conttol � 08/31/99 Resilient Wedxe Gate Valve American Flo�v Conn�ol � 05/18/99 Resilient Wedke Gate Valve Amencan Flow Conttol � 10.24/00 EI-26 Ruilient Wedge Ga[e Valve American Flo��' Control I 08/OS/04 Resilient Wedke Gate Valve Amencan Flo�v Conttol � 05.23�91 EI-26 ResilientWedgeGa[eValve AmencanAVKComnanv � 01.24;'02 EI-26 ResilientWedgeGateValve AmencanAVKComnanv I* EI-26 Resilien[SestedGa[eValve Kennedy I * EI-26 ResilientSestedGa[eValve M&H I * EI-26 Resilien[SeatedGa[eValve MuellerCo. I I I/OS/99 Resilient Wedge Gate Valve Mueller Co. � 01/23/03 Resilient Wedge Gate Valve Mueller Co. � 05;'13;'05 ResilientWedgeGa[eValve MuellerCo � 01.31.'06 Resilien[WedgeGa[eValve MuellerCo � 0128.88 EI-26 Resilien[WedgeGa[eValve ClowValveCo. I 10/04/94 Resilient Wedxe Gate Valve Clo�v Valve Co. I I I/08/99 81-26 Resilient Wed¢e Gate Valve Clo�v Valve Co. I 1129;'(14 ResilientWedgeGateValve Clo��'ValveCo. 11/30/12 Reailient Wu1�e Gate Valve Clo�i' Valve Co. I p$/08/91 E1-26 Resilient 5eated Gate Valve Stockham Valves & Fithngs � * EI-26 ResilientSeu�edGateValve U.S.RpeendFoundryCo. � 10.26;'16 33-12-20 Resilien[SestedGateValve E7(6aYJordanlronWorAs) I 08i24/18 Matco(iateValve Matco-Norca I � Water - Pines/Valves & Fittines/Rubber Seated Butterflv Valve 33-12-21 (07/10/141, � * E I-30 Rubber Sea[ed Bu[[erfly Valve Heniy Prat[ Co. � * EI-30 Rubber Sea[ed Bu[[erflv Valve Mueller Co. � I.'I I.'99 EI-30 Rubber Sea[ed Bu[[erflv Valve Dezurik Valves Co. � 06;'12'03 EI-30 Valinanc Amencan Butterfly Valve Valmatic Valve and Manufacturine Coi�. � 04;'06;'07 EI-30 Rubber Seated Butterflv Valve M&H Valve � 03;'19;'18 33 12 21 Rubber Seated Butterflv Valve (i. A. Industties ((iolden Anderson) � 09/03/24 33 12 21 Rubber Seated ButterFly Valve American AVK Comnany � � Water - Polvethvlene Encasement 33-11-10 f01/08/131, Model No. Senes 2500 Drawinq # 9d-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Seriu 2500 (Ducnle Iron) 42" and 48" AFC 2500 American AVK Resilien[ SeadeA GV Seriu A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", G515 Mueller 42" & 48", G515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) dow 30" & 36" G515 Clow Vulve Mudel263ft Me�roseal 2>II, rzuuirements SPL #74 E7 FlowMas[ei' Ga[e Valve & Boxes 225 MR Valma[ic Amencan ButterFly Valve. M&H Sry1e4500 & 1450 AW�VA C504 Bu[[erFly Valve AWWA C504 ButterFly Velve Class 250B � 05;'12 OS F:I-13 Polyethvlene 8ncasinent Flexsol Packa¢,ing Pulron 8nterorises � 05;'12 OS F:I-13 Polyethvlene 8ncasinent Moun[ain Sta[es Plasncs (MSP) and A8P Ind. Standard Hardware � 05;'12 OS F:I-13 PolyethYlene 8ncasinent A8P Industries Bullsttong by Cowrown Bolt & Gasket � 09;'06;'19 33-I I-I I Polyethvlene Encasment Nor[hrovm Produc[s Inc. PE 8ncasement for DIP � � Water - Samnline Station 03;'07.23 33 12 50 Water Sam line 5[anon Ku ferle Poundr Com ai Ecli se, Number 88 , 12-inch De [h of Rur H�4 33-F}59 �re�a 0. ':�'-" _�,a. . - ' +ae_ _ . _ _ ... _ _ __ ' __ ' _ "__ � Water - Automatic Flusher IH(i6-A-IN-2-BRN-LPRR(Por[able) 102120 Auroma[ed Plushin¢ Svs[ein Mueller Hydroguard HG2-A-IN--2-PVC-OIS-LPLG(Perinanen[) � fM/09/21 Auroinated Pluehino System Kupferle Poundry Coinpuny Eclipye #9800wc I fM/09/21 Auroinated Pluehino System Kupferle Poundry Coinpuny Eclipse#9700 (Purmble) � Updated: 6-18-25 National Spec Size AW'W'A C'S15 AWWA C'S15 AW'W'A C'S15 AN'WA C'S15 AWWA C'S15 AWWA C509 AWWA C'S15 AWN'A C'S15 AWWA C515 AWWA C515 AWWA C509 AW'W'A C'S15 AWWA C'S15 AWWAL'S15 AWWA C515 A W W A C 509, ANSI 420 - stein, AWWA;'AN51 CI IS/An21.15 A W W A C-504 AW'W'A C-504 AW'W'A C-504 AW�VA (;SI14 A�VW'A C-504 A�VW'A C-504 A W W A C-504 AWWA CI05 AW'W'A C'105 AWWAC'105 AWWA( 105 This pruduc[ remuved I 6" 30" and 36" 20" and 24" IG" 4" ro 12„ 42" and 48" 4" ro 12„ 20" and smaller 4" - 12'• 4" - 12" 4" - 12" IG" 24" anA smaller 30" and 36" 42" and 48" 4" - 12'• IG" 24" anA smaller 30" and 36" (Note 3) 24" ro 48" J�ote 31 4"-� � 3"ro16" 4" ro I G" �4„ 24"and smaller 24" anA lar¢er Uo m 84" diaine[er 24" ro 4K„ 30"-54" 24" - 48" K mil LLD 8 mil LLD K mil LLD 8 mil LLD The Pon Worth Wacer Departmeni s ScenAard Produccs List has been developed m minimize thesubmittal review ofproduccs which meet che Fort Worch Water Deparnnent's Standard Specitiwnons dunng uciliry consnvction pro�ects. When Techmcal Specifica[ions for specitic produc[s, are included as par[ ot [he Cons[ruc[ion Connac[ Documen[s, [herequiremen[s of[he Technical Specitica[ion will override[he Fort Worth Water Department's StanAard Specifica[ions and [he Fon Wor[h Water Deparnnent's 5[andard Produc[s Lis[ and approval of[he specitic produc[s �vill be based on [herequiiemen[s ofthe Technical Specifica[ion whe[her or not [he specific produc[ inee[s [he For[ Wor[h Wa[er Deparnnen['s S[andard Spenficanons or is on [he For[ Wor[h Wa[er Yel low Highlioht indicate.e recent chanoes * From Original Standard ProduRs List 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC �VORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF Ol/30/2026 Li14'2026 9i9i2U22 4i3i2025 7i16'2025 9i9i2022 4i1i2024 9i9i2022 9i9i2022 9i9i2022 4i28'2025 9i9i2022 9i9i2022 9i9i2022 9i9i2022 Li24'2024 9i9i2022 9i23'2024 Si8i2025 4;'7i2023 9;'9 2022 9;'9/2022 4;'1/2023 bil/2023 6;'U2023 L 1 /2/2022 4;'Z'2023 9;'9 2022 9;'9 2022 9;'9 2022 5'9 2025 LO/4/2023 LO/4/2023 Z'10/2023 L'18/2023 L2A/2023 L2/22�2025 LO/24202A LO/24202A ionx zoza U9;'202G 9;'92022 9;'92022 LO/102022 9;'9;'2022 9;'9;'�Q�� 9;'9;'�Q�� 9;'9�2022 LI �� 17/2025 v v ,a„ 9;'9;'�Q�� x zv�o�s 4;'28/3035 4;'28/3035 4;'28�'2025 8 4;'2025 9;'9'202'_ 9;'9'202'_ 9;'9;'202'_ 9;'9;'202'_ 9;'9;'202'_ 9;'9;'2022 9;'9;'2022 9:'9; 2022 5 "7/2025 2Z'2025 2Z'2025 9;'9;'2022 8�'14�'2025 4.27��2023 9;'92022 8 4'2023 71/20/2023 II/20/2023 Coucrete Class A(Sidewal�s, ADA Rar�ps� Driveways, Curb/Gutter, Median Pavement) 32 13 13 M�x Des��n 4M Coiv LU71 32 13 20 M�x Design Amuican Conaete Company 3UCAFU2J 32 13 20 M�x Desit,m BiK Tawn Concrete 22 L l 321320 M�xDesiKn BiKTuwnConcrete 22L13 32 13 20 M�x DesiKn Bumcu Texas 3UULU LAG 32 13 20 M�x DesiKn Bumcu Texas 3UUSUUBG 32 13 20 M�x DesiKn (:xrdrx� Concre[e FWCCSU2UOL 32 13 20 M�x DesiKn (:xrdrx� Concre[e FWCCSU2U2L 32 13 20 M�x DesiKn Chishulm Trad Red� Mix C13U2UAE 32 13 20 M�x DesiKn Chishulm Trad Red� Mix Ci'6U2UA 32 13 20 M�x DesiKn City (:uncrete Cu/�7�anv 3UHA2UII 32 13 20 M�x DesiKn (:uw Town Recli M�x 253-W 32 13 20 M�x DesiKn (:uw Town Redi M�x 25U 32 13 20 M�x DesiKn (:uw Town Redi M�x 35U 32 13 20 M�x DesiKn Estr da ReudY M�x R3USUAEWR 32 13 20 M�x DesiKn Amrize/ Hulc�m L261 32 13 20 M�x DesiKn Auuize/ Hulc�m 5177 32 13 20 M�x DesiKn Auuize/ Hulcun 53UWA-TL 32 13 20 M�x Destt,m Ljyp�d Stone C301D 321320 MixDesiKn MnrtiuMa�iettn R2L362L4 321320 MixDesiKn MnrtiuMa�iettn R2L36UL4 321320 MixDesiKn MnrtiuMa�iettn R2L36NL4 32 13 20 M�x DesiKn Mnrtm Mauettn R2 L36R2U 32 13 20 M�x DesiKn Mnrtm Mauettn R2 L36N2U 321320 MixDesiKn MnrtiuMa�iettn R2L4LK2A 321320 MixDesiKn MnrtiuMa�iettn R2L36KL4 32 13 20 Mix DesiKn Mnrtiu Ma�iettn R2 L3 L3 L4 321320 MixDesiKn MnrtiuMa�iettn R2L322L4 32 13 20 Mix DestKn Mnrtiu Ma�iettn D9490SC 32 13 20 Mix DesiKn Mnrtiu Ma�iettn R2 L36RL4 32 13 20 Mix DesiKn NBR Ready Mix CLS A-YY 32 13 20 Mix DesiKn NBR Ready Mix CLS A-NY 32 13 20 Mix DesiKn Osbum 3UASUMR 32 13 20 Mix DesiKn RnRd Redi Mis RRMSU2UA 32 13 20 Mix DesiKn Rnr`d Redi Mis RRM5�25A 32 13 20 Mix DestKn Rnp�d Redi Mis 3250AL 32 13 20 Mix Desim SRM Cunc�ete 3U850 32 13 20 Mix Desim SRM Cunc�ete 3U350 32 13 20 Mix Desim SRM Cunc�ete 3U050 32 13 20 Mix DesiKn SRM Cunc�ete 36822 32 13 20 Mix Desien Tnaant Cunc�ete PW5025A 32 13 20 Mix Desien Tnaant Cunc�ete CP5020A 32 13 20 Mix Desien Tnaant Cunc�ete TCFW5020A 32 13 20 Mix DesiKn Tnrrant Cunc�ete FW5�25A2 32 13 30 Mix Desien Titeu Rea.dv Mix 3020AE 32 13 30 Mix Desien True Gcit Redi Mix 0250.230 32 13 20 Mix Desien True Gcit Redi Mix 0250.2301 32 13 20 Mix UesiRn Tme Giit ReAi Mix 450230 With 3U% SIaK 3600 psi 3000ysi 3000 usi 3000 usi 3000 usi 3000 usi 3000 usi 3500 usi 3000 usi 3600 usi 3000 usi 3000 usi 3000 usi 3000 usi 3000 usi 3000ysi 3000 usi 3000 psi 3000 usi 3000 psi 3000 psi 3000 psi 3000 psi 3000 psi 4000 psj 3000fysi 3000 psi 3000 psi 3000 usi 3000 psi 3000 psi 3000 psi 3000 psi 3000 psi 3600 psi 3000 psi 3000 psi 3000 psi 3000 psi 3600y si 3006 psi 3000 psi 3000 psi 3000 psi 3000 psi 3000 psi 3000 psi 3000 osi 10-D605A)) 4000 pSi 4000 psi 3600 psi 3600 psi 3600 asi 4000 psi 3000 psi 3000 psi 3000 psi 3500 psi 5000 ps� 5000 ps� 3000 psi 3600 psi 3600 nsi 4200 psi 4000 psi 3000 psi 4000 ps� 4000 ps� 3600 psi 4000 psi 4000 p5� 4000 p5� 4000 psi 3-5" SJ,7d nw; 3-6 % Air 3-5" SJ�mp; 3-6%Air 3-5" SI/mw; 3-6 % Air 3-5" SI/mw; 3-6'% Air 3-5" SI)mw; 3-6'% Air 3-5" SI)mw; 3-6'% Air 3-5" SI)mw; 3-6 % Air 3-5" SI/mw; 3-6 % Air 3-5" SI/mw; 4.SJ.5'% Air 3-5" SI/mw; 3-6 % Air 3-5" SI/mw; 3-6 % Air 3-5" SI/mw; 3-6 % Air 3-5" SI/mw; 3-6 % Air 3-5" SI/mw; 3-6 % Air 3-5" SI/mw; 3-6 % Air 3-5" SI/mip; 3-6 % Air 3-5" SIJmw; 3-6 % Air 3-5" SI)mip; 3-6 % Air 3-5" SI)mw; 3-6 % Air 3-S' SI)mw; 3-6'% A3r 3-S' SI/mw; 3-6'% Air 3-S' SI/mw; 3-6 % Air 3-5" SI/mw; 3-6 % Air 3-5" SIJmw; 3-6 % Air 3-5" SI)mw; 3-6 % Air 3-5" SI)mip; 3-6 % Air 3-5" SI mw; 3-6 % Air 3-S' S�Jmw; 3-6 % Air 3-S' Slmiw; 4.5-7.5 % Ai� 3-S' Shmw: 3-6 % Ai� 3-S' Shmw: 3-6 % Ai� 3-S' Shmw: 3-6 % Ai� 3-S' Shmw; 3-6 % Ai� 3-S' Shmw: 3-6 % Ai� 3-S' Shmw: 3-6 % Ai� 3-5" Shmw; 3-6 % A3� 3-5" Shnnu 3-6 % Ai� 3-5" Shnnu�-6% Ai� 3-5" Shnnu�-6% Ai� 3-5" Shnnp�-6% Ai� 3-5" Slmnu�-6% Ai� 3-5" Slmnu�-6% Ai� 3-5" Slmnu�-6% Ai� 3-5" Shnnp�-6% Ai� 3-5" Slmnu�-6% Ai� 3-5" Slmnu�-6% Ai� 3-5" SLnnu�-6% Ai� 3-5" Slunw�-6% Air Wrth SO% SInK With 2U% FLv Ash With 2U% FLv Ash With 2U% FLv Ash With30% Slaq Class CIP (Inlets� Manholes, Junetion Boxes� EncasementaBlocldng, Collars, (Spread Footing Pedestal Pole Foundations —Reference Detai134 41 3° 13 13 Mix Des�Kn Ameriwn Cuncrete Cumpnny 40CNF065 3° 13 13 Mix Desien Bumw Te�as 40USOOBG 33 13 13 Mix Desien Bumw Te�as 36GSOOBG 1" 20% MRWR AIR (Li�tlne aud Sieunl Footine Foundationl 34 13 13 Mix Desien Chisholm T�ail Redi Mix CT6020A 351313 MixDesien ChisholmT�ailRediMix CTI'W5590A 36 13 13 Mix Desizn Chisholm T�ail Redi Mix CTFW6020A 37 13 13 Mix Desien Chisholm T�ail Redi Mix C"IFW5020A 32 13 13 Mix Desien Cow Town Recli Mix 255-2 32 13 13 Mix Desien Cow Town Recli Mix 355 32 13 13 Mix Desien Cow Town Recli Mix 255 32 13 13 Mix Desien Cow Town Recli Mix 270 32 13 13 Mix Desien Cow Towr Recli Mix 370 32 13 13 Mix Desien Cow Tow� Redi Mix 353 32 13 13 Mix Desien Cow Tow� Redi Mix 257 32 13 13 Mix Desien Cow Tow� Redi Mix 357 32 13 13 Mix Desien Cow Tow� Redi Mix 265-42 32 13 13 Mix Desien Amrize/ Holcim 7701 32 13 13 Mix Desien Amrize/ Holcim 1551 32 13 13 Mix Desien Amrize/ Holcim 5409 32 13 13 Mix Desien Amrize/ Holcim 540WA-Tl With 20% Flv Ash und 30% Slae 321313 MixDesien Li�uidStone C3h1DNAA 32 13 13 Mix Desi,en Martin Marietta R2747230 32 13 13 Mix Desien Martin Marietta R2747R24 32 13 13 Mix Desien Mnrtin Marietta R2746R33 32 13 13 Mix Design Mnrtin Marietta R2146K33 3-5" SLnnp 03 % Ai� 3-5" Slmnu�-6% Ai� 3-5" Slmnp�-6% Ai� 3-5" Slmnp�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumn�-6% Air 3-5" Slumn�-6% Air 3-5" Slumn�-6% Air 3-5" Slumn�-6% Air 3-5" Slumn�-6% Air 3-5" Slumn�-6% Air 3-5" Slumn�-6% Air 3-5" Slumn�-6% Air 3-?" Slumn�-6% Air 3-5" Slump�-6% Air 3-5" Slumo�-6 % Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air �L• CITY OF FORT WORTH TRANSPORTATION/PUBLIC �VORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF Ol/30/2026 ...CIP Con�rere (Co�ntrzUes) 9�9"2022 321313 MixDesieu MnttiuMacietta R21J2233 9i9i2022 32 13 13 Mix Desien Mnetiu Macietta R213622J 9�9"1022 321313 MixDesieu MnttiuMacietta R21J1233 9�9"2022 321313 MixDesien Ma�tiuMacietta R21J603R 10i24"2024 321313 MixDesien MactiuMacietta R21J6K34 5�'S.2025 32 13 13 Mix Desien Mac[iu Macietta R21J6R35 5�'S.2025 33 13 13 Mix Desien Mac[iu Marietta R21J6K35 5!5�"2025 331313 MixDesien Mac[iuMarietta R21J6N33 9'12i2023 32 13 13 Mix Desien NBR Readv Mix CLS PI-YY 9'9"2022 32 13 13 Mix Desien NBR Readv Mix TX C-YY 9'9"1022 32 13 13 Mix Desien NBR Ready Mix TX C-NY V18/2023 32 13 13 Mix Desien Rartid Red� Mix RRM5320A 1�18/2023 32 13 13 Mix Desien Ra( �id Redi Mix RRM6020ASS 10�24�2024 32 13 13 Mix Desien SR1vI Couaete 40350 1024�2024 32 13 13 Mix Deaien 8RM Couaete 40850 9�162024 32 13 13 Mix Deaien 8RM Couaete 35050 4�282025 32 13 13 Mix Deaien 8RM Couaete 36850 1124�2025 03 30 00 Mix Deaien 8RM Couaete 45852 9�9�2022 321313 MixDeaien TaaautCouaete PW5320A LO'IOi2022 321313 M�xDesiKn Ta«antCunc�ete TCFWW25A2 Class C(Drilled Shaft for Traftic Signal Pole Foundations Reference Detai131 41 10-D605� 8/21/2025 32 13 13 Mix Desien Bumco Texas 40U502BG 1"20% HR R AIR 6 21 �2023 32 13 13 Mix Desien Cow Tam Redi Mix 3 W-DS 10/30/2024 32 13 13 Mix Desien Estrada Read� Mix R36575AEWR 9'11'2025 321313 MixDesien GouzalezBrothers P6020LA 12/5/2022 32 13 13 Mix Desien Auuize/ Holcim 1322 9/9/2022 32 13 13 Mix Deaien Amrize/ Holcim 1359 1/14/2026 32 13 13 Mix Desien C�Concrete Companv 36LA2014MR Wi[h 20% FLv Ash 4/7/2023 32 13 13 Mix Desieu L�/m�d Sroue C361DHR 6/27'2023 32 13 13 Mix Uesien Martiu Marietta U2146N4L 6/2Z2023 32 13 13 Mix Uesien Mac[iu Marietta U2146K45 5/9/2025 32 13 13 Mix DesiRu Ma�[iu Macietta U2146R4L 8/22�2024 32 13 13 Mix Uesien NBR Read%• Mix L35K2524 822/2024 32 13 13 Mix Desikm NBR Ready Mix L35KU52A Class C(Headwalls, Wing walls, Culverts) 9;'9�2022 321313 MixDe�}� (%�drx�Concrete FWCC6U2UOL 9/9/2022 32 13 13 Mix Dae�gu Ciry Coucrata Co/�jqany 40LA20L1 9/9/2022 32 13 13 Mix DesiRn Cow Town Redi M�x 260-2 9/9/2022 32 13 13 Mix DesiRn Cow Town Redi Mix 360-L 9/9/2022 32 13 13 Mix Des� Cow Towu Redi Mix 260-L 8/11/2025 32 13 13 Mix Des�Rn Cow Town Redi Mix 275 W ith 20 % Fly Ash 8/11/2025 32 13 13 Mix DesiRn Cow Town Redi Mix 375 L/29/2024 32 13 13 Mix DesiRn Eshada Reedv Mix R3655AEWR 9/9/2022 32 13 13 Mix DesiRn GCH ConcrGe�ervices GCH4000 4/1/2023 321313 MixDesiRu MaitiuMacietta 310LBP 8/30/2023 3? 1313 MixUesiRn MmtiuMa�ietta R2L4LR30 9/9/303^ 3? 1313 MixDeeiRu MmtiuMa�ie[ta R2L46035 9/9/3032 3? 13 13 Mix Deeigu SRM Couccete 40050 9/9/3032 3? 13 13 Mix DesiRn SRM Couceete 35022 With 20% FLy Ash 9/9M0^9 3^ 1313 MixDesiRn muaautOoncrete PW6020A2 Class P (N(achine Placed Paviqg� 4/3/3035 3? 13 13 ivlix Uesign Big�i'owu Concrete 45 L] 4/3/3035 3? 13 13 Mix DeeiRu BiR Towu Coua-ete 44L1 6/30.2025 32 13 13 Mix UesiCn BiC Towu Cona-ete 52 L] With 20 % FLy Ash 6/30�2025 301313 MixUesiCn BiCTowuCona-ete 52L13 With30%Slae 6/30'2025 30 13 13 Mix UesiCn BiC Towu Cona-ete 53 L] 9/30�2025 30 13 13 Mix DesiCn Bumco Texas 40U553BG 1" 20%MRWR AIR 9/9/2022 321313 MixDeeiCn Ca�dttConcrete PWCC55209L 9/9/2022 321313 MixDeeiCn Ca�dttConcrete PWCC60209L L U6i2025 32 13 13 Mix UesiCn Chisholm Ti-�il Redi Mix Ci5520AMP With 20 % FLy Ash 9/9/2022 32 13 13 Mix DeeiCn City Conceete CoJ�jpany 36LA20L1 9/9/2022 33 13 13 Mix Design Caw Town Redi Mix 257-M LI/14/2022 32 13 13 Mix Desi�n CawTown Redi Mix 357-M 9/9/2022 32 13 13 Mix Desi�n Caw Town Redi Mix 260-M 9/9/2022 32 13 13 Mix Desi�n Caw Town Redi Mix 360-M 2/6/2024 32 13 13 Mix Design Fstrada RendY Mix TD3655ABWR 5/12/2025 32 13 13 Mix Desi�n Amrize/ Holcun 1703 10.3/2025 32 13 13 Mix Desi�n Amrize/ Holcim 5405 With 20% Fly Ash 8/4/2023 32 13 13 Mix Desi�n Mmtin Marietta �?2141 R27 71/2/2022 321313 MixDesi,¢n MartinMarietta Q2747K30 3600 psi 3600 osi 3600 asi 4500 nsi 4000 nsi 4000 nsi 4000 nsi 4000 nsi 4000 nsi 3000 nsi 3000 nsi 3000 nsi 4��� p51 4��� p51 4��� p51 3500 nsi 3600 nsi 4$�� p51 3000 nsi 4000 psi 3600 nsi 3600 nsi 3600 nsi 3600 nsi 3600 nsi 4000 nsi 3600 nsi 3600 nsi 3600 nsi 3600 nsi 3600 nsi 3600 nsi 3600 psi 4000 psi 4000 psi 3600 osi 3600 osi 3600 psi SO00 D51 SO00 D51 3600 osi 4000 D51 3600 osi 4000 D51 4000 D51 4000 psi 3600 osi 4000 psi 3600 psi 3600 osi 4000 D51 4000 D51 4000 D51 4000 D51 3600 osi 4000 D51 3600 osi 3600 osi 3600 psi 3600 osi 4000 D51 4000 D51 3600 psi 4000 D51 4000 D51 4000 DSI 4000 psi 3-5" S7J imp� 4.5-7.5% Aie 3-5" SlJimu�-6% Aie 3-5" SlJimu�-6% Ai� 3-5" SlJimo�-6% Aic 3-5" SlJimo�-6% Aic 3-5" SlJimo�-6% Aic 3-5" SlJimo�-6% Aic 3-5" SlJimo�-6% Aic 3-5" SlJimo�-6% Aic 3-5" SlJimo�-6% Aic 3-5" SlJimn�-6% Ai� 3-5" SlJimo�-6% Aic 3-5" SIJ imn�-6% Aic 3 5" SIJ imn��3-6% Ai� 3-5" SIJ imn:�3-6% Aic 3-5" SIJ imn:�3-6% Aic 3-5" SlJimn:�3-6% Aic 3-5" SlJimn:4.5-7.5% Aic 3-5" SIJ imn:��3-6% Aic 3-5" Slmnp; 3-6 % Air 6-3" S]J 7��!p; 3-6% Aic 5.5 7.5� SlJ imu 3 6% Aic 5.5 75' Sl�unn�\ 6% Air S.S %.5�� S�J lltlp, 3-6� AIC 5.5-75" S1�unn:0-3 % Air 5.5-75" Sl unn:�3fi% Air 5.5-75" S�unn:�3 % Air 5.5-7.5" S wpo; �3-6 % Air 5-7" SIJamo:3-�% Aic 5-7" Sl,imo:�-6% Air 5-7" SIJ amp��-6% Aic 5.5" SIJamp;�-6% Air 5.5" Sliimp; 3-6% Av 3-5" Shmip; 3-6 % Ai� 3-5" S mp� 3-6% Aic 3-5" �np�-6% Aic 3-5" SJ,�ymp: 3-6% Air 3-5" St� mp� 3-6% Air 4-6" SJ,gmp�-6% Air 4-6" StJ,ymp: 3-6% Air 3-5" S`Jyynp; 3-6% Aic 3-5" S`Jyynp; 3-6% Air 3-5" SJ,,6dmp: 4-7% Air 3-5" 5J�ymp� 3-6% Air 3-5" 5J}Snw'�-6% Au� 3-5" 5J}Smp'�-6% Air 3-5" 5J„yynw:�-6% Air 3-5" 81mnp;3-6% Alr 1-3" SJ}Smp� 3-6% Aii 1-3" 5J}Smp'�-6% Aii 1-3" 5lump��-6% Air 1-3" Slunw�-6% Air 1-3" Slunw�-6% Air 1-3" Slunw�-6% Air 1-3" Slmnp�-6% Air 1-3" Slmnp�-6%Air 1-3" Slunw�-6% Air 1-3" Slunw�\-6% Air I-3" Slump� 3-6"/o Air 1-3" Slmno�\-6% Air 1-3" Slumo\' 3-6 % Air I-3" Slumo\' 3-6% Air I-3" Slump\� 3-6%Air I-3" Slmno'\3-6%Air I-3" Slmno\'3-6% Air I-3" Slmno: 3-6% Air 7-3" Slump; 3-fi% Air �L• CITY OF FORT WORTH TRANSPORTATION/PUBLIC �VORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF Ol/30/2026 ...Class P Co��rere (Co��rt��ues) Si5i2025 32 13 13 M�x Desi�n Martm Mac�etta Li23/2026 32 13 13 M�x Desi�n Martm Mac�etta LQ'4'2023 32 13 13 M�x Desi�n NBR Read Mix LQ'4'2023 32 13 13 M�x DesiKn NBR Read�ix L2'22i2025 32 13 13 M�x DesiKn Ru�jid Red��is LQ'24i2024 32 13 13 M�x DesiKn SR1vI (:uncrete LQ'24i2024 32 13 13 M�x DesiKn SRM (:uncrete 9i16/2024 32 13 13 M�x DesiKn SRM (:unc�ete LQ'ISi2024 321313 M�xDesiKn SRM(:unc�ete 6i5i2025 32 13 13 M�x Desikm SRM Caucrete 7i2U2025 32 13 13 M�x Desikm SINACOLA 7i21'2025 32 13 13 M�x Destt,m SINACOLA 9i9/2022 32 13 13 M�x DesiKn Turrant Cunc�ete 9i9/2022 92 B B M�x DeefKu Tme 6rd Rad� Mix 9i9/2022 32 13 13 M�x DestKu Tme Grtt Red� Mix 6i17/2025 32 13 13 M�x DesiKn TmeGrit Red� Mix 6i23/2025 32 13 13 Mix Design True Gcit Redi Mix Class H(Hand Placed Pavinp� Valle� Gutter� 9i9/2022 32 13 13 M�x DesiKn Ame�wun (:unc�ete CumpnnY 5� 2�2023 32 13 13 Mix DesiKn BiK D Conc�ete 4.3� 2025 32 13 13 Mix DesiKn BiK Tuwn Concrete 4.3� 2025 32 13 13 Mix DesiKn BiK Tuwn Concrete 4;'S� 2025 32 13 13 Mix DesiKn BiK Tuwn Concrete Z16/2025 32 13 13 Mix Destt,m BtK Town Concrete 9i9i2022 32 13 13 M�x DesiKn Bumcu Texas 9.30/2025 33 13 13 M�x DesiKn Bumcu Texas 9;'9� 2022 32 13 13 Mix DesiKn (%�drx� Concrete 4� 28/2025 32 13 13 Mix DesiKn Chishulm Trail Redi Mix 9;'9� 2022 32 13 13 Mix DesiKn Ciry C'-unc�ete Cumr�nuy 9;'9� 2022 32 13 13 Mix DesiKn Cuw Town Redi M�x 9;'9� 2022 32 13 13 Mix DesiKn Cuw Town Redi Mix L29/2024 32 13 13 Mix DesiKn Fshnda RendKMix 9;'92022 32 13 13 Mix DesiKn GCH Concrete Servires LO/4/2024 32 13 13 Mix DesiKn Amrize/ Hulcim 9;'9� 2022 32 13 13 Mix DesiKn Auu�ize/ Hulcim 5�'8� 2025 32 13 13 Mix DesiKn Auu�ize/ Hucim 4;'S.2025 32 13 13 Mix Duien L�jauid Stoue L U2/2022 32 13 13 Mix Desim Mn�tiu Ma�iettn 8� 42023 32 13 13 Mix Desim Mn�tiu Ma�iettn L U2/2022 32 13 13 Mix Desim Mnctiu Ma�iettn 522/2023 32 13 13 Mix Desim Mnctiu Ma�iettn L2/22�2023 321313 MixDesiKn MnctiuMa�iettn L2/22�2023 321313 MixDesien MnctiuMa�iettn LU152022 321313 MixDesien MnctiuMa�iettn LU152022 321313 MixDesien MnctiuMa�iettn 9;'9;'2023 3° 13 13 Mix Desien Muctiu Maciettn 9;'9;'2023 3° 13 13 Mix Desien Muctiu Maciettn 9;'9;'2023 3° 13 13 Mix Desien Muctiu Maciettn 9;'92022 32 13 13 Mix Desien Muctiu Maciettn 9;'9.2023 32 13 13 Mix Desien Muctiu Maciettn 6.3�'2025 3° 13 13 Mix Desien Muctiu Maciettn L'^9�3036 3^_ 13 13 Mix Desien Mu�tiu Maciettn LO/4/3033 3° 13 13 Mix Desien NBR Read� Mix LO/4/3033 32 13 13 Mix Desien NBR RendyMix Z'10/3033 32 13 13 Mix Desien Osbum L'2A/3033 32 13 13 Mix Desien Rurid Redi .Uiix L2/22�2025 32 13 13 Mix Desi,en Ru[ �id Redi Mix 2'72025 32 13 13 Mix Desizn SR}vi Coucrete 9;'9.2023 32 13 13 Mix Desien SRM Coucrete 5.23/3035 32 13 13 Mix Desien SRM Coucrete LO/34.202A 32 13 13 Mix Desien SRM Coucrete LO/34.202A 32 13 13 Mix Desien SRM Caucrete 10/18202A 32 13 13 Mix Desien SRM Concrete Z21/2025 321313 MixDesien SINACOLA Z21/2025 321313 MixDesien SINACOLA 9�'92022 321313 MixDesien TurrantConcrete 9�'92022 321313 MixDesien TarrantConcrete 9�'9'2022 321313 MixDesien TarrantConcrete 9�'92022 32 13 13 Mix Desien Titan Readv Mix 9�'92022 321313 MixDesien TrueGritRediMix 9�9"1022 321313 MixDesien TrueGritRediMix 9�'9.2022 321313 MixDesien TrueGritRediMix 6�'72/2025 321313 MixDesien TrueGritRediMix 6.23/2025 321313 MixDesien TrueGritRediMix 70/9/2024 32 13 13 Mix Desi,en Wildcntter 2L�LN27 2L�6K33 C SF-YY TX C SF-NY �USU.4L �UU6N �UN25 �UU25 35U23 �U32� 2:VUl L�IUUUMP 2U% 7AUl L-4UUUMP Sha�t,ht (:ement FW552UAMP U25523U1 U26U23U2 4 W 23UM 360.230M 45CAFU76 CML452UAE 62L1 63L1 6UL7 62L13 asusuusc 4NlUUAG F WCCW 2U2 L CTFW652UA 45NA2U11 255 365 RA56UAEWR/ GCH45UU SSU7 ixsi 545WA-TI CA51D R2L46N35 R2L46R36 R2L46N36 R2L46K37 R2L46R44 R2L46K44 R2L46P36 R2L46K36 R2L47241 R2L46236 R2L46036 R2L46242 R2L46042 R2L46K43 R2L46R43 CLS P'_-YY CLS P'_-NY 45Afi0MR RRM6320AHP 4550AL 45023 45000 45300 45350 45R50 45050 2A017 -4500HP 20 % 2A011-4500HP StraiKht Cement FWfi020AHP FWfiOAHP TCFW6020AHP TRC4520 02h0.2301 02h5.2301 270.230 465.230H 365.230H 3520A1 With SU% SIaK With 2U% FLV Ash With 2U% FLV Ash With 3U% SInK w��, so i s�k W ith 20 % FLv Ash W ith 20 % Flv Ash With 30% Sln¢ Page 3 of 6 4000 Dsi 4000 DSI 3600 Dsi 3600 usi 4000 usi 4000 usi 4000 usi 4000 usi 3600 usi 4000 usi 4000 usi 4000 usi 3600 usi 3600 usi 4000 usi 4000 usi 4000 DSI 4500 usi 4500 psj 4500 psj 4500 psj 4500 psi asoop5; 4500 psj 4000 psj 4500 psj 4500 psj 4500 psj 4500 pSi 4500 pSi 4500 pSi 4500 pSi 4500 pSi 4500 psi 4500 psj 4500 pSi 4500 pSi 4500 pSi 4500 pSi 4500 pSi 4500y si 4506 psi 4500 pSi 4500 pSi 4500 psi 4500 psi 4500 psi 4500 pSi 4500 pSi 4500 pSi 4500 pSi 4500 pSi 4500 ps� 4500 ps� 4500 ps� 4500 psi 4500 ps� 4500 ps� 4500 ps� 4500 ps� 4500 ps� 4500 ps� 4500 ps� 4500 ps� 4500 ps� 4500 ps� 4500 ps� 4500 p5� 4500 ps� 45p0 psi 4500 p5� 4500 p5� 4500 p5� 4500 psi 1-3" SI amp�3-6 % .4ir �_3�� s1}S,,,� �_6, A,� b3" SJ,ySnw; 3-6%Air 1-3" SIJmw; 3-6 % Air 1-3" SIJmw; 3-6 % Air 1-3" SIJmw; 3-6 % Air 1-3" SIJmw; 3-6 % Air 1-3" SI)mw: 3-6 % Air 1-3" SIJmw: 3-6 % Air 1-3" SIJmw: 3-6 % Air 1-3" SIJmw: 3-6 % Air 1-3" SIJmw; 3-6 % Air 1-3" SIJmw; 3-6 % Air 1-3" 51Jmw; 3.5-6.5'7 Air 1-3" SIJmw; 3.5-6.5'7 Air 1-3" SI/imp; 3-5'% Air 1-3" S1i�a�: 3-6% Aic 3-5" SI)mw; 3-6'% Air 3-5" SIJmw; 3-6'% Air 3-5" SIJmw; 3-6'% Air 3-5" SIJmw; 3-6'% Air 3-5" SIJmw; 3-6'% Air 3-5" SIJmw; 3-6 % Air 3-5" SIJmw; 3-6'% Air 3-5" SI)mw; 3-6'% Air 3-5" SI)mw; 3-6'% Air 3-5" SI/mw; 3-6'% Air 3-5" Slmiw; 3-6 % Ai� 3-5" Shmw: 3-6 % Ai� 3-5" Shmw: 3-6 % Ai� 3-5" Shmw: 46 % Ai� 3-5" Shmw: 3-6 % Ai� 3-5" Shmw: 3-6 % Ai� 3-5" Shmw; 3-6 % Ai� 3-5" Shmw: 3-6 % Ai� 3-5" Slmnu 3-6 % Ai� 3-5" Shnnu�-6% Ai� 3-5" Shnnu�-6% Ai� 3-5" Shnnu�-6% Ai� 3-5" Shnnu�-6% Ai� 3-5" Shnnp�-6% Ai� 3-5" Slmnu�-6% Ai� 3-5" Slmnu�-6% Ai� 3-5" Slmnu�-6% Ai� 3-5" Slmnu 4.5-7.5 % Ai� 3-5" Slmnu�-6% Ai� 3-5" Slmnu�-6% Ai� 3-5" SLnnu�-6% Ai� 3-5" SLnnu�-6% Ai� 3-5" SLnnu�-6% Ai� 3-5" SLnnu�-6% Ai� 3-5" SLnnu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slump�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-5" Slumu�-6% Ai� 3-?" Slumn�-6% Air 3-?" Slumn�-6% Air 3-?" Slumn�-6% Air 3-?" Slumn�-6% Air 3-?" Slumn�-6% Air 3-?" Slumn�-6% Air 3-?" Slumn�-6% Air 3-?" Slumn�-6% Air 3-?" Slumn�.5-h.5% Air 3-?" Slumn�\-6% Air 3-?" Slumn: 3-h% Air 3-?" Slumn: 3-h% Air 3-?" Slump; 3-6% Air CITY OF FORT WORTH TRANSPORTATION/PUBLIC �VORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF Ol/30/2026 Class HES ( igh Early Stren th Paving) 9i9i2022 32 13 13 �x Desi�n �iR D Concrete L�SUUAE L2'IOi2025 32 13 13 M�x Desi�n Bumco Texas 7UULUUAG L 1'ISi2025 32 13 13 M�x Desi�n Chisholm Tra�l Red� Mix CTTX70AHES 9i9i2022 32 13 13 M�x DesiKn (:uw Town Redi M�x 37U-LNC 9i9i2022 32 13 13 M�x DesiKn (:uw Town Redi M�x 375-NC 9i9i2022 32 13 13 M�x DesiKn (:uw Town Redi M�x 37U-NC Li18'2023 32 13 13 M�x DesiKn (:uw Town Redi M�x 38U-NC Li24'2024 32 13 13 M�x DesiKn Est�uda ReudY M�x �1575AESC 9i9i2022 32 13 13 M�x DesiKn Auu�ize/ Hulc�m 2125 Li24'2023 32 13 13 M�x DesiKn Ljypid Stone C�SIDHR-A q�"72p23 321313 M�xDesikm MurtmMauetta R2L6LK70 2i1Q'2023 321313 M�xDesiKn SRM(:uncrete SU31U 2i7i2025 32 13 13 M�x DesiKn SRM (:unc�ete 4U326 9i9i2022 32 13 13 M�x DesiKn Tnrrant Cunc�ete PW652UAMR 9�9i2022 321313 MixDeaign TaaautCouaete PW7520AMR Class S(Brid e Slabs, Top Slabs of Direct TrafFic Culverts�Approach Slabs) 9i9/2022 32 13 13 M�x�esiKn (:uw Toa�n Recli M�x 2W 9i9/2022 32 13 13 M�x Destt,m Caw Town Redi M�x 360 9i9/2022 32 13 13 M�x DesiKn Cuw Town Redi M�x 365-STX Li24'2024 32 13 13 M�x DesiKn Estr da Rendv M�x R4UWAEWR 5.3� 2023 32 13 13 Mix DesiKn Mnrtiu Ma�iettn M7842344 4;'1�2023 321313 MixDesiKn MnrtiuMa�iettn R2L46P33 Si18'2025 321313 M�xDesiKn MnrtmMauettn 61ULBT 4;'15/2024 32 13 13 M�x DesiKn NBR Read� Mix TX S-NY 4;'15/2024 32 13 13 M�x DesiKn NBR Ready Mix TX S-YY 4;'S�2025 32 13 13 Mix DesiKn SRM Cunc�ete 4U85U 4;'Sl2025 32 13 13 Mix DesiKn SRM Cunc�ete 4U35U 5/5/2023 32 13 13 Mix Desiqn SRM Conaete D100008553CB Concrete Base Trench Repair �4;'12023 03 34 16 Mix DesiKn Bumw Texas LUYHSOBF �9;'92022 03 34 16 Mix DesiKn Bumw Texas 08Y450BA � L2/19.2025 03 34 16 Mix DesiKn Cuw Town Recli Mix 330-58 �9.30/2025 033416 MixDesiKn MaztiuMa�iettn YN8LODUL �1226/2025 03 34 IG Mix Uesiqn SRM Concrete 915 Controlled Low Strength Material (Flowable Filq 2'Z2025 03 34 13 Mix DesiKn Bumw Texas U1Y690BF Si19/2025 033413 MixDesten BumwTexas OlZL80AF LUIS/2025 033413 MixDesfen BnmwTxae OlZ40LBE" 9/9/2022 033413 MixDesten Cn.�duCoucrete FWCC359LOL 9/9/2022 033413 MixDesten Cn.�duCoucrete FWFF23750L tl/4/2025 03 34 13 Mix Desten Chisholm Trail Redi Mix C"I LSOFF L2/262025 03 34 13 Mix Desien Chisholm Trail Rcdi Mix CIFWCLSM 9;'92022 03 34 13 Mix Desien Ciry Cunc�ete Cu �nny L]-35U-FF 9;'9.2022 03 34 13 Mix Desien Cuw Town Redi � x 9 9;'9;'°0°5 03 34 13 Mix Desien Cow Town Recli Mix LO 5�'12/2025 03 34 13 Mix Desien Amrize/ Hulcim 3741 8� 4.20^5 03 34 13 Mix Desien Amriza/ Halcim 90 L 8�'14/3035 03 34 13 Mix Desieu Amriza/ Halcim 904 9;'11/3035 033413 MixDesien Mu�tiuMaciettn PLOW25A LO/4/3033 03 34 13 Mix De,ien NBR Ready Mix W FLqW FILL 2�7.'2025 03 34 13 Mix Desi�n SRM Cuncrete ��0 L'/36;'°0°5 03 34 13 Mix Desien SRM Cuucrete 900 9/9/3032 033413 MixUesiRn Taa-�utConcrete PWFF150CLSM Conerete Ri� R�P �4;'1.2023 I313700 IM�xDes�en IMurtiuMaciettn IR2L4L030 �4/1/3033 313700 MixUesiCn Ma�tiuMaeietta R2L46033 Cement- Stabilized Sand (CSS) � LL21/2025 �33 OS 10 �Mix UesiCn �Bumeo Texas �04ZSOOBA As�halt Pavin� 9�'9.2022 321216 MixDesien AuetinAs hult PTSBL17965 9�'92022 321216 MixDesien AustinAs�qalt AT1B7399h5 9;'92022 321216 MixDesien AustinAsr�halt AT1B7172 5�'7.202A 32 12 16 Mix Desien ij ynolds Asqhalt 340-DG-B P 9;'9.2022 32 12 16 Mix Desien �ynolds As qhalt 7172B 9�'9.2022 32 12 16 Mix Desien �ynolds As �halt 1612B 4�42025 32 12 16 Mix Desien 1�}ynolds Asnhalt 2315B 72/5/2022 331216 MixDesien SunmountPavine 3076BVh422 9�'92022 321216 MixDesien SunmountPavine 347-BRAP6422ERG 9�'92022 32 12 16 Mix Desien TXBIT 3 7-2 7 1 30 5-20 9�'9.2022 32 12 16 Mix Desien TXBIT 44-27 1 305-7 7 9�$'2022 32 12 16 Mix Desien TXBIT 217305J1757` 9�'9'2022 32 12 16 Mix Desien TXBTT h4-2241 2 5-7 8 PG 4/I/2024 32 12 16 Mix Desi,km TXBiT 344 MAGSP-D 70-22XR I 4500 osi 3-5" SJ,bSnw; 3%<Air 1 davaveraReosi>4000 us� 7000 si 3-5" 5J}Snw; 3-6%Air 2600 (a�,24 hrs anNor 3UUU (a�72hrs;�OU@28 dayy3-5" SJ,ySnw; 3-6% Air 4500 nsi 3-5" SI)mw; 3-6 % Air 5000 nsi 3-5" SI)mw; 3-6'% Air 4500 nsi 3-5" SIJmw; 3-6'% Air 4500Psi 3-5" SIJmw; 3-6'% Air 4500 osi � 30U0 psi (a 3 claVs 3-5" SIJmw; 3-6 % Air 5000 nsi 3-5" SI)mw; 3-6 % Air 4500Psi 3-5" SI)mw; 3-6 % Air 6000 psi / 3UOU psi (a� 2:VIu. 3-5" SI)mip; 3-6 % Air SOOOPsi 3-5" SI/mw; 3-6 % Air 450U psi / 3UOU psi � 3 c4rys 3-5" SI)mip; 3-6 % Air 450U psi / 3UOU psi � 3 c4�Vs 3-5" Sl�mw; 3-6 % Air 4500 psi/ 3000 psi (%3 days 3-5" Slua�; 3-6% Aic With 2U% FLV Ash SAND25% MRWR 17% AIRFLOW FILL ISANU 20% MRWR 17% AIR FLOW FQ.L E75B1 L7965 PG64-22 Twe B Fine Base FT7B139965PGh4-22Tv BFineBase FT7 B177.2 PGh4-22 Tva � Fine Base 340-DG-B PG64-22 T �'e� B Base Course 1712B PG64-22 Type � Fine Base 1 h12B PGh4-22 Tvne B Fine Base 2315BPGh4-22Tv�} BFineBase 3 V �(%C62-22Ty�j� BFineBase �������h42�E�G PGbd-�2 Tv�e B Fine Base 3 7-21 7 3 05-20 PGh4-22 Tvae B Fine Base 44-2 1 7 3 05-1 7 PGh4-22 Tvae B Fine Base 211305 1757` PG64-22 Type B Fine Base 64-224 25-18 PG70-22 T\�ge D Fine Swface 344 MAGSP-D 70-22XR SAC A-R Tyoe D Fine Surface 4000,psi 4000 usi 4000 usi 4000 usi 4000Fpsi 4000 psj 4000 psj 4000 psj 4000 psj 4000 psj 4000 psj 4000 nsi 1000 �si xoo os� 750 Psi 750 Psi 750 psl 100 pSi 100 pSi 100� si 50.1,U pSi SU-ISU psi SU-ISUf si 100.15U t�i SU-liU rs� 70 M,o � �5� 100 ps� 100 psi 150 psi 150 psi 150 psi 150 psi 100 psi 50-ISd psi 3-5" SIJmip: 3-5 % Air 3-5" SIJmw; 3-6 % Air 3-5" 51Jmw; 3-6 % Air 46" SI)mw; 3-6 % Air 3-5" SI)mip; 4.SJ.5'% Air 3-5" SI)mw; 3-6 % Air 3-5" SI)mw; 3-6 % Air 3-5" SI)mw; 3-6 % Air 3-5" SI)mw; 3-6 % A3r 3-5" SIJmw; 3-6 % Air 3-5" SI/mw; 3-6 % Air 3-5" Sliunp: 3-6% Air Flownble; 8S-IlS% Air 5-7" SIu7�p: 3-6 % Ai� s.s-R s�� slmnu�s-� s � 8-12" Slump; 5-IU % Ai� Flowable; 3-6% Aic Flownble; 9S-IlS% Air Flownble; 9S-IlS% Air Flownble; 17+/-1.5% ni� 3-5" SluJ*�; 8-12% Air Flownbfe� BS-I1.5% Air Flownble�-9.0% Air 5-7" slumq� 8.5-I1.5% Air Flownble; 5-12% Air 7-9" Shnj�u: 8-11 % Air Min 9" Slumq 10-20% Air Flownble; 12.d�4.0% Ai� 9-11" SWmp; 1030% Air 9-11" Slump: 1030% Air 8"-12"Slump' 10%Ai[ 7-10" Slu q�p� �-12 % Ai� Flowable; $-�2% Air Flowable \1030 % Ai� Flowable; 8-12% Air 4000 ast 3-5" 81umn 3-6 % Af� 4000 osi 3-5" Slunw�-6% Air 250 psi �Flowable; 15.5-18.5 % Air � Page 4 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC �VORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF Ol/30/2026 Detectable Warnin¢ Surface 9i9i2022 32 13 20 DWS - Pnvus 9i9i2022 32 13 20 DWS - Pnvus 9i9i2022 32 13 20 DWS - Compos�te 9i9i2022 32 13 20 DWS - Comqus�te 4i7i2023 32 13 20 DWS - Puvus LQ'16i2025 321320 DWS-Puve�s LOi16�2025 321320 DWS-Pavers Pine Hall Buck lVms[on Salero, NC) Western Biick �o. (Houston, t}Q ADA Sulut�uns �Immkrton MA ADA Sulut�uns ( ilmmkrton�A EVUALTILE EQUALTILB Silicone Joint Sealant 19 9 2022 32 13 73 Joint Sealant Dow 3 t �9 9 2022 32 1_ 7_ Joint Sealant Tremco 19 9'2022 32 13 73 JointSealant Pecora �9i9i2022 32 13 73 Joint Sealnnt C�nfcu Utility Trench Embedment Sand �9i9i2022 33 OS 10 Embedmeut Sand Silve� C�eek Materinls �9i9i2022 33 OS 10 Embedmeut Sand Crouch Mnterials �9i9i2022 33 OS 10 Embedmeut Sand F and L Dirt Move�s �9i9i2022 33 OS 10 Embedmeut Sand F and L Dirt Move�s �9/9/2022 33 OS 10 Embedmeut Sand Tiu Tou Maetin Marietta R90SL 900SL 300SL RundSave� Silicone Tactile Pavus Detectable Wamiu¢ Pavus Amior Tile Herity�� Brick CIP (:umo�site Paver DetectableW��jmKPuvus EnuaLTle Br�kPutte�u Wet-Set R�placeable BqaaLTile CashGrPlace Replaceable R90SL Cold Ap�1 f�S�ue e Comoonrnt Silicone Joint Sealant 900SL - Cold ApRl�f���iue e Comoonent�ilicone Joint Sealaut 300SL - Cold Apn�� ��iue e C�J�7uonrnt�ihcone Joint Sealaut RondSnver S�Iwuue - Co1�Applied, Smgle Cumponent, SiGcone Joiut Sealnut AS"fM ll5893 ASTM D5893 ASTM D5893 ASTM D5893 UtiIJ Embedmeut Snnd UtilJ�mbedmeut Snnd UtilJ��mbedmeut Snnd UtihJp Embedmeut Snnd Utiliry Embedmeut Sand Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-OS-13 9/28/2018 33 OS 13 Mauhole Frnmes and Cove�AccnCasr (Gocmd Sreel Comonuy, LTD) MHRC %'20605 MHRC #220605�Size -**24" Dia.l 9'28'2018 330513 ManholeCover NeeuahFoundry NRL274-Tvl NP-1274-T91 S�ze-32"D�a.` 9'28'2018 33 OS 13 Manhole Frames and Co�Neeuah Foundry NRL743-LM (HmReJ) NP-1743-LM �lineedl (Size- 32" Dia.l 9'28'2018 33 OS 13 Manhole Frame Neeuah Foundry NRL990-30 NP-1930-30 S�u - 32.25" DiaJ 9'28'2018 33 OS 13 Manhole Frames and Co�Neeuah Foundry R-L743 HV R-1743-HV Size - 32" D�a 1 4/3/2019 33 OS 13 Manhole Fwmes nnd Co� S1P Indushies ++ 2279ST 2279ST Siu - 24" llia. 4/3/2019 33 OS 13 Manhole Fwmes nnd Co� S1P Indushies ++ 2280ST 2280ST Siu - 32" llia. LO/8/2020 33 OS 13 Manhole Fwmes nnd Co� EJ J Fortnallv East Jordan Iron Woeksl EJ1033 Z2/A EJ1033 �'L/A (Size -32. 5" Uia.l 3B/2024 33 OS 13 Cucb Inlet Covers Slp Indushies ++ 2246T 2296T fSiu -�**24" Uia./l 6;'18/2024 33 OS 13 Cu�b Inlet Cuvers SIP Industries ++ 2279STN 2279STN�Size - 2A" Din.) "Note: All neiv deve/opn�nr! aad aeiv iasm/lalion manhole /ids shrz/7 mnnt Nir rrciriimum 30-inch apenirig requiremeM ns specified ia City Speci(icalion 33 0 l3. Any.vmoLcr operiing si,-.es will on[y be al[aived for �isAng maahole.v !/ial requirc rrp(nremeril J'ramae and rorers. LO/ti/2020 LO/8/2020 LO/$/2020 ioixizozo ioixizozo ioixizozo ioixizozo ioixizozo ioixizozo LO/8/3030 3�'19/3031 3�'19/3031 3�'19/3031 3�'19/3031 3�'19/3031 3�'19�'2021 3�'19/3031 3�'19/3031 3�'19/2031 3�'19/2031 3�'19/2031 3�'19/2031 3�'19/2031 3�'19/3031 3�'19�'2021 3 19/2031 3/19�'2021 3/19�'2021 3/19�'2021 3 19 2021 3'19'2021 8:'28'2023 8 28/2023 8 28/2023 8 28/2023 8 28/2023 8�'28/2023 8�28/2023 8�28/2023 Storm Sewer - Inlet & Structures 33-OS-13 33 49 20 Curb Inlets Funmrru 33 49 20 Cucb Inlets Ponicrra 33 49 20 Cucb Inlets Ponicrra 33 49 20 Cu�b Inlets Ponicrra 33 39 20 Mnnhole Ponicrre 333920 Menhole Fonicrre 333920 Menholc Fonicrre 333920 Menholc Ponicrra 333920 Menholc Ponicrra 33 39 20 Munhole Fonicrra 33 49 30 Cu�b Inlets Thumpson P�e Gmup 33 49 30 Cu�b Inlets Thumpson P�e Gmup 33 49 30 Cu�b Inlets Thumuson P�e GmuP 33 39 30 Munhole ThumPsun P�e GmuP 33 39 30 Munholc ThumPsun P�e GmuP 33 39 20 Munholc ThmnPsun P�c GmuP 33 39 20 Munholc ThmnPsun P�e GmuP 33 39 20 Munholc ThmnPsun P�e GmuP 33 39 20 Munhole Tho�nnson P�e Gmun 33 39 20 Munhole Tho�nnson P�e Groun 33 39 20 Munhole Tho�nnson P�e Croun 33 39 20 Munholc Tho�nnson P�e Croun 33 39 20 Munholc Tho�nnson P�e Cmun 33 39 20 Munholc Tho�nnson P�e Cmun 33 39 20 Munholc Tho�nn+on P�c Cmun 33 39 20 Munholc Tho�nnson P�c Gmun 333920 Manhole ThomnsonP�eGroua 333920 Manhole ThomnsonP�eGroua 33 49 20 Dron [nlet Tho� n. Pre Groun 33 49 20 Dron [nlet Tho� n: Pr Groun 33 49 20 D� o[nlet Tho� � P ne Groun 33 49 10 Ma�ole Old�attle 33 49 10 Manhole Oldcastle 33 49 10 Manhole Oldcastle 33 49 10 Manhole Oldcastle 33 49 10 Manhole Oldcnstle 33 49 10 Manhole Oldcnstle 33 49 10 Manhole Oldcnstle 33 49 10 Manhole Rinker Materials FRT-LUx3-4U5-PREC;AST** (Size- 10' X 3'1 FRT-LUx3-406-PRECAST** JSize- 10' X 3 FRT-LUx4.5-007-PRECAST'� �Size- 10' 45� FRT-LUx4.5-020-PRECAST** Size- 10' X 4.5 5 FRT-0X4-0U9-�AE�AS�-BA��S ze 44XX �') FRT-SXS-010-�AE�AS�-BA�� 1S ze � S X 5�) E"RT-6X6-01 L- PC� T— �,[8iae - 6 X 6`� FRT-6X6-01J �������E (Size - 6 X b'� TPG-LOX3-40 ��T �Size - 10 X 3') TPG-LSX3-405-PRECAST INLET** �Size - 1S X 3�) TPG-20X3-405-PRECAST INLET** (Size - 20' X 7�) TPG-4X4-409-PRECAST TOP (Size - 4' X 4'1 TPG-4X4-409-PRECAST BASP (Size - 4' X d'1 TPG-4X4-412-PRECAST 4-FT R��ER/Size - d' X 4') TPG-SXS-410-PRECAST TOP (Size - 5� X 5'� TPG-SXS-410-PRECAST BASP (Size - 5' X �� TPG-SXS-412-PRECAST 5-FT R��ER Size -� X 59 TPG-6Xh-41 L-PRECAST TOP (Size -�� X 6'� TPG-6Xh-41 L-PRECAST BASP �Size - 6' X'� TPG-6X6-412-PRECAST 6-FT R�ER �Size -� X 69 TPG-7X7-41 L-PRECAST TOP (Size - 7 X 7'� TPG-7X7-41 L-PRECAST BASP (Size - 7' X�� TPG-7X7-412-PRECAST 4-FT R��ERlSize -� X 79 TPG-RXR-41 LPRECAST TOP (Size - 8' X 8'� TPG-RXR-411-PRECAST BASE (Size - fi' X .'� TPG-RXR-412-PRECAST 5-FT R�SER (Size -' X R9 TPG-0X4-0OR-PRECAST INLET �Size - 4' X 4') TPG SXS-0OR-PRECAST INLET Srze - S X 5J� TPG hXh-0OR-PRECAST INLET Srze - 6' X 6') P� ecast 4' x 4' Stacked Manhole (Size - 4' X 4') Precast 5' x 8' Smrm Junction Box Size - 5' X fi') Precast 4' x 4' Smrm Junction Box Size - 4' X 4� Precast 5' x 5' Storm Junction Box Size - S X 5} Precast h' x 6' Storm Junction Box Size - 6' X 6�� Precaet 8' x 8' Storm Junction Box ase (Size - 8 X 8`1 Precast 5' x R' Storm Junction Box Base `\Si�ze -?' X R�) Reinforced 4R" Diameter Spread Footine N�anhole fSize - 4' X 4') ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM A48 AASHTO M3U6 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A536AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M3U6 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM fi I S ASTM fi I S ASTM 615 ASTM 615 ASTM 615 ASTM fi I S ASTM fi I S ASTM fi I S ASTM fi I S ASTM fi I S ASTM fi I S ASTM fi I S ASTM fi I S ASTM fi I S ASTM fi I S ASTM fi I S ASTM 615 ASTM 615 ASTM fi15 ASTM fi15 ASTM 615 ASTM C478 ASTM C478 ASTM C478 ASTM C478 ASTM C47R ASTM C47R ASTM C47R ASTM C433 �L• CITY OF FORT WORTH TRANSPORTATION/PUBLIC �VORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF Ol/30/2026 ....Srorm Se�oer -b�ter & So-u rures Co��rfnues R.28i2023 33 39 20 Cu�b Inlet 10'x 3' Riser Thomoson P�e Groim Iulet Rise� Size - 3 FT 8�"28i2023 33 39 20 Cueb Inlet 15 'x 3' Riser Thomoson P�e Grona Iulet Rise� Siu - 3 FT 8�"28i2023 33 39 20 Cueb Inlet 20' x 3' Riser Thomf�son P�e Grouq Iulet Rise� Siu - 3 FT LR2i2024 33 49 20 Droo Iulet AmeriTex P�e &Products D�oo Iulet 4' X 4') LR2/2024 33 49 20 Dro Iulet AmuiTex P�e &Products D�oo Iulet 5' X 5�) LR9�2024 33 49 20 Ma��ole AmuiTex P�e &Products Pruast 4'x ' Sto�m Junction Box LR9�2024 33 49 20 Manhole AmeriTex P�e &Products Pruast 5'x5' Stocm Junction Box LR9/2024 33 49 20 Manhole AmeriTex P�e &Products 5' Pcecast Tcausition MH�4' MH on the tw of 5' JBl LR9�2024 33 49 20 Manhole AmeriTex P�e &Products Pruast 6'x6' Storm Junchon Box LR9/2024 33 49 20 Manhole AmeriTex P�e &Products 6' Pcecast Trausition MH�4' MH on the tw of 6' JBl LR9�2024 33 49 20 Manhole AmeriTex P�e &Products Pruast 8'x8' Stoim Junchon Box LR9�2024 33 49 20 Manhole AmeriTex P�pe &Products 8' Pcecast Trausition MH+4' MH on [he toJ� of 8' JBl 1�19/2024 33 49 20 M. nhole Ame�iTex P�e &Pcodiwts T e C Stoc�n Drain Manhole on Box (4' M�I on the toa of RCBI 7�16/2024 33 49 20 Cn�b Inlets Ame�iTex Pme &Pcodiwts ]0� Precast** �Siu 10' x 3') 7i 16'2024 33 49 20 Cn�b Inle�s Ame�iTex P�pe &Pcodiw�s 15x3 Precast** (S�ze LS' x 3�) "Nute: Pre-cruY inlels ive iyrproved jur die smge I purtian uf ���e sirui�lure @usin) unty. S�uge77 parNan af �he strncl�ire nre required ro be cas� iio-p/ace. Nu ezi�epNuns ta �Nis requiremenl sGu[l he u[lawed. Storm Sewer - P�Qes & Boxes 33-OS-13 4� 9� 2021 33 41 13 Sro�m Drnm P�Res Ad��nced D�ama�e Systeme. Ina (ADS7 8� 28i2023 33 41 10 Stortn Dcain P�ues Rinlcei Matecials 8�282023 33 41 10 Calvert Box Rililcei Mate�iale 10�� 12/2023 33 41 10 Stortn Dcain Pipes AmeriTex P��e &Products 10/12/2023 34 41 10 Culvert Box AmeriTex Pme &Products 10/18/2023 35 41 10 Stortn Dcain Pipes The Tnmer Co. 10/18/2023 34 41 10 Cnlce�r Box The 7'nmer C�o. 4/1U2024 33 41 10 Stortn Dcain Pipes Thom qson Piue Gronu 6�25i2024 33 41 10 Culvert Box Oldcastle 6� 25/2024 33 41 10 Sto�m Drmu P�v� OldcasHe AD8 HC 0toim Po19�jron lena IPPI Ci e(8ize -12" - 60"� Reinforeed ConecGe Pioe�oneue aud �roove Joint Pioe ( Size - 21" oc larzed Reinforeed ConecGe Box Calvert fSze - Variousl Reinforeed ConecGe Pioe Toneue and Groove Jomt Pioe` (Size - 15" or laceerl Reinforeed ConecGe Box Cnlvert fsize - Variousl) Reinforeed ConecGe Pioe Toneue and Groove Jomt Pioe` fSize - 15" or laceerl Reinforeed ConecGe Box Cnlvert fsize - Various) Reinforeed ConecGe Pioe Toneue and Groove Jomt Pioe` fSize Varioas) Reinforeed ConecGe Box Calvert Remforced Goucrete P�pe TonKue nud Groove Jomt Pipe* (Size Verione) Revision Cuuunents Q-29-2025) Remuved Argos, lugran� Redi-Mix, Cbndey's (43-2U25) Bigtuwn Concrete updated Mix 1D's (4-5-2U25) 03 34 13 CLSM spuifica.tiuu Q L-26-2U25) Remwed Gilco-site bntch plant ASTM C973-16 ASTM C913-16 ASTM C913-16 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 AS fM C913 ASTM C913 ASTM F2881 & AASHTO M330 ASTM C7fi, C655 ASTM C7R9, C850 ASTM C76. C506 ASTM C7433.C1577 ASTM C76. C506 ASTM C I433,C I577 ASTM C76. C506 ASTM C7433.C1577 ASTM C76, CSU6 �L•