Loading...
HomeMy WebLinkAbout064661-PM1 - Construction-Related - Contract - CB-Direct Bonds Ranch, LP and Semper Fi Striping LLCCSC No. 64661 -PM 1 i* TYLER BARNETT / ............................... 138426 1,IllSSCENS FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Bonds Ranch Road IPRC Record No. 25-0092 City Project No. 106289 FID No. 30114-0200431-106150 EO7685 File No. #K-3394 X File No. X-28718 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth 2026 PREPARED BY 2/26/2026 SPIARS ENGINEERING, INC. 3575 LONE STAR CIRCLE, SUITE 434 FORT WORTH, TX 76177 F-2121 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Page 1 of 8 Last Revised 002113 Inst ae hens t made..& 03/20/2020 00 41 00 '�'�n 04 in s 00 42 43 Proposal Form Unit Price 05/22/2019 nn� Bid43ond nn ins nnBidders0 m 0045 12 Prequalification Statement 09/01/2015 nn n5 1 03i0� 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 0045 40 nono i Q4" 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 0062 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 007200 General Conditions 444-5/24P 007308 n- inz 0073 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01- General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 013300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 7839 Project Record Documents 04/07/2014 CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https:Happs.fortworthtexas.gov/Proj ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material CLSM 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 312400 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Ri ra 12/20/2012 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 12/20/2012 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 1216 Asphalt Paving 12/20/2012 32 1273 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 1613 Concrete Curb and Gutters and Valley Gutters 10/05/2016 CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 1723 Pavement Markings 11/22/2013 32 1725 Curb Address Painting 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 3232 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television CCTV Inspection 03/03/2016 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 3304 11 Corrosion Control Test Stations 12/20/2012 3304 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pie 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pie 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride PVC Pressure Pie 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 33 1211 Large Water Meters 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 33 1221 AWWA Rubber -Seated Butterfly Valves 12/20/2012 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 1260 Standard Blow -off Valve Assembly 06/19/2013 3331 12 Cured in Place Pipe CIPP 12/20/2012 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 3331 15 High Density Polyethylene HDPE Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride PVC Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 3341 11 High Density Polyethylene HDPE Pipe for Storm Drain 12/20/2012 3341 12 Reinforced Pol ethlene SRPE Pie 11/13/2015 33 46 00 Subdraina e 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Win walls 07/01/2011 Division 34 - Transnortation 3441 10 Traffic Signals 10/12/2015 3441 10.01 Attachment A — Controller Cabinet 12/18/2015 3441 10.02 Attachment B — Controller Specification 02/2012 3441 10.03 Attachment C — Software Specification 01/2012 3441 11 Temporary Traffic Signals 11/22/2013 3441 13 Removing Traffic Signals 12/20/2012 3441 15 Rectangular Rapid Flashing Beacon 11/22/2013 3441 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single -Mode Fiber Optic Cable 02/26/2016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix GG 0. ._ _ : Page 8 of 8 GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised March 20, 2020 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP-BIDPROPOSAL Page 7 of 13 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 9999.0000 Stop Sign Installation 3217.4402 Thermoplastic Arrow Removal 00 00 00 EA 2 $500.00 $1,000.00 2 32 17 23 EA 2 $250.00 $500.00 3 3217.0103 REFL PAV MIRK TY 1 WHIT 4" SKP LNE 32 17 23 LF 1207 $3.00 $3,621.00 4 9999.0000 REFL PAV MIRK TY 1 BLK 4" SKP LNE 32 17 23 LF 1207 $3.00 $3,621.00 5 3217.0101 REFL PAV MIRK TY 1 WHIT 6" SLID 00 00 00 LF 834 $3.00 $2,502.00 6 3217.0101 REFL PAV MIRK TY 1 DBL YEL 6" 32 17 23 LF 5751 $6.00 $3,450.00 7 3217.0201 REFL PAV MIRK TY 1 WHIT 8" SLID 32 17 23 LF 308 $8.00 $2,464.00 8 3217.0403 REFL PAV MIRK TY 1 YEL 18" SLID 32 17 23 LF 250 $8.00 $2,000.00 9 3217.0501 REFL PAV MIRK TY 1 WHIT 24" SLID 32 17 23 LF 26 $10.00 $260.00 10 3217.2104 REF TY II C-R Marker 32 17 23 EA 78 $10.00 $780.00 11 3217.1010 REFL PAV MIRK TY 1 WHIT TRN ARROW 32 17 23 EA 5 $155.00 $775.00 12 3217.1014 REFL PAV MIRK TY 1 WHIT COMBO ARR 32 17 23 EA 2 $285.00 $570.00 13 3217.1011 REFL PAV MIRK TY 1 WHIT "ONLY" 32 17 23 EA 5 $230.00 $1150.00 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 City of Ft. Worth Proposal DAP SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 8 of 13 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 44 45 TOTAL UNIT IV: PAVING IMPROVEMENTS1 $22,693.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forrn Version May 22, 2019 City of Ft. Worth Proposal DAP SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 13 of 13 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity This Bid is submitted by the entity named below: BIDDER: Semper Fi Striping, LLC. Bid Summary Total Construction BY: h —, D,— -- TITLE: Director of Sales Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 150 working days after the date when the City of Ft. Worth Proposal DAP 00 45 12 DAP PREQUALMCATfON STATEMEENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tv e"box provide the comp lete major work a and actual description as provided by the Water Department for water and sewer and TPW for paying. Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Striping So -ate: - Fi Siriping.. I The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Sutter F'i I.l_f BY iLa 1' rct (Signature) TITLE: Office Administrator DATE: 2/2'0/26 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequaliificatlon Statement 2015_DAP Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides 5 worker's compensation insurance coverage for all of its employees employed on City Project No. 6 706289. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.091 as 7 amended, it will provide to City its subcontractor's certificates of compliance with worker's 8 compensation coverage. 9 10 CONTRACTOR: 11 12 Semper Fi Striping 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 K� 39 .N Company 2699 Azle Highway Address Weatherford, TX 76085 By: Tyler Petty �(Ple e Print) Signature:!~_ Title: COO City/State/Zip (Please Print) THE STATE OFTEXAS COUNTY OF TARRANT BEFORE M E, the undersigned authority, on this day personally appeared 7�1� 0Ii known to me to be the person whose name is subscribed to the�regoing instru ent, and acknowledged to me that he/she executed the same as the act and deed of Q i —i for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this I_L - day of El- RITA L HILDRETHG+ J'Z! ailNotary Public, State of Texas N d for the State of Texas �;Comm. Expires 0a-11-2029F ,. Notary ID 13552788071� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April2, 2014 Bonds Ranch Road CPN106289 005243-1 Developer Awarded Project Agreement Pagel of 6 1 SECTION 00 52 43 2 AGREEMENTTHIS AGREEMENT, authorized on 2/20/26 is made by and between the 3 Developer, CB -Direct Bonds Ranch, LP), authorized to do business in Texas ("Developer") , 4 and Semper R Striping LLQ , authorized to do 5 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 6 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, 7 agree as follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for 10 the Project identified herein. 11 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a 13 part is generally described as follows: 14 Bonds Ranch Rid 16 Article 3. CONTRACT TIME 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19 Documents are of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within ._ 150 calendar days after 22 the date when the Contract Time commences to run as provided in Paragraph 12.04 of 23 the Standard City Conditions of the Construction Contract for Developer Awarded 24 Projects. 25 26 CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 6 27 3.3 Liquidated damages 28 Contractor recognizes that time is of the essence of this Agreement and that 29 Developer will suffer financial loss if the Work is not completed within the times 30 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance 31 with Article 10 of the Standard City Conditions of the Construction Contract for 32 Developer Awarded Projects. The Contractor also recognizes the delays, expense 33 and difficulties involved in proving in a legal proceeding the actual loss suffered by 34 the Developer if the Work is not completed on time. Accordingly, instead of requiring 35 any such proof , Contractor agrees that as liquidated damages for delay (but not as 36 a penalty), Contractor shall pay Developer Five Hundred Dollars ($500) for each day 37 that expires after the time specified in Paragraph 3.2 for Final Acceptance until the 38 City issues the Final Letter of Acceptance. 39 Article 4. CONTRACT PRICE 40 Developer agrees to pay Contractor for performance of the Work in accordance with the 41 Contract Documents an amount in current funds of By nt Two Thousand, Six Hundred 42 Nines -Three Dollars and Zero Cents. ($22,693). 43 Article 5. CONTRACT DOCUMENTS 44 5.1 CONTENTS: 45 A. The Contract Documents which comprise the entire agreement between 46 Developer and Contractor concerning the Work consist of the following: 47 1. This Agreement. 48 2. Attachments to this Agreement: 49 a. Bid Form (As provided by Developer) 50 1) Proposal Form (DAP Version) 51 2) Prequalification Statement 52 3) State and Federal documents (project specific) 53 b. Insurance ACORD Form(s) 54 c. Payment Bond (DAP Version) 55 d. Performance Bond (DAP Version) CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 6 56 e. Maintenance Bond (DAP Version) 57 f. Power of Attorney for the Bonds 58 g. Worker's Compensation Affidavit 59 h. MBE and/or SBE Commitment Form (If required) 60 3. Standard City General Conditions of the Construction Contract for Developer 61 Awarded Projects. 62 4. Supplementary Conditions. 63 5. Specifications specifically made a part of the Contract Documents by 64 attachment or, if not attached, as incorporated by reference and described in 65 the Table of Contents of the Project's Contract Documents. 66 6. Drawings. 67 7. Addenda. 69 70 71 72 73 74 75 76 77 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 6 78 Article 6. INDEMNIFICATION 79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 80 own expense, the city, its officers, servants and employees, from and against any 81 and all claims arising out of, or alleged to arise out of, the work and services to be 82 performed by the contractor, its officers, agents, employees, subcontractors, 83 licenses or invitees under this contract. This indemnification provision is 84 specific la ly intend to Aerate and fie effective even i ' i alle ed or proven that 85 aLL or some of the da ages ing besought were caused, in whole 0T in part• lzy�y 86 ca .t omission or ne li enee efthe city. This indemnity provision is intended to 87 include, without limitation, indemnity for costs, expenses and legal fees incurred 88 by the city in defending against such claims and causes of actions. :�] 90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 91 expense, the city, its officers, servants and employees, from and against any and 92 all loss, damage or destruction of property of the city, arising out of, or alleged to 93 arise out of, the work and services to be performed by the contractor, its officers, 94 agents, employees, subcontractors, licensees or invitees under this contract. 95 This indemnification provision is specifically intended to operate and be effective 96 even if it is alleged or proven that all or some of the damages being sought were 97 caused in whole or in part by any act, omission or negligence of the city. Ma 99 Article 7. MISCELLANEOUS 100 7.1 Terms. 101 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions 102 of the Construction Contract for Developer Awarded Projects. 103 7.2 Assignment of Contract. 104 This Agreement, including all of the Contract Documents may not be assigned by the 105 Contractor without the advanced express written consent of the Developer. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-5 Developer Awarded Project Agreement Page 5 of 6 106 7.3 Successors and Assigns. 107 Developer and Contractor each binds itself, its partners, successors, assigns and 108 legal representatives to the other party hereto, in respect to all covenants, 109 agreements and obligations contained in the Contract Documents. 110 7.4 Severability. 111 Any provision or part of the Contract Documents held to be unconstitutional, void or 112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 113 remaining provisions shall continue to be valid and binding upon DEVELOPER and 114 CONTRACTOR. 115 7.5 Governing Law and Venue. 116 This Agreement, including all of the Contract Documents is performable in the State 117 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for 118 the Northern District of Texas, Fort Worth Division. 120 7.6 Authority to Sign. 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123 124 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in 125 multiple counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 128 Contractor: Semper Fi Striping. LLC Developer: Ct3-01,re (,"a,--L4—Ct,, LP CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 129 By: 114944;6� (Signature) Rita Hildreth (Printed Name) Title: Office Administrator, Sem_ per Fi Striping, LLC Company Name: Address: 2699 Azle Highway City/State/Zip: Weatherford, TX 76085 2/20/26 Date 005243-6 Developer Awarded Project Agreement Page 6 of 6 By: (Signature) f) e, -4:0 S. Cr "tS,,n (Printed Name) Title: preJ:d Company name: CQ--rJ `^c G* f7o^63 (1 c, Address: l2";-)'` Y'\C -t 1r City/State/Zip: p c,II c. , T Y -7 r],,—` Date ZIZ�r L�zb CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 006213-1 PERFORMANCE BOND Page 1 of 4 Bond #100215289 1 SECTION 00 6213 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Semper Fl Striping . LLC known as "Principal" herein and 9 Merchants Bonding Company (Mutual) a corporate surety (sureties, if more 10 than one) duly authorized to do business in the State of Texas, known as "Surety" herein 11 (whether one or more), are held and firmly bound unto the Developer, CB -Direct Bonds 12 Ranch, LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a 13 Texas municipal corporation ("City"), in the penal sum of, Twenty -Two Thousand, Six 14 Hundred Ninety -Three Dollars and Zero Cents . ($22 6• g3•a0), lawful money of the United 15 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well 16 and truly to be made jointly unto the Developer and the City as dual obligees, we bind 17 ourselves, our heirs, executors, administrators, successors and assigns, jointly and 18 severally, firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the 20 construction of community facilities in the City of Fort Worth by and through a Community 21 Facilities Agreement, CFA Number 26-0008; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 18th day of February 2026, which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein, to fumish all materials, equipment 25 labor and other accessories defined by law, in the prosecution of the Work, including any 26 Change Orders, as provided for in said Contract designated as Bonds Ranch Road. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No. 106289 Revised January 31. 2012 006213-2 PERFORMANCE BOND Page 2 of 4 1 faithfully perform the Work, including Change Orders, under the Contract, according to the 2 plans, specifications, and contract documents therein referred to, and as well during any 3 period of extension of the Contract that may be granted on the part of the Developer and/or 4 City, then this obligation shall be and become null and void, otherwise to remain in full force 5 and effect. 6 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie 7 in Tarrant County, Texas or the United States District Court for the Northern District of s Texas, Fort Worth Division. 9 This bond is made and executed in compliance with the provisions of Chapter 2253 io of the Texas Government Code, as amended, and all liabilities on this bond shall be I 1 determined in accordance with the provisions of said statue. 12 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 13 this instrument by duly authorized agents and officers on this the 20ifi day of F� ebruary, 2026 14 . 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PRINCIPAL: Sem er Fi Striping, LLC BY: Signature Name and Title If ATTEST: CITY OF FORT WORTH Bonds Rench Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 106289 Revised January 31, 2012 1 2 4 5 6 0062'13-3 PERFORMANCE BOND Page 3 of 4 Address: _ 2699 Azle Highway Weatherford. TX 76085 Witness as to Principal SURETY: 7 Merchants Bonding Company (Mutual) 8 9 10 11 12 13 BY. ,. 14 15 i �ttlrE" 16 17 18 Jennifer Garcia, Attorney in Fact 19 20 Name and Title 21 22 Address: 23 P. O. Box 14498 24 Des Moines, Iowa 50306 25 26 27 Witness as to Surety Telephone Number: (800) 678-8171 28 29 Kim Bracamonte, Witness CITY Of FORT WORTH STANDARD CITY CONDITIONS _ DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bonds Ranch Road City Project No. 106289 006213-4 PERFORMANCE BOND Page 4 of 4 i "Note: If signed by an officer of the Surety Company, there must be on file a 2 certified extract from the by-laws showing that this person has authority to 3 sign such obligation. If Surety's physical address is different from its 4 mailing address, both must be provided. 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No.106289 Revised January 31, 2012 006214 -1 PAYMENTBOND Page 1 of 3 Bond #100215289 I SECTION 00 6214 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Semper Fi Striping , LLC , known as °Principal" s herein, and Marrhantc Ronding Ceirpany (Mutual) a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the 10 State of Texas, known as "Surety" herein (whether one or more), are held and firmly I I bound unto the Developer, CB -Direct Bonds Ranch, LP, authorized to do business in 12 Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), 13 in the penal sum of Twenty Two Thousand. Six Hundred Ninety -Three Dollars and Zero 14 Cents ($22&J3.0, lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for the payment of which sum well and truly be made jointly unto the 16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 17 administrators, successors and assigns, jointly and severally, firmly by these presents: Is WHEREAS, Developer and City have entered into an Agreement for the 19 construction of community facilities in the City of Fort Worth, by and through a 20 Community FaciCfies Agreement, CFA Number 26-0008; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 18th day of February , 2026 , which Contract is 23 hereby referred to and made a part hereof for all purposes as if fully set forth herein, to 24 furnish all materials, equipment, labor and other accessories as defined by law, in the 25 prosecution of the Work as provided for in said Contract and designated as Bonds Ranch 26 Road. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined 29 in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the 30 Work under the CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPNIO6289 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 3 I Contract, then this obligation shall be and become null and void; otherwise to remain in 2 full force and effect. 3 This bond is made and executed in compliance with the provisions of Chapter 4 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be 5 determined in accordance with the provisions of said statute. 6 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and 7 SEALED this instrument by duly authorized agents and officers on this the 20th day 8 of February , 20_2&_. 9 PRINCIPAL: Sem er Fi Striping, LLC ATTEST. BY: Signature NIA coo (Principal) Secretary Name and Tale Address: 2699 Azle Highway Weatherford, TX 76085 Wit o Principal CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CPIV106289 Revised January 31, 2012 1 W 4 6 N 8 00621d-3 PAYMENT BOND Page 3 of 3 SURETY: Merchants Bonding Company (Mutuall ATTEST BY:'l Signature �—�- N/A (Surety) Secretary arcl*OAL Witness as to Surety Kim Bracamonte Jennifer Garcia, Attorney in Fact Name and Title Address: P.O. Box 14498 Des Moines, IA 50306 Telephone Number. 1800) 678-8171 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bonds Ranch Road CPN105289 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 SECTION 00 6219 MAINTENANCE BOND THE STATE OF TEXAS § 006219-1 MAINTENANCE BOND Page 1 of 5 Bond #100215289 § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Semper Fi String; T.T.0 . known as "Principal" herein and Merchants_Bonding p mpany (Mutual) _, 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, CB -Direct Bonds Ranch, LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum ofT • n Two Thousand Six Hundred Ninety - Three Dollars and Zero Cents ($22 93&M, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number26-0008; and 22 WHEREAS, the Principal has entered into a certain written contract with the 23 Developer awarded the 18th day of February , 202 -, which 24 Contract is hereby referred to and a made part hereof for all purposes as if fully set forth' 25 herein, to furnish all materials, equipment labor and other accessories as defined by law, in 26 the prosecution of the Work, including any Work resulting from a duly authorized Change 27 Order (collectively herein, the "Work") as provided for in said Contract and designated as 28 Bonds Ranch Road; and 29 CITY OF FORT WORTH Bonds Rench Road STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPNIO6289 Revised January 31, 2012 66010-2 MAINTENANCE BOND Page 2 of 5 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work 2 in accordance with the plans, specifications and Contract Documents that the Work is and 3 will remain free from defects in materials or workmanship for and during the period of two 4 (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); 5 and 6 7 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 8 upon receiving notice from the Developer and/or City of the need thereof at any time within 9 the Maintenance Period. 10 11 NOW THEREFORE, the condition of this obligation is such that if Principal shall 12 remedy any defective Work, for which timely notice was provided by Developer or City, to a 13 completion satisfactory to the City, then this obligation shall become null and void; 14 otherwise to remain in full force and effect. 15 16 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 17 noticed defective Work, it is agreed that the Developer or City may cause any and all such 18 defective Work to be repaired and/or reconstructed with all associated costs thereof being 19 bome by the Principal and the Surety under this Maintenance Bond; and 411 21 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 22 Tarrant County, Texas or the United States District Court for the Northern District of Texas, 23 Fort Worth Division; and 24 25 PROVIDED FURTHER, that this obligation shall be continuous in nature and 26 successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS CPNf08289 Revised January 31.2012 006219-3 MAINTENANCE BOND Page 3 of 5 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duty authorized agents and officers on this the 20th day of February 3 , 20 26 . 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 ATTEST: N/A 21 (Principal) Secretary 22 23 24 25 tness as to Principal 26 27 28 CITY OF FORT WORTH STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS Revised January 31.2012 PRINCIPAL: Semper Fi Striping, LLC Signature Name and Title Address: 2699 Azle Hipjl }r Weatherford, TX 76085 Bonds Rench Road CPN106289 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 ATTEST: 19 20 NtA 21 22 (Surety) Secretary 23 24 25 26 27 Witness as to Surety Kim Bracamonte 28 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-4 MAINTENANCE BOND Page 4 of 5 SURVY: Merchants Bonding Company (Mutual) Signature _ Jennf fer Garcia,_ Attornin Fact Name and Title Address: P. 0. Box 14498 Des Moines,1A 50306 Telephone Number: (800) 678-8171 Bonds Ranch Road CPN106289 006219-5 MAINTENANCE BOND Page 5 of 5 1 *Note: If signed by an officer of the Surety Company, there must be on file a certified 2 extract from the by-laws showing that this person has authority to sign such 3 obligation. If Surety's physical address is different from its mailing address, both 4 must be provided. 5 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN706289 Revised January 31.2012 MERCHANTS BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, and MERCHANTS NATIONAL INDEMNITY COMPANY. an assumed name of Merchants National Bonding, Inc., (herein collectively called the'Companies") do hereby make, constitute and appoint, Individually, Adam Syswerda; Charlie Fletcher; Elise While; Jennifer R Garcia; Kim Brecamonte; Laura Ibarra their We and lawful Attorney(s)in-Fact, to sign its name as surety(les) and to execute, seal and admowledge any and all bonds, undertakings, contracts and other written instruments In the nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. This Power -of -Attorney Is granted and is signed and sealed by facsimile under and by authority of the By -Laws adopted by the Board of Directors of the Companies. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognlzances, contracts of Indemnity and other writings obligatory In the nature thereof.' 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attomey or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed In connection with obligations in favor of the Florida Department of Transportation only, it Is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It Is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked urdess prior written personal notice of such Intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at feast thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 12th day of November . 2025 N u�ry MERCHANTS BONDING COMPANY (MUTUAL) ��,,��pp11NN0 �.•*�%o ••. •,a • •.• MERCHANTS NATIONAL BONDING, INC. fP 'pP0"' r'A.•pt+0 ".6f' MERCHANTS NATIONAL INDEMNiITY COMPANY .,b. O Rid,: rwr`o g4':ois : ir� '4•. • 1833 ram, v 2003 r BY /777 • • •r•N4,�i.•.N•P " ••. STATE OF IOWA COUNTY OF DALLAS ss. On this 12th day of November 2025 , before me appeared Larry Taylor, tome personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �pa�t Perini Miller z Commission Number 757952 • • My Commission Expires 'CM Janiary 20, 2027 (Expiration of notary s commission Notary Public does not invalidate this instrument) I, Elisabeth Sandersfeid, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF - ATTORNEY executed by said Companfes,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereirMo.set my hand and affixed the seal of the Companies on this 20th day of February 2026 0....... .......... •....... .• •. .SiON�~'•.. �.•�r �• a OpYOl •• ,►�$+�q�POq*ti9�•. Aig Ogj,�i� 2003 i== 4 pA. Secretary POA 0018 (5/25) MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. BOX 14498 - DES MOINES, IOWA 50306-3498 - (800) 678-8171- (S1S) 243-3854 FAX IMPORTANT NOTICE Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company first. If you can't workout the Issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company. If you don't, you may lose your right to appeal. Merchants Bonding Company (Mutual) To get information or file a complaint with your insurance company: Call: Compliance Officer at 800-678-8171 Toll-free:1-800-678-8171 Email: regulatory@merchantsbonding.com Mail: P.O. Box 14498, Des Moines, IA 50306-3498 To get insurance information you may also contact your agent: Adam Syswerda - Box Insurance Agency Call: 817-865-1805 Mail: 1200 S. Main Street, #1600, Grapevine, TX 76061 The Texas Department of insurance To get help with an Insurance question or file a complaint with the state: Call with a question: 2-800-252-3439 File a complaint: www.tdi.texas. ov Email: ConsumerProtection@tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 SUP 0032 TX (11/19) / COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LIMITED POLLUTION COVERAGE -"WORK SITES" This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Each Pollution Incident Limit $ 100,000 Pollution Liability Aggregate Limit $ 100,000 Property Damage Deductible $ 1,000 Each Pollution Incident (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. The following is added to COVERAGES (Section 1) COVERAGE D. LIMITED POLLUTION COVERAGE 1. Insuring Agreement. a. We will pay those sums that the insured becomes legally obligated to pay: (1) As damages because of: (a) "bodily injury," or (b) "property damage"; or (2) As "clean-up costs" because of "environmental damage" which directly results from physical injury to tangible property; to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit" seeking damages for "bodily injury," "property damage," or "environmental damage" to which this insurance does not apply. We may at our discretion investigate any "pollution incident' and settle any claim or "suit' that may result. But; (1) The amount we will pay for damages and "clean-up costs" is limited as described in LIMITS OF INSURANCE (SECTION III); and (2) Our right and duty to defend end when we have used up the applicable limit of insurance in the payment of judgments, settlements, or "clean-up costs." No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under SUPPLEMENTARY PAYMENTS COVERAGES A, B AND D. b. This insurance applies to "bodily injury," "property damage," and "environmental damage" only if: (1) The "bodily injury," "property damage," or "environmental damage" is caused by a "pollution incident": (a) From a "work site" in the "coverage territory"; (b) That begins and ends within 72 hours; and (c) That becomes known to you and is reported to us in writing within 30 days after it begins; and (2) The "bodily injury," "property damage," or "environmental damage" occurs during the policy period. c. Damages because of "bodily injury" include damages claimed by any person or organization for care, loss of services, or death resulting at any time from the "bodily injury." Exclusions. The insurance provided by Coverage D does not apply to: a. "Bodily injury," "property damage," or "environmental damage" expected or intended from the standpoint of the insured. 8-E-2592 Ed. 9-97 Includes copyrighted material of. Page 1 of 4 Insurance Services Office, Inc C. d. 9. "Bodily injury," "property damage," or h. "Bodily injury," "property damage," or "environmental damage" for which the "environmental damage" arising out of insured is obligated to pay damages by the ownership or operation of any reason of the assumption of liability in a offshore facility as defined in the Outer contract or agreement. This exclusion Continental Shelf Lands Act does not apply to liability for damages Amendment of 1978 or the Clean Water that the insured would have in the Act of 1977 as amended 1978 or any absence of the contract or agreement. deep water port as defined in the Any obligation of the insured under a Deepwater Port Act of 1974 as workers' compensation, disability amended or as may be amended. benefits or unemployment L "Bodily injury," "property damage," or compensation law or any similar law. "environmental damage" arising out of "Bodily injury" to: a "pollution incident" from a "work site" (1) An "employee" of the insured or any part of a "work site" that is, or arising out of and in the course of: was at anytime, used by you for the (a) Employment by the insured; or storage, disposal, processing or (b) Performing duties related to the treatment of waste materials. conduct of the insured's j. "Bodily injury," "property damage," or business; or "environmental damage" arising out of (2) The spouse, child, parent, brother the ownership, maintenance, use, or or sister of that "employee" as a entrustment to others of any aircraft, consequence of (1) above. "auto," rolling stock or watercraft owned This exclusion applies: or operated by or rented or loaned to (1) Whether the insured may be liable any insured. Use includes operation as an employer or in any other and "loading or unloading." capacity; and This exclusion does not apply to "bodily (2) To any obligation to share damages injury," "property damage," or with or repay someone else who "environmental damage" arising out of must pay damages because of the the operation of any of the equipment injury. listed in paragraph f. (2) or f. (3) of the "Property damage," or "environmental definition of "mobile equipment" damage" to: (Section V). (1) A "waste facility"; k. "Bodily injury," "property damage," or (2) Property you own, rent, or occupy "environmental damage" arising out of now or at any other time; the emission, discharge, release or (3) Premises you sell, give away or escape of drilling fluid, oil, gas or other abandon, if the "property damage" fluids from any oil, gas, mineral, water arises out of any part of those or geothermal well. premises; I. "Bodily injury," "property damage," or (4) Property loaned to you; or "environmental damage" arising out of (5) Personal property in the care, a "pollution incident" which results from custody or control of any insured. or is directly or indirectly attributable to "Clean-up costs" or any other expense failure to comply with any applicable incurred by you or others to test for, statute, regulation, ordinance, directive monitor, clean-up, remove, contain, or order relating to the protection of the treat, detoxify or neutralize "pollutants" environment and promulgated by any on or at: governmental body, provided that (1) A "waste facility"; or failure to comply is a willful or deliberate (2) Premises you own, rent or occupy; act or omission of: or to any recovery claimed for such cost (1) An insured; or or expense. (2) You or any of your members, "Bodily injury," "property damage," or partners or executive officers. "environmental damage" included m. "Bodily injury," "property damage," or within the "products -completed "environmental damage" arising out of operations hazard." acid rain. Page 2 of 4 Includes copyrighted material of 8-E-2592 Ed. 9-97 Insurance Services Office, Inc. n. "Bodily injury," "property damage," or "environmental damage" arising out of: (1) The transportation of "mobile equipment" by an "auto" owned or operated by or rented or loaned to any insured; or (2) The use of "mobile equipment" in, or while in practice or preparation for, a prearranged racing, speed or demolition contest or in any stunting activity. o. Any loss, cost or expense arising out of any request, demand or order by a governmental authority that any insured or others test for, monitor, clean-up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the affects of "pollutants" at any site which is included or proposed for inclusion on a governmental authority's clean-up priority list. p. "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a hostile fire. As used in this exclusion, a hostile fire means one which becomes uncontrollable or breaks out from where it was intended to be. B. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended to: SUPPLEMENTARY PAYMENTS - COVERAGES A, B AND D. C. SECTION III - LIMITS OF INSURANCE is amended as follows: 1. Paragraph 1, is replaced by the following: 1. The Limits of Insurance shown in the Declarations and Coverage D and the rules below fix the most we will pay regardless of the number of a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 2. Paragraph 2, is replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; c. Damages under Coverage B; and d. Damages under Coverage D. 3. The following is added: 8. Subject to 2. above (the General Aggregate Limit), the Pollution Liability Aggregate Limit is the most we will pay for the sum of: a. All damages because of all "bodily injury" and "property damage"; and b. All "clean-up costs" incurred because of all "'environmental damage"; that result from all "pollution incidents." 9. Subject to 2. above (the General Aggregate Limit) and 8. above (the Pollution Liability Aggregate Limit), the Each Pollution Incident Limit is the most we will pay for: a. All damages because of all "bodily injury" and "property damage"; and b. All "clean-up costs" incurred because of all "environmental damage"; arising from any one "pollution incident." Deductible 1. Our obligation under Coverage D to pay damages for "property damage" on your behalf applies only to the amount of damages in excess of any deductible amount stated in the Schedule of Limited Pollution Coverage - "Work Sites" as applicable to Each Pollution Incident. Neither the Each Pollution Incident Limit nor the Pollution Liability Aggregate Limit will be reduced by the application of such deductible amount. 2. The terms of this insurance, including those with respect to: a. Our right and duty to defend any "suits" seeking those damages; and b. Your duties in the event of an "occurrence," claim, or "suit" apply irrespective of the application of the deductible amount. 3. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. D. Paragraph 4., Other Insurance, of COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV) is amended as follows: All references to Coverages A or B are amended to read Coverages A, B or D. 8-E-2592 Ed. 9-97 Includes copyrighted material of. Page 3 of 4 Insurance Services Office, Inc E. The following definitions are added to DEFINITIONS (SECTION V): "Clean-up costs" means expenses for the removal or neutralization of contaminants, irritants or "pollutants." "Environmental damage" means the injurious presence in or upon land, the atmosphere, or any water course or body of water of solid, liquid, gaseous or thermal contaminants, irritants or "pollutants." "Pollution incident" means the actual or alleged emission, discharge, release, or escape of "pollutants" from a "work site" provided that such emission, discharge, release, or escape results in "environmental damage." The entirety of any such emission, discharge, release, or escape will be deemed to be one "pollution incident." "Pollutants" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned or reclaimed. "Waste facility" means any site to which waste from the operations of a "work site" is legally consigned for delivery or delivered for storage, disposal, processing or treatment, provided that such site: a. Is licensed by state or federal authority to perform such storage, disposal, processing or treatment; and b. Is not and never was owned by, rented or loaned to you. "Work site" means any site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations. "Work site" does not include any premises, site or location which is or was at any time owned or occupied by or rented or loaned to any insured. Page 4 of 4 Includes copyrighted material of 8-E-2592 Ed. 9-97 Insurance Services Office, Inc. THIS NOTICE WITH THE COVERAGE FORM(S), DECLARATIONS PAGE AND ENDORSEMENT(S), IF ANY, COMPLETES YOUR POLICY. Mutuals - Participation Clause Without Contingent Liability: No Contingent Liability: this policy is non - assessable. The policyholder is a member of the company and shall participate, to the extent and upon the conditions fixed and determined by the Board of Directors in accordance with the provisions of law, in the distribution of dividends so fixed and determined. UTICA MUTUAL INSURANCE COMPANY Mutuals - Membership and Voting Notice: The insured named in this policy is hereby notified that, by virtue of this policy, the insured is a member of the Utica Mutual Insurance Company, and is entitled to vote either in person or by proxy at any and all meetings of said company. The annual meetings are held at its principal office on the fourth Monday in February each year at 1:30 o'clock p.m. IN WITNESS WHEREOF, the Utica Mutual Insurance Company has caused this policy to be signed by its chief executive officer and secretary at New Hartford, New York. Chief Executive Officer Secretary 8-L-935 Ed. 12-2017 POLICY NUMBER: 5715043 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations ANY PERSON(S) OR ORGANIZATION(S) WITH ALL LOCATIONS REQUIRED TO BE COVERED WHICH YOU, HAVE WRITTEN CONTRACTS IN UNDER WRITTEN CONTRACTS WITH YOU PLACE PRIOR TO LOSS, REQUIRING THAT THEY BE NAMED AS ADDITIONAL, INSUREDS UNDER THIS POLICY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 POLICY NUMBER: 5715043 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III — Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: 5715043 COMMERCIAL GENERAL LIABILITY CG 21 54 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXCLUSION - DESIGNATED OPERATIONS COVERED BY A CONTROLLED (WRAP-UP) INSURANCE PROGRAM This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Description And Location(s) Of Operation(s): ALL OPERATIONS AND/OR WORK PERFORMED AT ANY LOCATION(S) OR PROJECT SITE(S) WHERE THE NAMED INSURED IS AN ENROLLED CONTRACTOR OF ANY TIER AND IS INSURED UNDER A CONTROLLED (WRAP-UP) INSURANCE PROGRAM ANY LOCATION(S) OR PROJECT SITE(S) Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. The following exclusion is added to Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability: This insurance does not apply to "bodily injury" or "property damage": 1. Arising out of your ongoing operations; or 2. Included in the "products -completed operations hazard"; at the location(s) described in the Schedule of this endorsement, but only if you are enrolled in a "controlled (wrap-up) insurance program" with respect to the "bodily injury" or "property damage" described in Paragraphs A.1. and A.2. above at such location(s). This exclusion applies whether or not the "controlled (wrap-up) insurance program": a. Provides coverage identical to that provided by this Coverage Part; b. Has limits adequate to cover all claims; or c. Remains in effect. B. The following definition is added to the Definitions section: "Controlled (wrap-up) insurance program" means a centralized insurance program under which one party has secured either insurance or self- insurance covering some or all of the contractors or subcontractors performing work on one or more specific project(s). CG 21 54 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: POLICY NUMBER: 5715043 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON(S)/ORGANIZATION(S) WITH WHICH OPERATIONS REQUIRED TO BE COVERED YOU HAVE WRITTEN UNDER, WRITTEN CONTRACTS WITH YOU. CONTRACTS IN PLACE PRIOR TO LOSS REQUIRING THEY BE, NAMED AS ADDITIONAL INSUREDS UNDER THIS POLICY, ALL LOCATIONS AND COMPLETED Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 5715043 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS LIABILITY EXTENSION PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM 1. The following is added to the Coverages section: YOUR WORK COVERAGE a. Insuring Agreement (1) We will reimburse you for "property damage" claims directly arising from "your work" for a "client". The amount of such reimbursement is limited as described in the Limits Of Insurance section. No other obligation or liability to pay sums or perform acts or services is covered. (2) This insurance applies only if: (a) "Your work" was performed by you or an "employee" and was done with the express knowledge of the insured; (b) "Your work" was performed during the policy period; (c) You reasonably determine that payment in the amount of the "property damage" to the "client" for "your work" is necessary; and (d) You have received a notarized notification of a demand for remuneration from the "client" by mail within ninety days after the work was performed. (3) We shall have no duty nor obligation to defend the insured or perform acts or services. b. Exclusions This insurance does not apply to: (1) Owned Property "Your work" performed at any location owned by, rented or leased to the insured. (2) Subcontracted Work Work performed by a subcontractor. (3) Bodily Injury And Property Damage Liability Exclusions Property damage excluded under Bodily Injury And Property Damage Liability in the Coverages section. c. The following is added to the Limits Of Insurance section: The most we will reimburse you for the sum of all damages covered under Your Work Coverage is $10,000 in any one occurrence and $20,000 in any annual period starting with the beginning of the policy period in the Declarations. d. The following conditions replace the Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under the Commercial General Liability Conditions for Your Work Coverage only: DUTIES IN THE EVENT OF A CLAIM (1) You must notify us as soon as possible of the notification from your "client" of a demand for remuneration for "property damage" resulting from "your work". The notice should include: (a) A notarized letter from the "client" of the work deemed necessary to be changed; (b) The names and addresses of the affected "clients"; (c) A written description by you of how, when and where the event occurred; and (d) A cancelled check or money order written to the "client". (2) At our request, give us complete inventories of the damage and undamaged property. Include quantities, costs, values and amount of the loss claimed. (3) Cooperate with us in the review of the reimbursement. 8-E-3799(TX) Ed. 02-2012 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 9 with its permission. Copyright, Utica Mutual Insurance Company, 2012. POLICY NUMBER: 5715043 e. The following definition is added: "Client" means an individual, company, or organization with whom you have a written contract or work order for your services for a described premises and have billed for your services. 2. INCIDENTAL MALPRACTICE a. The definition of "bodily injury" in SECTION V - DEFINITIONS is amended to include injury arising out of rendering or failing to render medical or paramedical services to persons by any physician, dentist, nurse, emergency medical technician or paramedic who is employed by you to provide such services. b. Paragraph 2.a.(1)(d) of SECTION II - WHO IS AN INSURED does not apply to nurses, emergency medical technicians or paramedics described in paragraph a. above. c. Part (1) of the Employers Liability exclusion under Paragraph 2. Exclusions, of SECTION - I COVERAGE A does not apply to injury to the emotions or reputation of a person arising out of such services. This Incidental Malpractice Coverage does not apply if you are engaged in the business or profession of providing services described in paragraph a. above. 3. EXTENDED PROPERTY DAMAGE Under Paragraph 2. Exclusions of SECTION - COVERAGE A, the Expected Or Intended Injury exclusion is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 4. NONOWNED AIRCRAFT AND WATERCRAFT Under Paragraph 2. Exclusions of SECTION - COVERAGE A, the Aircraft, Auto or Watercraft is replaced by the following: Aircraft, Auto or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and 'loading or unloading." This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) An aircraft that is: (a) Hired, chartered or loaned to an insured with a paid crew; and (b) Not owned by an insured; (2) A watercraft while ashore on premises you own or rent; (3) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; Exceptions (1) and (3) to this exclusion g. do not apply, and exclusion g. is fully applicable, to any aircraft or watercraft to which any other insurance covering "bodily injury" or "property damage" is available to the insured. This is so whether the other insurance applies on a primary, excess, contingent or any other basis. (4) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (5) Liability assumed under any "insured contract' for the ownership, maintenance or use of aircraft or watercraft; or (6) 'Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment' if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment'. PROPERTY DAMAGE LIABILITY - ELEVATORS, BORROWED EQUIPMENT and LIMITED COVERAGE FOR DAMAGE TO PERSONAL PROPERTY IN YOUR CARE, CUSTODY OR CONTROL a. Under Paragraph 2. Exclusions of SECTION - I COVERAGE A, part (4) of the Damage To Property exclusion applies as follows: (1) This exclusion always applies to "property damage" to property of others which occurs at premises you own, rent or control. (2) With respect to "property damage" to personal property of others which occurs away from premises you own, rent or control, this exclusion will apply only when the "property damage" is: Page 2 of 9 8-E-3799(TX) Ed. 02-2012 POLICY NUMBER: 5715043 (a) To property which you have contracted to install; (b) The direct result of the property being raised, lowered or otherwise moved by a crane; (c) To "mobile equipment" or an "auto"; (d) To that particular part of property which you are attempting to service or repair; or (e) Covered by other insurance which will pay for the "property damage." (3) This exclusion does not apply to "property damage" to borrowed equipment while not being used to perform operations at the job site. b. Parts (3), (4) and (6) of the Damage To Property exclusion do not apply to the use of elevators. c. The insurance afforded by this section is excess over any valid and collectible property insurance (including any deductible portion thereof) available to the insured whether primary, excess, contingent or on any other basis, and the OTHER INSURANCE condition is deemed changed accordingly. CONTRACTUAL PERSONAL AND ADVERTISING INJURY Under Paragraph 2. Exclusions of SECTION - COVERAGE B, the Contractual Liability exclusion is deleted. However, the coverage provided by this section will not apply if COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY is excluded by any of the exclusions or other provisions of the Coverage Form or by any endorsement. FIRE, LIGHTNING, EXPLOSION OR WATER DAMAGE a. The last paragraph of SECTION I - COVERAGE A (after the exclusions) is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion or water to premises rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. b. Paragraph 6. of Section III - Limits Of Insurance is replaced by the following: 6. Subject to 5. above, the greater of: (1) $500,000; or (2) The Damage To Premises Rented To You Limit shown in the Declarations; is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or water, while rented to you, or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit applies to all loss or damage caused by or resulting from fire, lightning, explosion or water; or any combination of these causes c. Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, part b. (1)(b) of Other Insurance is replaced by the following: (b) That is Fire and Extended Coverage insurance for premises rented to you or temporarily occupied by you with permission of the owner; SUPPLEMENTARY PAYMENTS Under SUPPLEMENTARY PAYMENTS - COVERAGES A AND B: a. The most we will pay for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies is increased by $2,250. b. The most we will pay for actual loss of earnings because of time off from work is increased by $250. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Paragraph 3. under SECTION II - WHO IS AN INSURED, is replaced by the following: 3. Any organization you newly acquire or form; other than a partnership, joint venture or limited liability company; and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; and b. Coverage under this provision does not apply to: (1) "Bodily injury" or "property damage" that occurred; or (2) "Personal and advertising injury" arising out of an offense committed; before you acquired or formed the organization. 8-E-3799(TX) Ed. 02-2012 Page 3 of 9 POLICY NUMBER: 5715043 10. SUBSIDIARIES (2) Such insurance as is provided by The following is added under SECTION II - paragraph a.(1) for any additional WHO IS AN INSURED: insured will be primary, if so required by a. Any organization, not shown in the the written contract, agreement or Declarations as a Named Insured, which is permit. Any other insurance available to a legally incorporated entity, if you own such person or organization shall be more than 50% of the outstanding securities excess over this insurance. representing the present right to vote for the (3) A person's or organization's status as election of its directors; or an additional insured in connection with b. Any organization, not shown in the a written contract, agreement or permit Declarations as a Named Insured, which is under paragraphs a.(1), (2) and (3) a legally incorporated entity, if more than ends when your operations for that 50% of the outstanding securities additional insured are completed or the representing the present right to vote for the written contract, agreement or permit is election of its directors is owned by an terminated or expires. organization described in paragraph a. b. Additional Exclusions or Limitations above; is also an insured. (1) Lessor of Leased Equipment The insurance afforded under paragraphs a. If an equipment lessor is an additional and b. above applies only if no other insured as a result of the provisions of insurance of any kind is available to such paragraphs a.(1), (2) and (3) above, the entity for this kind of liability. following additional exclusion applies: 11. ADDITIONAL INSUREDS - BY CONTRACT, This insurance does not apply to "bodily "property AGREEMENT OR PERMIT - INCLUDING injury" or damage" arising out LESSOR OF LEASED EQUIPMENT, OWNER of the sole negligence of suchinsured. OF LEASED LAND, MANAGERS OR additional al LESSORS OF PREMISES, ENGINEERS, (2) Owner Leased Land ARCHITECTS AND SURVEYORS AND If an owner or other interest from whom VENDORS land has been leased is an additional The following is added to SECTION II - WHO IS insured as a result of the provisions of AN INSURED: paragraphs a.(1), (2) and (3) above, the following additional exclusions apply: a. Additional Insureds - By Contract, This insurance does not apply to: Agreement or Permit (a) Any "occurrence" that takes place (1) Any person or organization with whom after you cease to lease that land; you have entered into a written or contract, agreement or permit requiring (b) Structural alterations, new you to provide insurance such as is construction or demolition afforded by this Commercial General operations performed by or for the Liability Coverage Form will be an owner or other interest from whom additional insured, but only: the land was leased. (a) To the extent that such additional (3) Managers or Lessors of Premises insured is held liable for acts or If a manager or lessor of premises you omissions committed by you or your rent or lease is an additional insured as subcontractors during the a result of the provisions of paragraphs performance of your ongoing a.(1), (2) and (3) above, the following operations for the additional additional exclusions apply: pp y� insured. This insurance does not apply to: (b) With respect to property owned or (a) Any "occurrence" that takes place used by, or rented or leased to, after you cease to be a tenant in you. those premises; or The insurance afforded any additional (b) Structural alterations, new insured under this paragraph a.(1) will construction or demolition operations be subject to all applicable exclusions performed by or for the manager or or limitations described in paragraphs lessor of those premises. b.(1), (2), (3) (5) and (6) and in c.(1), (2), (3), (4), (5) and (6) below. Page 4 of 9 8-E-3799(TX) Ed. 02-2012 POLICY NUMBER: 5715043 (4) Engineers, Architects or Surveyors (v) Any failure to make such If an engineer, architect or surveyor is inspections, adjustments, tests an additional insured as a result of the or servicing as the vendor has provisions of paragraphs a.(1), (2) and agreed to make or normally (3) above, the following additional undertakes to make in the usual exclusions apply: course of business, in This insurance does not apply to "bodily connection with the distribution injury," "property damage," "personal or sale of the products; and advertising injury" arising out of the (vi) Demonstration, installation, rendering or failing to render any servicing or repair operations, professional services by or for you, except such operations including: performed at the vendor's (a) The preparing, approving, or failing premises in connection with the to approve, maps, shop drawings, sale of the product; or opinions, reports, surveys, field (vii) Products which, after orders, change orders or drawings distribution or sale by you, have and specifications; or been labeled or relabeled or (b) Giving directions or instructions, or used as a container, part or failing to give them, if that is the ingredient of any other thing or primary cause of injury. substance by or for the vendor. (5) Vendors of "Your Products" (b) This insurance afforded the vendor If a vendor of "your products" is an does not apply to any person or additional insured under this Coverage organization from whom you have Part, such insurance as is provided to acquired such products, or any the additional insured applies only with ingredient, part or container „ respect to bodily injuryor property entering into, accompanying or damage" arising out of "your products" containing such products. which are distributed or sold in the No insurance will be provided under this regular course of the vendor's business Vendors coverage if "bodily injury" or and subject to the following additional "property damage" under the "products - exclusions: completed operations hazard" is (a) This insurance afforded the vendor excluded by any of the exclusions or does not apply to: other provisions of this Coverage Form or by any endorsement. (i) "Bodily injury" or "property (6) State or Governmental Agency or damage" for which the vendor Subdivision or Political Subdivision is obligated to pay damages by If the state or governmental agency or reason of the assumption of subdivision or political subdivision is an liability in a contract or additional insured as a result of the agreement. This exclusion does provisions of paragraphs a.(1), (2) and not apply liability that the (3) above, the following additional vendor would have in the exclusions apply: I absence of the contract or This insurance does not apply to: agreement; (ii) Any express warranty (a) "Bodily injury", "property damage" "personal unauthorized by you; or and advertising injury" arising out of operations performed (iii) Any physical or chemical for the federal government, state or change in the product made municipality; or intentionally by the vendor; (b) "Bodily injury" or "property damage" (iv) Repackaging, unless unpacked included within the "products - solely for the purpose of completed operations hazard". inspection, demonstration, testing or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; 8-E-3799(TX) Ed. 02-2012 Page 5 of 9 POLICY NUMBER: 5715043 c. Such insurance as is afforded for any additional insured under paragraph a. or b. above is subject to all applicable exclusions of 2. Exclusions, COVERAGE A (Section 1), other than exclusion b. Contractual Liability, to all exclusions or limitations stated with the coverage language, and to the following additional exclusions: This insurance does not apply to: (1) The independent acts or omissions of such additional insured. (2) Any liability arising from injury or damage in connection with a contract or agreement executed or permit issued subsequent to: (a) The occurrence of any "bodily injury" or "property damage"; or (b) The commission of any offense which caused "personal and advertising injury." (3) Construction or demolition activities within 50 feet of any railroad property and affecting any railroad bridge or trestle, track, road -bed, tunnel, underpass or crossing. (4) Any liability arising from injury or damage in connection with a permit issued by a state or political subdivision if the liability is from operations performed for the state or political subdivision. (5) Any liability from "bodily injury" or "property damage" arising out of "your work" which is included in the "products -completed operations hazard." This additional exclusion c.(5) does not apply with respect to such Vendors coverage as is provided under b.(5) above. (6) Any person or organization included as an insured under any other provision of Section 11 - Who Is An Insured or included as an additional insured by any endorsement to this policy. 12. INSUREDS - NONOWNED WATERCRAFT The following is added to SECTION II - WHO IS AN INSURED: With respect to any watercraft you do not own that is: a. Less than 51 feet long; and b. Not being used to carry persons or property for a charge; any person who uses or is responsible for the use of such watercraft, with your express or implied consent, is an insured. Any other person or organization responsible for the conduct of such person is also an insured, but only with respect to liability arising out of the operation or use of the watercraft, and only if no other insurance of any kind is available to that person or organization for this liability. However, no person or organization is an insured with respect to: (1) "Bodily injury" to a co -"employee" of the person operating or using the watercraft; or (2) "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an insured under this provision. 13. MEDICAL PAYMENTS Paragraph 7. of SECTION III - LIMITS OF INSURANCE is replaced by the following: 7. Subject to 5. above, the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person is the Medical Expense Limit which is the greater of: a. $15,000; or b. The Medical Expense Limit shown in the Declarations. 14. PER LOCATION GENERAL AGGREGATE LIMIT The General Aggregate Limit under Limits Of Insurance (Section III) applies separately to each of your 'locations" owned by or rented to you. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 15. PRIORITY CONDITION The following paragraph is added to SECTION III - LIMITS OF INSURANCE: In the event a claim or "suit' is brought against more than one insured, due to "bodily injury" or "property damage" from the same 'occurrence", or "personal and advertising injury" from the same offense, the Limits of Insurance will apply in the following order: a. You; b. Your "executive officers", directors, stockholders or "employees", and c. Any other insureds in any order that we choose. 16. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under SECTION IV - COMMERCIAL LIABILITY CONDITIONS, DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT is replaced by the following: Page 6 of 9 8-E-3799(TX) Ed. 02-2012 POLICY NUMBER: 5715043 Duties In The Event Of Occurrence, Offense, Claim Or Suit a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. This paragraph a. applies only if one of the following knows of the "occurrence" or offense: (1) You; (2) A partner or member, if you are a partnership or joint venture; (3) A member or manager, if you are a limited liability company; or (4) An "executive officer" or insurance manager, if you are an organization other than a partnership, joint venture or limited liability company. b. If a claim is made or "suit" is brought against any insured, you must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. This paragraph b. will be considered to have been violated only if the violation occurs after the claim or "suit" is known to: (1) You; (2) A partner or member, if you are a partnership or joint venture; (3) A member or manager, if you are a limited liability company; or (4) An "executive officer" or insurance manager, if you are an organization other than a partnership, joint venture or limited liability company. c. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation, or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization that may be liable to the insured because of injury or damage to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 17. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, the following replaces Transfer Of Rights Of Recovery Against Others To Us: If the insured has rights to recover all or part of any payment we have made under this policy, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. We waive any right of recovery we may have under such a transfer of rights against any person or organization holding a waiver under a written contract with the insured if such contract was executed prior to the loss which generated such right of recovery. 18. NOTICE TO COMPANY The following is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: Notice To Company If the insured reports an "occurrence" or offense to its Workers Compensation insurer and such "occurrence" or offense later becomes a claim under this Coverage Part, failure to report such "occurrence" or offense to us at the time of the "occurrence" or offense will not be considered a violation of the Duties in the Event of Occurrence, Offense, Claim or Suit Condition, only if: a. Such failure or omission is not intentional; and b. You notify us as soon as practicable when you become aware that the "occurrence" or offense has become a liability claim. 8-E-3799(TX) Ed. 02-2012 Page 7 of 9 POLICY NUMBER: 5715043 19. UNINTENTIONAL FAILURE TO DISCLOSE 22. PERSONAL AND ADVERTISING INJURY HAZARDS LIABILITY EXTENSION The following is added to SECTION IV - Under the Definitions Section, "personal and COMMERCIAL GENERAL LIABILITY advertising injury" is replaced by the following: CONDITIONS: "Personal and advertising injury" means injury Unintentional Failure To Disclose Hazards including mental anguish, shock or humiliation other than "bodily injury" arising out of one or Failure of the insured to disclose all hazards more of the following offenses: existing as of the inception date of the policy 1. False arrest, detention or imprisonment; shall not prejudice the rights of the insured as 2. Malicious prosecution or abuse of process; respects the insurance afforded by this policy if 3. Wrongful entry into, or eviction of a person such failure or omission is not intentional. from, a room, dwelling or premises that the 20. COVERAGE TERRITORY person occupies; Under the Definitions Section, "coverage 4. Oral or written publication, in any manner, territory" is replaced by the following: of material that slanders or libels a person "Coverage territory" means: or organization or disparages a person's or a. The United State of America (including its organization's goods, products or services; territories and possessions), Puerto Rico 5. Oral or written publication, in any manner, and Canada; of material that violates a person's right of b. International waters or airspace, provided privacy; 6. The use of another's advertising idea in the injury or damage does not occur in the your "advertisement"; course of travel or transportation to or from 7. Infringing upon anothers copyright, trade any place not included in a. above; or dress or slogan in your "advertisement"; or c. All other parts of the world if: 8. Discrimination. 1) The injury or damage arises out of: As used in this form, discrimination means a) Goods or products made or sold by the act of differentiation based on age, race, you in the territory described in a. color, sex, religion, national origin, physical above; handicap or sexual preference which b) The activities of a person whose violates any applicable federal, state or home is in the territory described in local statute which pertains to a. above, but is away for a short discrimination. time on your business; or But discrimination does not include acts of c) "Personal and advertising injury" differentiation that cause injury to: offenses that take place through the a. A person arising out of any: Internet or similar electronic means (1) Refusal to employ that person; of communication; and (2) Termination of that person's 2) The insured's responsibility to pay employment; or damages is determined in a "suit" on (3) Employment -related practices, the merits, in: policies, acts or omissions, such as a) The territory described in a. above; coercion, demotion, evaluation, b) The Commonwealth of the reassignment, discipline, Bahamas, Bermuda, Cayman defamation, harassment, humiliation Islands, and British Virgin Islands; or discrimination directed at that or in a settlement we agree to. person; or 21. BODILY INJURY DEFINITION b. The spouse, child, parent, brother or Under the Definitions Section, "bodily injury" is sister of that person as a consequence replaced by the following: "Bodily of "bodily injury" to that person at whom injury" means: any of the employment -related a. Bodily injury, sickness or disease sustained practices described in paragraphs (1), by a person, including death resulting from (2) or (3) above as directed. any of these at any time; or b. Shock, mental anguish or mental injury, Paragraphs a. and b. above apply: including death resulting therefrom, to a (1) Whether the "insured" may be liable person who sustained bodily injury, as an employer or in any other sickness or disease, provided the shock, capacity; and mental anguish or mental injury is a (2) To any obligation to share damages consequence of the bodily injury, sickness with or repay someone else who or disease. must pay damages because of the injury. Page 8 of 9 8-E-3799(TX) Ed. 02-2012 POLICY NUMBER: 5715043 23. IMPAIRED PROPERTY a. Under the Definitions Section, the definition of "impaired property" does not apply. b. Exclusions m. and n. under SECTION I - COVERAGE A are replaced by the following: m. Loss Of Use Of Tangible Property Loss of use of tangible property which has not been physically injured or destroyed, resulting from: (1) A delay in or lack of performance by you or anyone on your behalf of any contract or agreement; or (2) The failure of "your product' or "your work" to meet the level of performance, quality, fitness or durability warranted or represented by or on your behalf. This exclusion does not apply to loss of use of other tangible property resulting from the sudden or accidental physical injury to or destruction of: (1) "Your product'; or (2) "Your work"; after such product or work has been put to its intended use. n. Recall Of Products, Work Or Other Property Damage claimed for any loss, cost or expense incurred by you or others for the loss of use, withdrawal, recall, inspection, repair, replacement, adjustment, removal or disposal of: (1) "Your product'; (2) "Your work"; or (3) Any property of which "your product' or "your work" forms a part; if such product, work, or property is withdrawn or recalled from the market or from use by any person or organization because of a known or suspected defect, deficiency, inadequacy or dangerous condition in it. 24. LIBERALIZATION If we adopt any revision that would broaden the coverage under this Coverage Part without additional premium within 45 days prior to or during the policy period, the broadened coverage will immediately apply to this Coverage Part. 25. LIMITED PRODUCT WITHDRAWAL EXPENSE The Limited Product Withdrawal Expense Endorsement is added, subject to the following: Unless higher amounts are shown in the Schedule of the Limited Product Withdrawal Expense Endorsement: a. A $10,000 Aggregate Limit of Insurance; b. A $500 Deductible Amount Per Product Withdrawal; and c. A 0% Participation Percentage Per Product Withdrawal; applies to this coverage. 26. ELECTRONIC DATA LIABILITY The Electronic Data Liability endorsement is added subject to the following: Unless a higher limit is shown in the Schedule of the Electronic Data Liability Endorsement, $10,000 applies to the coverage provided by this endorsement. 8-E-3799(TX) Ed. 02-2012 Page 9 of 9 POLICY NUMBER: 5715043 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) - MAXIMUM AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE* Designated Construction Project(s): APPLIES TO ALL CONSTRUCTION PROJECTS FOR REQUIRING BLANKET COVERAGE AS REQUIRED AND AGREED TO WITHIN A WRITTEN CONTRACT AND PRIOR TO ANY ACCIDENT OR LOSS. Maximum Aggregate Limit (All Projects): $5,000,000 *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 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section I - Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I - Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations Schedule above: nor shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented 2. The Designated Construction Project General To You and Medical Expense continue to Aggregate Limit is the most we will pay for apply. However, instead of being subject to the sum of all damages under Coverage A, the General Aggregate Limit shown in the except damages because of "bodily injury" or Declarations, such limits will be subject to the "property damage" included in the "products- applicable Designated Construction Project completed operations hazard", and for General Aggregate Limit. medical expenses under Coverage C 5. The Maximum Aggregate Limit (All Projects) regardless of the number of: shown in the Schedule above is the most we a. Insureds; will pay for the sum of all damages caused by b. Claims made or "suits" brought; or 'occurrences" under Section I - Coverage A, c. Persons or organizations making claims and for all medical expenses caused by or bringing "suits". accidents under Section I - Coverage C, which can be attributed only to ongoing operations for all Designated Construction Projects. 8-E-4306 Ed. 10-2021 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 2 with its permission. Copyright, Utica Mutual Insurance Company, 2021. POLICY NUMBER: 5715043 B. For all sums which the insured becomes legally C. obligated to pay as damages caused by "occurrences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical D. expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. E When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 8-E-4306 Ed. 10-2021 POLICY NUMBER: 5715043 COMMERCIAL PROPERTY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLLUTANT CLEAN UP AND REMOVAL ADDITIONAL AGGREGATE LIMIT OF INSURANCE This endorsement modifies insurance provided under the following: BUILDING AND PERSONAL PROPERTY COVERAGE FORM CONDOMINIUM ASSOCIATION COVERAGE FORM CONDOMINIUM COMMERCIAL UNIT -OWNERS COVERAGE FORM BUILDERS' RISK COVERAGE FORM STANDARD PROPERTY POLICY TOBACCO SALES WAREHOUSE COVERAGE FORM SCHEDULE* Prem. Additional Aggregate No. Limit of Insurance A. The $10,000 annual aggregate limit for the POL- LUTANT CLEAN UP AND REMOVAL Additional Coverage is increased by the Additional Aggre- gate Limit of Insurance shown in the Schedule. B. We will not pay under this endorsement for "pollutants" clean up or removal costs in any oc- currence until the total of all such costs exceeds the sum of: 1. The $10,000 aggregate limit from the basic Pollutant Clean Up and Removal Additional Coverage, less any prior payments for the same policy year; plus 2. The Deductible shown in the Schedule. We will then pay the costs in excess of that sum, until the Additional Aggregate Limit of Insurance shown in the Schedule is used up during the applicable 12- month period. Example: The cost of "pollutants" clean up and removal is $40,000 The remaining aggregate from the basic Additional Coverage (assuming $4,000 has previously been paid for the same policy year) is $ 6,000 Deductible Additional Premium The Deductible shown in the Schedule is $10,000 The Pollutant Clean Up and Removal Additional Aggregate Limit of Insurance is $25,000 We will determine the most we will pay under this endorsement as follows: The cost incurred $40,000 Less the sum of the remaining basic Additional Coverage aggregate $ 6,000 and the Deductible 10,000—16,000 The most we will pay under this endorsement is $24,000 The remaining benefit under this endorsement for costs incurred for the policy year is $1,000. C. No other Deductible in this policy applies to this endorsement. *Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Declara- tions. CP 04 07 10 91 Copyright, ISO Commercial Risk Services, Inc., 1990, 1991 Page 1 of 1 ❑ COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART Only that insurance provided below that broadens coverage under the Commercial Auto Coverage Part applies. A. Fellow Employee Exclusion Exception The following modification applies on an excess basis over any other insurance. Exclusion 5. (Fellow Employee) of SECTION II - LIABILITY COVERAGE is replaced by the following: 5. "Bodily injury" to any fellow employee of the "insured" arising out of and in the course of the fellow employee's employment. But this exclusion does not apply to "bodily injury" to any fellow employee which results from the use of a covered "auto" you own or hire. B. Increased Supplementary Payments The amount we will pay for the cost of bail bonds and for reasonable expenses incurred by the "insured" under the Supplementary Payments Coverage Extension of SECTION II - LIABILITY COVERAGE is increased to $2,500 and $300 respectively. C. Automatic Hired Auto Physical Damage Coverage 1. Subject to 2. and 3. below, the broadest of the Physical Damage Coverages provided under this Coverage Part for "autos" you own are also provided for hired "autos" which are covered for Liability Coverage under this Coverage Part. 2. The most we will pay for "loss" in any one "accident" is the lesser of: a. The actual cash value of the damaged or stolen property as of the time of the "loss"; b. The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality; or c. $35,000. 3. As respects the Physical Damage Coverage provided for hired "autos" under this Coverage Extension, our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the largest deductible for such coverage applicable to any owned covered "auto." In the event of "loss" caused by fire or lightning, no deductible shall apply. D. Leased Auto Additional Legal Obligation Coverage The following coverage is added to SECTION III - PHYSICAL DAMAGE COVERAGE: For any covered "auto" for which this Coverage Form includes a lessor as an additional "insured" under the Additional Insured - Lessor endorsement, we will pay your additional "legal obligation" to such lessor in the event of a total "loss." As used in this coverage, "legal obligation" shall mean and be the difference between the amount owed on your lease and the actual cash value of the "auto." The amount owed on your lease shall not include any taxes; overdue payments or interest resulting from overdue payments; penalties; lease termination fees; and charges resulting from mileage, overdue payments or excess wear and tear. The actual cash value of the "auto" and the amount owed on your lease shall be based on the time of the "loss." E. Theft Extension The coverage provided under SECTION III - PHYSICAL DAMAGE COVERAGE for transportation expenses incurred by you because of a total theft of a covered "auto" of the private passenger type is increased to $50 per day and to a maximum of $1,000. 8-E-2419 Ed. 04-2017 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 3 with its permission. Copyright, Utica Mutual Insurance Company, 2017. F. Window Glass Breakage Deductible Waiver For "loss" covered under SECTION III - PHYSICAL DAMAGE COVERAGE, the Deductible provision does not apply to window glass breakage if the damaged window glass is repaired instead of replaced. G. Malfunction Extension for Airbags The following provision is added to the Exclusion for wear and tear, freezing, mechanical or electrical breakdown under SECTION III - PHYSICAL DAMAGE COVERAGE: But mechanical or electrical breakdown does not include accidental inflation of an airbag. H. Multiple Deductibles 1. In the event of any occurrence which results in a loss or "loss" we cover under more than one Coverage, Coverage Form, or Coverage Part, the deductibles shall apply as described in 2., 3. or 4. below. 2. a. If all involved deductibles are equal in amount, that amount will apply only once for all loss or "loss" from each occurrence. K. Broadened Cancellation It is agreed that we may cancel or nonrenew this Coverage Part by mailing or delivering to the first Named Insured written notice of cancellation or nonrenewal at least sixty (60) days before the effective date of cancellation. This provision does not apply if the policy is cancelled for nonpayment of premium. If these provisions conflict with any state law or regulation governing the cancel lation/nonrenewal of this Coverage Part, then such law or regulation shall prevail and this Coverage Part is amended to conform with such law or regulation. L. Broadened Named Insured b. Loss or "loss" from each occurrence under all involved coverages will be accumulated to make up that deductible amount. 3. If involved deductibles for different coverages are of different amounts, we will use the method described in a. or b. of this item 3. which results in the higher total payment to you. M a. We will apply each deductible to the loss or 'loss" for the coverage to which it applies; or b. We will add the amount of loss or "loss" from all involved coverages and subtract from the total the larger or largest applicable deductible. 4. This deductible provision does not apply to loss or "loss" caused by flood, windstorm or hail. Bodily Injury Redefined It is agreed and understood that the definition of "bodily injury" (SECTION V) includes mental anguish resulting from "bodily injury," sickness or disease to the person who sustained such "bodily injury," sickness or disease. J. Unintentional Failure to Disclose Hazards Failure of the insured to disclose all hazards existing as of the inception date of the Coverage Part shall not invalidate the insurance afforded by this Coverage Part if such failure or omission is not intentional. It is agreed that the Named Insured shown in the Declarations includes any subsidiary corporation, firm, or organization of a similar business nature which is newly acquired or formed, and over which you maintain ownership or majority interest, if there is no other similar insurance available to that organization. However, coverage does not apply to "bodily injury," "property damage" or "loss" that occurred before you acquired or formed the organization. No person or organization is an "insured" with respect to the conduct of any current or past partnership or joint venture that is not shown as a Named Insured in the Declarations. As used in this extension of coverage, the phrase, "similar business nature" means of a nature which an ordinary person would consider to be closely related to your business. Notice of Accident, Claim, Suit or Loss It is agreed that failure by any agent, servant, or employee (except an executive officer, or individual designated by an executive officer to give such notice) of the "insured" to notify us of any "accident," claim, "suit," or 'loss" of which such person has knowledge shall not invalidate the insurance afforded by this Coverage Part as respects the Named Insured. N. Hired Auto Changes Coverage territory is amended to be anywhere in the world for a "suit": 1. Involving a covered "auto" that is leased, hired, rented or borrowed by the Named Insured; and 2. Brought against an "insured" for damages to which this insurance applies; when such "suit" is brought in: a. The United States of America; b. The territories and possessions of the United States of America; c. Puerto Rico; or d. Canada. Page 2 of 3 8-E-2419 Ed. 04-2017 O. Theft Expenses S. Waiver of Subrogation Under the Loss Payment - Physical Damage The Transfer of Rights of Recovery Against Coverage Loss Condition (SECTION IV), Others To Us Loss Condition is replaced by the regardless of the option we select, it is agreed following: and understood that in the event of a theft of a If the insured has rights to recover all or part of covered "auto," we will pay those expenses any payment we have made under this policy, incurred for the return of the covered "auto" to the those rights are transferred to us. The insured Named Insured. must do nothing after loss to impair them. At our P. Employees as Insureds request, the insured will bring suit or transfer The following is added to the LIABILITY those rights to us and help us enforce them. COVERAGE WHO IS AN INSURED provision: We waive any right of recovery we may have Any employee of yours is an "insured" while using under such a transfer of rights against any person a covered "auto" you don't own, hire or borrow in or organization holding a waiver under a written your business or your personal affairs. contract with the insured if such contract was 0. Towing and Labor executed prior to the loss which generated such right of recovery. Under SECTION III - PHYSICAL DAMAGE T. Additional Insured - By Contract, Agreement COVERAGE, Towing is replaced by the following: Or Permit Towing and Labor Under SECTION II - LIABILITY COVERAGE, the We will pay up to the following limits for towing following is added to Who Is An Insured: and labor costs incurred each time a covered "auto" Any person or organization with whom you have is disabled: entered into a written contract, agreement or a. $100 for a covered "auto" rated and classified permit requiring you to provide insurance such as as a private passenger vehicle. is afforded by this Business Auto Coverage Form b. $150 for a covered "auto" rated and classified is an "insured" for Liability Coverage, but only to as a light, medium, heavy or extra -heavy the extent that such person or organization truck. qualifies as an "insured" under the Who Is An However, the labor must be performed at the Insured Provision. place of disablement. U. Rental Reimbursement R. Personal Effects 1. We will reimburse you for reasonable costs The following is added to SECTION III - you incur for the rental of a substitute "auto" PHYSICAL DAMAGE COVERAGE: that temporarily replaces a covered "auto" Personal Effects described in the Declarations while such If you carry Comprehensive Coverage for the "auto" is being repaired due to a "loss" stolen covered "auto", we will pay up to $750 for covered under Comprehensive Coverage, personal effects stolen with the auto. Specified Cause of Loss Coverage or Collision Coverage. This insurance is excess over any other 2. We will pay the lesser of: collectible insurance and no deductible applies. a. The amount of actual and necessary rental costs that you incur; or b. A maximum of $5,000 for each "loss." 3. The Deductible provision does not apply to this coverage. 8-E-2419 Ed. 04-2017 Page 3 of 3 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: GARAGE COVERAGE FORM BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The following is added to the Other Insurance General Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This Coverage Form's Liability Coverage is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this Coverage Form's Liability Coverage would be primary and would not seek contribution from any other insurance available to the additional insured. 8-E-3933 Ed. 05-2014 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. Copyright, Utica Mutual Insurance Company, 2014. POLICY NUMBER:5715044 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PROVIDE NOTICE OF CANCELLATION TO ANOTHER ENTITY This policy is subject to the following (Note: If this policy consists of more than one Coverage Part, separate notices are not required for each Coverage Part): SCHEDULE Entity Number Of Days ANY ENTITY WITH WHOM YOU HAVE ENTERED INTO A WRITTEN CONTRACT OR 30 AGREEMENT REQUIRING YOU TO PROVIDE NOTICE OF CANCELLATION, BUT ONLY IF: 1. YOU PROVIDE A WRITTEN REQUEST TO PROVIDE SUCH NOTICE AT LEAST 14 DAYS PRIOR TO THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE; AND 2. THE REQUEST INCLUDES THE NAME AND COMPLETE MAILING ADDRESS OF THE ENTITY TO BE NOTIFIED. , , Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 1. If this insurance is cancelled, whether at your 2. However, failure on our part to provide such notice request or ours, we will endeavor to provide the shall not delay the effective date of cancellation of entity shown in the Schedule with written notice of this insurance. such cancellation within the number of days shown in the Schedule. 8-E-3773-1 Ed. 03-2011 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. Copyright, Utica Mutual Insurance Company, 2011. 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 Any person or organization for whom the Named Insured has agreed by writte ( X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: Any and All Jobs 3. Premium: The premium charge for this endorsement shall be 2.000 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: $142 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 Policy No. 5715060 Endorsement No. Insured Premium Insurance Company Countersigned by WC420304B (Ed. 6-14) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. 00 42 43 DAP -BID PROPOSAL Page 1 of 1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidhst Item No. Description Specification Section No. I Unit of Measure Bid Quantity Unit Price Bid Value UNIT V: STREET LIGHTING IMPROVEMENTS 1 3441.3352 Furnish/Install Rdway Ilium TY 18 Pole 3441.3051 Furnish/Install LED Lightinq Fixture (137 we 3441.3302 Rdwy Ilium Foundation TY 3,5,6, and 8 2605.3011 2" CONDT PVC SCH 40 (T) 3441.1406 NO 3 Insulated Elec Condr 3441.1502 Furnish/Install Ground Box Type B, w/Apror 3441.1645 Furnish/Install Type 33A Arm 3441 20 34 41 20 3441 20 26 05 33 3441 10 34 41 10 3441 20 EA EA EA LF LF EA EA 6 6 $4,467.46 _ $26,804.76 $9,559.74 2 $1,593.29 3 6 $2,600.00 $15,600.00 4 1240 $36.49 $45,247.60 5 1240 $20.25 $25,110.00 6 3 $3,200.00 $9,600.00 7 6 $1,506.93 $9,041.58 8 9 10 11 12 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS $140,963.68 UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80 (T) 2605.3016 2" CONDT PVC SCH 80 (B) 2605.3025 3" CONDT PVC SCH 80 (T) 2605.3034 4" CONDT PVC SCH 80 (B) 3441.1315 20/C 14 AWG Multi -Conductor Cable 3441.1314 10/C 14 AWG Multi -Conductor Cable 3441.1309 2/C 12 AWG Multi -Conductor Cable 3441.1410 NO 10 Insulated Elec Condr 3441.1414 NO 8 Bare Elec Condr 3441.1312 7/C 14 AWG Multi -Conductor Cable 3441.1507 Remove Ground Box 3441.1503 Furnish/Install Ground Box Type D, w/Apror 3441.1764 Furnish/Install Rdwy Ilium Foundation TY 1. 3471.0001 Traffic Control 3441.2005 Remove Pedestal Pole 3441.1606 Install 10'- 20' Ped Pole Assmbly 26 05 33 26 05 33 26 05 33 26 05 33 3441 10 3441 10 3441 10 3441 10 3441 10 3441 10 LF LF LF LF LF 55 100 $25.00 $1,375.00 2 $40.00 $4,000.00 3 85 $35.00 $2,975.00 4 100 $48.00 $4,800.00 5 60 $18.60 $1,116.00 6 LF 140 $15.83 $2,216.20 7 LF 170 $12.27 $2,085.90 8 LF 160 $1.10 $176.00 9 LF 340 $1.30 $442.00 10 LF 160 $11.38 $1,820.80 11 3441 13 3441 13 34 41 20 3471 13 3441 13 3441 10 00 00 00 EA EA 1 $850.00 $850.00 12 1 $4,900.00 $3,100.00 $1,500.00 $550.00 $1,000.00 $4,900.00 $6,200.00 $1,500.00 $1,100.00 $2,000.00 13 EA 2 14 MO 1 15 EA EA 2 16 2 17 9999.0000 Detector Cable - Hybrid LF 275 $28.20 $7,755.00 18 9999.0000 Programming 00 00 00 EA 2 $1,000.00 $2,000.00 19 9999.0000 Street Use Permit 00 00 00 EA 1 $2,000.00 $2,000.00 20 21 22 23 24 25 TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS $49,311.90 Bid Summary UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction This Bid is submitted by the entity named below: BIDDER: BY: Kirk Young Kirk Young Electric, LLC 1201 Cliff Swallow Ct jAh young Granbury, Texas 76048 TITLE: 1rresAlent 817-996-8822 DATE: 1/5/2026 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 150 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bonds Ranch - City of Ft. Worth Proposal DAP 0045 12 DAP PREOUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the comL)lete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification E iration Date Boring city street with City of Fort Worth Civil Constructors April 2026 Fort Worth street use permit & light 2ole foundations Pedestrian signal terminations Paradigm Traffic Systems <Date Here or and programming Blank> Street light poles, conduit and Kirk Young Electric, LLC February 2027 wire The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Kirk Young Electric, LLC BY: Kirk Young 1201 Cliff Swallow Ct Granbury, Texas 76048 XCA,y� . (Signature) TITLE: President DATE: 2/4/2026 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12_Prequalification Statement 2015_DAP (1) Form Version September 1, 2015 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides 5 worker's compensation insurance coverage for all of its employees employed on City Project No. 6 106289. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as 7 amended, it will provide to City its subcontractor's certificates of compliance with worker's 8 compensation coverage. 9 10 CONTRACTOR: 11 YOLA 12 i Qy: ? 13 Co(npany (Plea e Print) 14 15 �U`i ! 014(160 �� Signatur . /� 16—Address17 18 �, ` �� Title: 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BFFQR ME, n signed authority, on this day personally appeared 27 a N , known to me to be the person whose name is subscribed to 28 the foreg .ng_i ardent, a ac, Howie a tome that he/she executed the same as the act and 29 deed of �%(�� C forthe purposes and consideration therein expressed 30 and in the capacity therein stated. 31 32 MDMY HAND AN SEAL OF OFFICE this day of 33, 20 34 35 36 37 Notary Public in and for the State of Texas 38 �+•+�■ MARY D. TAYL,OR 39 =* :MY COMMISSION EXPIRES END OF SECTION OCTOBER 13, 2029 40 CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN106289 Revised April2, 2014 005243-1 Developer Awarded Project Agreement Page 1 of 6 1 SECTION 00 52 43 2 AGREEMENTTHIS AGREEMENT, authorized on 2/24/2026 is made by and between the 3 Developer, CB -Direct Bonds Ranch, LP), authorized to do business in Texas ("Developer") , 4 and IG.rk.Yoong Electric,lLC _ _ _ _, authorized to do 5 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 6 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, 7 agree as follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for 10 the Project identified herein. 11 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a 13 part is generally described as follows: 14 Bonds Ranch Road_ 15 106289 16 Article 3. CONTRACT TIME 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19 Documents are of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within 150 calendar days after 22 the date when the Contract Time commences to run as provided in Paragraph 12.04 of 23 the Standard City Conditions of the Construction Contract for Developer Awarded 24 Projects. 25 26 CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 6 27 3.3 Liquidated damages 28 Contractor recognizes that time is of the essence of this Agreement and that 29 Developer will suffer financial loss if the Work is not completed within the times 30 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance 31 with Article 10 of the Standard City Conditions of the Construction Contract for 32 Developer Awarded Projects. The Contractor also recognizes the delays, expense 33 and difficulties involved in proving in a legal proceeding the actual loss suffered by 34 the Developer if the Work is not completed on time. Accordingly, instead of requiring 35 any such proof , Contractor agrees that as liquidated damages for delay (but not as 36 a penalty), Contractor shall pay Developer Five Hundred Dollars ($500) for each day 37 that expires after the time specified in Paragraph 3.2 for Final Acceptance until the 38 City issues the Final Letter of Acceptance. 39 Article 4. CONTRACT PRICE 40 Developer agrees to pay Contractor for performance of the Work in accordance with the 41 Contract Documents an amount in current funds of One Hundred Ninet•i Thousand, Two 42 Hundred Seventy -Five Dollars and Fifty -Eight Cents. ($190,275.58). 43 Article 5. CONTRACT DOCUMENTS 44 5.1 CONTENTS: 45 A. The Contract Documents which comprise the entire agreement between 46 Developer and Contractor concerning the Work consist of the following: 47 1. This Agreement. 48 2. Attachments to this Agreement: 49 a. Bid Form (As provided by Developer) 50 1) Proposal Form (DAP Version) 51 2) Prequalification Statement 52 3) State and Federal documents (project specific) 53 b. Insurance ACORD Form(s) 54 c. Payment Bond (DAP Version) 55 d. Performance Bond (DAP Version) CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 6 56 e. Maintenance Bond (DAP Version) 57 f. Power of Attorney for the Bonds 58 g. Worker's Compensation Affidavit 59 h. MBE and/or SBE Commitment Form (If required) 60 3. Standard City General Conditions of the Construction Contract for Developer 61 Awarded Projects. 62 4. Supplementary Conditions. 63 5. Specifications specifically made a part of the Contract Documents by 64 attachment or, if not attached, as incorporated by reference and described in 65 the Table of Contents of the Project's Contract Documents. 66 6. Drawings. 67 M. 69 70 71 72 73 74 75 76 77 7. Addenda. S. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 6 78 Article 6. INDEMNIFICATION 79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 80 own expense, the city, its officers, servants and employees, from and against any 81 and all claims arising out of, or alleged to arise out of, the work and services to be 82 performed by the contractor, its officers, agents, employees, subcontractors, 83 licenses or invitees under this contract. This indemnification provision is 84 specifically intended to operate and be effective even if it is alleged or proven that 85 all or some of the damages being sought were caused, in whole or in part, by any 86 act, omission or negligence of the city. This indemnity provision is intended to 87 include, without limitation, indemnity for costs, expenses and legal fees incurred 88 by the city in defending against such claims and causes of actions. 89 90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 91 expense, the city, its officers, servants and employees, from and against any and 92 all loss, damage or destruction of property of the city, arising out of, or alleged to 93 arise out of, the work and services to be performed by the contractor, its officers, 94 agents, employees, subcontractors, licensees or invitees under this contract. 95 This indemnification provision is specifically intended to operate and be effective 96 even if it is alleged or proven that all or some of the damages being sought were 97 caused. in whole or in Dart. by anv act. omission or negligence of the citv. :1 99 Article 7. MISCELLANEOUS 100 7.1 Terms. 101 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions 102 of the Construction Contract for Developer Awarded Projects. 103 7.2 Assignment of Contract. 104 This Agreement, including all of the Contract Documents may not be assigned by the 105 Contractor without the advanced express written consent of the Developer. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-5 Developer Awarded Project Agreement Page 5 of 6 106 7.3 Successors and Assigns. 107 Developer and Contractor each binds itself, its partners, successors, assigns and 108 legal representatives to the other party hereto, in respect to all covenants, 109 agreements and obligations contained in the Contract Documents. 110 7.4 Severability. 111 Any provision or part of the Contract Documents held to be unconstitutional, void or 112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 113 remaining provisions shall continue to be valid and binding upon DEVELOPER and 114 CONTRACTOR. 115 7.5 Governing Law and Venue. 116 This Agreement, including all of the Contract Documents is performable in the State 117 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for 118 the Northern District of Texas, Fort Worth Division. 119 120 7.6 Authority to Sign. 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123 124 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in 125 multiple counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties ("Effective Date") 128 Contractor: Developer: Kirk Young Electric, LLC (f 13-P'(r• C C k D,z--b fZ 4 -C/1 I i✓P CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-6 Mo.,o1,, , e.... M.d P—ii ct Agreement Page 6 of 6 By: (Signature) Kirk Young D G vSJ S _ Uc,&4-J P (Printed Name) (Printed Name) Title: President Title: Pric'I[ Company Name: Kirk Young Electric, LLC Company name: C %?- lD: c. t 4-c%,L4-P Address: 1201 Cliff SwallowCt Address: '-me^.-4 tin 12,2,a City/State/Zip: Granbury, Texas 76048 2/4/2026 Date City/State/Zip: O G bk e. 11-T 7 (-1Z-% Date CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 006213-1 PERFORMANCE BOND Page 1 of 4 Bond # 7493082 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Kirk Young Electric LLC known as "Principal" herein and 9 i Old Republic Surety Company , a corporate surety (sureties, if more 10 than one) duly authorized to do business in the State of Texas, known as "Surety" herein I t (whether one or more), are held and firmly bound unto the Developer, CB -Direct Bonds 12 Ranch, LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a 13 Texas municipal corporation ("City"), in the penal sum of, One Hundred Ninety Thousand, 14 Two Hundred Seven^ -Five Thousand Dollars and Fifty-Eig ht Cents . ($190 275.58), lawful 15 money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment 16 of which sum well and truly to be made jointly unto the Developer and the City as dual 17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, 18 jointly and severally, firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreement for the 20 construction of community facilities in the City of Fort Worth by and through a Community 21 Facilities Agreement, CFA Number 26-0008; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 4th day of Feb 20?� which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 25 labor and other accessories defined by law, in the prosecution of the Work, including any 26 Change Orders, as provided for in said Contract designated as Bonds Ranch Road. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 106289 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 4 1 faithfully perform the Work, including Change Orders, under the Contract, according to the 2 plans, specifications, and contract documents therein referred to, and as well during any a period of extension of the Contract that may be granted on the part of the Developer andlor 4 City, then this obligation shall be and become null and void, otherwise to remain in full force 5 and effect. 6 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie 7 in Tarrant County, Texas or the United States District Court for the Northern District of s Texas, Fort Worth Division, 9 This bond is made and executed in compliance with the provisions of Chapter 2253 10 of the Texas Government Code, as amended, and all liabilities on this bond shall be 1 I determined in accordance with the provisions of said statue. 12 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 13 this instrument by duly authorized agents and officers on this the day of -, 20 14 15 PRINCIPAL: 16 Kirk Young Electric, LLC 17 19 20 21 BY: 22 RX 24 ATTEST: 25 Signature 26 Y—'%r i:-- i� is n ,1 " 0 wr<l 27 l (Principal) Secretary Name and Tide 28 CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 106289 Revised January 31, 2012 1 2 4 Witness as to Principal 5 6 7 8 9 10 12 13 14 15 16 17 `>>11�111 N f f lUrp��� ����C sup?,1"/ 18 i 19 f1 GOR NAreJr 20 - a SEAL 2122 rrrr11i11111111�� 23 24 25 26 _ 27 Witness as to S. unity 28 29 006213-3 PERFORMANCE BOND Page 3 of 4 Address: Ot)& e\ It SURETY: Old Republic Surety Company BY. f Signature MICHAEL L. ALEXANDER JR Attorney -In -Fact Name and Title Address: Telephone Z�g i- �.k4 g. 30 0 Number: CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 106289 Revised January 31, 2012 006213-4 PERFORMANCE BOND Page 4 of 4 i "Note: If signed by an officer of the Surety Company, there must be on file a 2 certified extract from the by-laws showing that this person has authority to 3 sign such obligation. If Surety's physical address is different from its 4 mailing address, both must be provided. 6 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 106289 Revised January 31, 2012 006214-1 PAYMENT BOND Page 1 of 3 Bond # 7493082 I SECTION 00 6214 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Kirk Young Electric, LLC known as "Principal' 8 herein, and Old Republic Surety Company a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State to of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto 11 the Developer, CB -Direct Bonds Ranch, LP, authorized to do business in Texas 12 "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the 13 penal sum of One Hundred Ninety Thousand. Two Hundred Seventy -Five Dollars and 14 Fifty -Eight Cents ($190,276.5t3), lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly 16 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 17 administrators, successors and assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the 19 construction of community facilities in the City of Fort Worth, by and through a Community 20 Facilities Agreement, CFA Number 26-0008; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 4th day of February , 20 26, which Contract is 23 hereby referred to and made a part hereof for all purposes as if fully set forth herein, to 24 furnish all materials, equipment, labor and other accessories as defined by law, in the 25 prosecution of the Work as provided for in said Contract and designated as Bonds Ranch 26 Road. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined 29 in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the 30 Work under the CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPNf06289 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 3 t Contract, then this obligation shall be and become null and void; otherwise to remain in full 2 force and effect. 3 This bond is made and executed in compliance with the provisions of Chapter 4 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be 5 determined in accordance with the provisions of said statute. s IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and 7 SEALED this instrument by duly authorized agents and officers on this the day 8 of w.� ,, 20 Z! . 9 PRINCIPAL: Kirk Young Electric LLC ATTEST BY: _ — Signature (Principal) Secretary Witness as to Principal Name and Title Address: t Z,a 1 Uk (�IF Swc- &A-) C-T CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPNIO6289 Revised January 31, 2012 ATTEST 0 �`�``````�\G SU/�F����' J0 '¢ coRroq� 0' SEAL 30 19 (Surety) Secretary Witness as to Surety 006214.3 PAYMENT BOND Page 3 of 3 SURETY - Old Republic Surety Company Signature MICHAEL L. ALEXANDER JR Attorney -In -Fact Name and Title Address: t -n't D { :�q r-u:: Fot� w` ljv SNE -91-:)O 7-f- 7? t3,-A Telephone Number: -5�ql - qq? 304 d 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from 3 the bylaws showing that this person has authority to sign such obligation. If Surety's 4 physical address is different from its mailing address, both must be provided. i 6 7 S The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN106289 Revised January 31, 2012 1 2 3 4 5 7 8 9 10 11 12 13 14 15 16 17 18 006219-1 MAINTENANCE BOND Page 1 of 5 Bond# 7493082 GSECTION 00 6219 MAINTENANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § EIP�+rir LlC known as "Principal" herein That we KirkYoun>S and --Old Republic Surety Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, CB -Direct Bonds Ranch, LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation (,,City"), in the sum of One w F u�lldred Seventy -Fives p lLa—rs an-cLF tic ht CeM ($19=5•�1� lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly bythese presents, 19 WHEREAS, Developer and City have entered into an Agreement forthe construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 26-0008; and 22 WHEREAS, the Principal has entered into a certain written contract with the 23 Developer awarded the 4th day of FebruarY� _ _ _ , 20 2b , which 24 Contract is hereby referred to and a made part hereof for all purposes as if fully set forth 25 herein, to furnish all materials, equipment labor and other accessories as defined by law, in 26 the prosecution of the Work, including any Work resulting from a duly authorized Change 27 Order (collectively herein, the "Work") as provided for in said Contract and designated as 28 Bonds Ranch Road; and 29 Bonds Ranch Road CITY OF FORT WORTH CPN106289 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 5 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work 2 in accordance with the plans, specifications and Contract Documents that the Work is and 3 will remain free from defects in materials or workmanship for and during the period of two 4 (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); 5 and A 7 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 8 upon receiving notice from the Developer and/or City of the need thereof at anytime within 9 the Maintenance Period. 10 11 NOW THEREFORE, the condition of this obligation is such that if Principal shall 12 remedy any defective Work, for which timely notice was provided by Developer or City, to a 13 completion satisfactory to the City, then this obligation shall become null and void; 14 otherwise to remain in full force and effect. 15 16 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 17 noticed defective Work, it is agreed that the Developer or City may cause any and all such 18 defective Work to be repaired and/or reconstructed with all associated costs thereof being 19 borne by the Principal and the Surety under this Maintenance Bond; and 20 21 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 22 Tarrant County, Texas or the United States District Court for the Northern District of Texas, 23 Fort Worth Division; and 24 25 PROVIDED FURTHER, that this obligation shall be continuous in nature and 26 successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS CPNIO6289 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 5 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duty authorized agents and officers on this the day of 320 4 5 6 7 8 9 10 11 12 13 14 15 16 ATTEST: 17 18 h� 19 20 21 (Principal) Secretary 22 23 24 f 25 26 27 28 CITY OF FORT WORTH STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PRINCIPAL: Kirk Young Electric, I,I.0 BY. Signature Y"r "\I60nc- OQAer Name and Title Address: Bonds Ranch Road CPN106289 1 2 Witness as to Principal 6 7 a ``ti�«ttiWurrrrq��ri 11 ���1E �p 12 = ¢ SEAL 13 roes V14 1 °u 17 18 ATTEST: i 20 21 22 (Surety) Secretary 23 24 25 26 27 Witness s to S� 28 k 44,tI o r CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006219-4 MAINTENANCE BOND Page 4 of 5 Old Republic Surety Company MICHAEL L. ALEXANDER JR Attorney -In -Fact BY: Signature 1 j Name and Title Address: 14 q S0 ") ra _3 ;—Xehrt-- ,5e sC�rD Telephone Number: 4ti - Lkck(C • WY Bonds Ranch Road CPN106289 006219-5 MAINTENANCE BOND Page 5 of 5 1 *Note: If signed by an officer of the Surety Company, there must be on file a certified 2 extract from the by-laws showing that this person has authority to sign such 3 obligation. If Surety's physical address is different from its mailing address, both 4 must be provided. 41 6 The date of the bond shall not be priorto the date the Contract is awarded. 7 CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN106289 Revised January 31, 2012 00 42 43 DAP - BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 City of Ft. Worth Proposal DAP SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP-BIDPROPOSAL Page 7 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Bid Summary Total Construction Bid This Bid is submitted by the entity named below: BIDDER: —4 �-F Pavecon Ltd. Co 3022 Roy Orr Blvd. Tim Wegienka Grand Prairie, Texas 75050 TITLE: Senior Prgiect Manager DATE: 12/1 S/2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 3 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 City of Ft. Worth Proposal DAP 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Asphalt Paving Pavecon Ltd Co. 7-1-2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. Pavecon Ltd Co. BY: David Walker 3022 Roy Orr Blvd Grand Prairie, Texas 75050 (Signature) TITLE: President DATE: 2/ 16/2026 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 45 12_Prequalification Statement 2015 DAP 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides 5 worker's compensation insurance coverage for all of its employees employed on City Project No. 6 106289. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as 7 amended, it will provide to City its subcontractor's certificates of compliance with worker's 8 compensation coverage. 9 10 CONTRACTOR: 11 12 hpV&6 ) C j!�e9, By: �wt 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 Company 10Z-,7- 0" 1JLUo Address di,+A� � Ai� ;� 7 �� City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT ase Print) Signature: Title: (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared 1trVl. k0jz %enKck , known to me to be the person whose name is subscribed to the fo�Q.�ojng instrument, and acknowledged to me that he/she executed the same as the act and deed o &xrct-=t) 1AA . for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 1Y &h1Cr. , 20ai f 2. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April2, 2014 BILLIE J BUCKNtn Notary Public, State of Texa Comm. Expires 12-30-2026 Notary ID 12951525-6 Bonds Ranch Road CPN106289 005243-1 Developer Awarded Project Agreement Page 1 of 6 1 SECTION 00 52 43 2 AGREEMENTTHIS AGREEMENT, authorized on 2/16/2026 is made by and between the 3 Developer, CB -Direct Bonds Ranch, LP), authorized to do business in Texas ("Developer") , 4 and _ Peron L — _ _ _,authorized , authorized to do business 5 in Texas, acting by and through its duly authorized representative, ("Contractor"). 6 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, 7 agree as follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for 10 the Project identified herein. 11 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a 13 part is generally described as follows: 14-- 15 1 os2a9 16 Article 3. CONTRACT TIME 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19 Documents are of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within 3 calendar days after 22 the date when the Contract Time commences to run as provided in Paragraph 12.04 of 23 the Standard City Conditions of the Construction Contract for Developer Awarded 24 Projects. 25 26 Bonds Ranch Road CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 6 27 3.3 Liquidated damages 28 Contractor recognizes that time is of the essence of this Agreement and that 29 Developer will suffer financial loss if the Work is not completed within the times 30 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance 31 with Article 10 of the Standard City Conditions of the Construction Contract for 32 Developer Awarded Projects. The Contractor also recognizes the delays, expense 33 and difficulties involved in proving in a legal proceeding the actual loss suffered by 34 the Developer if the Work is not completed on time. Accordingly, instead of requiring 35 any such proof , Contractor agrees that as liquidated damages for delay (but not as 36 a penalty), Contractor shall pay Developer Five Hundred Dollars ($50) for each day 37 that expires after the time specified in Paragraph 3.2 for Final Acceptance until the 38 City issues the Final Letter of Acceptance. 39 Article 4. CONTRACT PRICE 40 Developer agrees to pay Contractor for performance of the Work in accordance with the 41 Contract Documents an amount in current funds of Forty -Six Thousand. Eight Hundred 42 and Two Cents. ($46,833.02). 43 Article 5. CONTRACT DOCUMENTS 44 5.1 CONTENTS: 45 A. The Contract Documents which comprise the entire agreement between 46 Developer and Contractor concerning the Work consist of the following: 47 1. This Agreement. 48 2. Attachments to this Agreement: 49 a. Bid Form (As provided by Developer) 50 1) Proposal Form (DAP Version) 51 2) Prequalification Statement 52 3) State and Federal documents (project specific) 53 b. Insurance ACORD Form(s) 54 c. Payment Bond (DAP Version) 55 d. Performance Bond (DAP Version) CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPNf06289 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 6 56 e. Maintenance Bond (DAP Version) 57 f. Power of Attorney for the Bonds 58 g. Worker's Compensation Affidavit 59 h. MBE and/or SBE Commitment Form (If required) 60 3. Standard City General Conditions of the Construction Contract for Developer 61 Awarded Projects. 62 4. Supplementary Conditions. 63 5. Specifications specifically made a part of the Contract Documents by 64 attachment or, if not attached, as incorporated by reference and described in 65 the Table of Contents of the Project's Contract Documents. 66 6. Drawings. 67 68 69 70 71 72 73 74 75 76 77 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which maybe delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPNf06289 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 6 78 Article 6. INDEMNIFICATION 79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 80 own expense, the city, its officers, servants and employees, from and against any 81 and all claims arising out of, or alleged to arise out of, the work and services to be 82 performed by the contractor, its officers, agents, employees, subcontractors, 83 licenses or invitees under this contract. This indemnification provision is 84 a,�p�>Gifi�ally intended to operate and be effective even if it is alleged or proven that 85 all or some of the damages being sought were caused, in whole or in part, by any 86 act, omission or negligence of the city. This indemnity provision is intended to 87 include, without limitation, indemnity for costs, expenses and Legal fees incurred 88 by the city in defending against such claims and causes of actions. 90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 91 expense, the city, its officers, servants and employees, from and against any and 92 all loss, damage or destruction of property of the city, arising out of, or alleged to 93 arise out of, the work and services to be performed by the contractor, its officers, 94 agents, employees, subcontractors, licensees or invitees under this contract. 95 This indemnification provision is specifically intended to operate and be effective 96 even if it is allege or proven that all or some of the damages being soug t were 97 caused. in whole or in part, by anyact, omission or nggligence of the city 98 99 Article 7. MISCELLANEOUS 100 7.1 Terms. 101 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions 102 of the Construction Contract for Developer Awarded Projects. 103 7.2 Assignment of Contract. 104 This Agreement, including all of the Contract Documents may not be assigned by the 105 Contractor without the advanced express written consent of the Developer. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-5 Developer Awarded Project Agreement Page 5 of 6 106 7.3 Successors and Assigns. 107 Developer and Contractor each binds itself, its partners, successors, assigns and 108 legal representatives to the other party hereto, in respect to all covenants, 109 agreements and obligations contained in the Contract Documents. 110 7.4 Severability. 111 Any provision or part of the Contract Documents held to be unconstitutional, void or 112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 113 remaining provisions shall continue to be valid and binding upon DEVELOPER and 114 CONTRACTOR. 115 7.5 Governing Law and Venue. 116 This Agreement, including all of the Contract Documents is performable in the State 117 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for 118 the Northern District of Texas, Fort Worth Division. 119 120 7.6 Authority to Sign. 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123 124 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in 125 multiple counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 128 Contractor: / Developer: nn � n CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16.2016 129 005243-6 Developer Awarded Project Agreement of 6 By: 1 (Signature) :i'g 14i-z/I�A DG.i.Cl S. Wa'-s-P-1 (Printed Name) (Printed Name) f5,6-All 09 - � '(� Title: Title: Company Name: Company name: 4A r- G-&*%►. Lf- N 0-jr, ", f - = 1 / , 1) Date Address: 1 yhc^A- 0— S��%ti 111a City/State2ip: ID C lk1r T Y 7 SZ r i Date CITYOF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 006213-1 PERFORMANCE BOND Page 1 of 4 Bond No.108379324 SECTION 00 6213 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 3 That we, Pavecon Ltd. Co. known as "Principal" herein and 9 _Travelers Casualty and SuretV Company of America , a corporate surety (sureties, if more a than one) duly authorized to do business in the State of Texas, known as "Surety" herein t (whether one or more), are held and firmly bound unto the Developer, CB -Direct Bonds 12 Ranch. LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a 13 Texas municipal corporation ("City"), in the penal sum of, Fort -Six Thousand. Eight 14 _Hundred Thirty --Three Dollars and Two Cents . ($46 833.02), lawful money of the United 5 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum wveli th and ttuiy to be made jointly unto the Developer and the City as dual obligees, we bind 17 o,, ;sc,;ves, our heirs, executors, administrators, successors and assigns, jointly and 18 :s; veraiiy, firmly by these presents. ;9 WHEREAS, Developer and City have entered into an Agreement for the 20 construction of community facilities in the City of Fort Worth by and through a Community ? I Facilities Agreement, CFA Number 26-0008; and 2<y WHEREAS, the Principal has entered into a certain written contract with the Deveioper 23 awarded theJam/ —day of . 20, which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 25 labor and other accessories defined by law, in the prosecution of the Work, inciuding any 26 Change Orders, as provided for in said Contract designated as Bonds Ranch Road. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations undo the Contract and shall in all respects duly and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER At;JARDED PROJECTS Revised January 31, 2012 Bonds Ranch Road City Project No. 106289 ,, 4 006213-2 PERFORMANCE BOND Page 2 of 4 1 faithfully perform the Work, including Change Orders, under the Contract, according to the 2 plans, specifications, and contract documents therein referred to, and as well during any 3 period of extension of the Contract that may be granted on the part of the Developer and/or 4 City, then this obligation shall be and become null and void, otherwise to remain in full force 5 and effect. 6 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie 7 in Tarrant County, Texas or the United States District Court for the Northern District of 8 Texas, Fort Worth Division. 9 This bond is made and executed in compliance with the provisions of Chapter 2253 10 of the Texas Government Code, as amended, and all liabilities on this bond shall be 11 determined in accordance with the provisions of said statue. 12 13 14 15 16 17 18 19 20 21 22 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the _� ay of /?i3 .20 ATTEST-. 23 (Principal) Secretary PRINCIPAL: Pavecon Ltd. Co. '�•�' Sri ,t.'� 3 ".!J — �•7 . e Signature 24 25 26 27 Witness as to Principal Name and Title 28 CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No. 106289 Revised January 31, 2012 L. u 006213-3 PERFORMANCE BOND Page 3 of 4 1 Address: 3022 Roy Orr Blvd. Grand Prairie, TX 75050 2 3 4 5 SURETY: 6 7 Travelers Casualty and Surety Company -of America 8 9 10 11 12 13 BY: -- 14 Signature 15 16 17 ATTEST: Felix Navejar, Attorney -in -Fact 18 19 20 Name and Title 21 N/A — 22 (Surety) Secretary Address: 23 24 One Tower Square 25 Hartford. CT 06183 26 27 Witness as to Surety 28 Eric Lee Wasson, Witness 29 Telephone 860-277-0111 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Number - Bonds Ranch Road City Project No. 106289 006213-4 PERFORMANCE BOND Page 4 of 4 i *Note: If signed by an officer of the Surety Company, there must be on file a 2 certified extract from the by-laws showing that this person has authority to 3 sign such 'obligation. If Surety's physical address is different from its 4 mailing address, both must be provided. 6 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 106289 Revised January 31. 2012 006214-1 PAYMENT BOND Page 1 of 3 Bond No. 108379324 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, _ Pavecon Ltd. Co , known as "Principal" 8 herein, and Travelers Casualty and Surety Company of America _ , a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the 10 State of Texas, known as "Surety" herein (whether one or more), are held and firmly 11 bound unto the Developer, CB -Direct Bonds Ranch, LP, authorized to do business in 12 Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), 13 in the penal sum of Forty -Six Thousand. Eight Hundred Thirty -Three Dollars and Two 14 Cents ($46,833.02), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto 16 the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 17 administrators, successors and assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the 19 construction of community facilities in the City of Fort Worth, by and through a 20 Community Facilities Agreement, CFA Number 26-0008; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the day of 20- ' , which Contract is 23 hereby referred to and made a part hereof for all purposes as if fully set forth herein, to 24 furnish all materials, equipment, labor and other accessories as defined by law, in the 25 prosecution of the Work as provided for in said Contract and designated as Bonds 26 Ranch Road. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as 29 defined in Chapter 2253 of the Texas Government Code, as amended) in the 30 prosecution of the Work under the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bonds Ranch Road CPN106289 006214-2 PAYMENT BOND Page 2 of 3 i Contract, then this obligation shall be and become null and void; otherwise to remain in 2 full force and effect. 3 This bond is made and executed in compliance with the provisions of Chapter 4 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall 5 be determined in accordance with the provisions of said statute. 6 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and 7 SEALED this instrument by duly authorized agents and officers on this the ley' 8 day of Z ATTEST: (Principal) Secretary Wi ess a Principal PRINCIPAL: Ca By. (✓�4XQ .. Signature Name and Title Address: 3022 Roy Orr Blvd.__ Grand Prairie. TX 75050 CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPNf06289 Revised January 31, 2012 1 2 3 4 5 6 7 8 006214-3 PAYMENT BOND Page 3 of 3 SURETY: Travelers Casualt and Suret Com am ofAmerica ATTEST: By' Signature N/A _ Felix Naveiar. Attomev-in-Fact (Surety) Secretary Name and Title Witness as to Surety Eric Lee Wasson, Witness Address: One Tower Square Hartford, CT 06183_ Telephone Number: 860- 77-0111 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Bonds Ranch Road CPN106289 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 W] SECTION 00 6219 MAINTENANCE BOND THE STATE OF TEXAS 006219-1 MAINTENANCE BOND Page 1 of 5 Bond No. 108379324 § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Pavecon Lt . Co , known as "Principal' herein and Travelers Casualty and Surety Company of America , 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, CB -Direct Bonds Ranch, LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of Fodr-Six Thousand. Eight Hundred ThitW Ih Dollas and -Two -Cents ($ 33 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 19 WHEREAS, Developer and City have entered into an Agreementforthe construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 26-0008; and 22 WHEREAS, the Principal has entered into a certain written contract with the 23 Developer awarded the lday of ' , 20which 24 Contract is hereby referred to and a made part hereof for all purposes as if fully set forth 25 herein, to furnish all materials, equipment labor and other accessories as defined by law, in 26 the prosecution of the Work, including any Work resulting from a duly authorized Change 27 Order (collectively herein, the "Work") as provided for in said Contract and designated as 28 Bonds Ranch Road; and 29 CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN106289 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 5 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work 2 in accordance with the plans, specifications and Contract Documents that the Work is and 3 will remain free from defects in materials or workmanship for and during the period of two 4 (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); 5 and R 7 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 8 upon receiving notice from the Developer and/or City of the need thereof at any time within 9 the Maintenance Period. 10 11 NOW THEREFORE, the condition of this obligation is such that if Principal shall 12 remedy any defective Work, for which timely notice was provided by Developer or City, to a 13 completion satisfactory to the City, then this obligation shall become null and void; 14 otherwise to remain in full force and effect. 15 16 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 17 noticed defective Work, it is agreed that the Developer or City may cause any and all such 18 defective Work to be repaired and/or reconstructed with all associated costs thereof being 19 borne bythe Principal and the Surety under this Maintenance Bond; and 20 21 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 22 Tarrant County, Texas or the United States District Court for the Northern District of Texas, 23 Fort Worth Division; and 24 25 PROVIDED FURTHER, that this obligation shall be continuous in nature and 26 successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPERAWARDED PROJECTS Revised January 31, 2012 Bonds Rench Road CPN106289 J 006219-3 MAINTENANCE BOND Page 3 of 5 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 , 20__ 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 ATTEST: (Principal; Secretary Witness as to Principal CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PRINCIPAL: Pavecon.Ltd. Co. _ E►! Signature Name and Title Address: 3022 Roy Orr Blvd. Grand Prairie, TX 73050 Bonds Ranch Road CPN 106289 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 ATTEST: 19 21 22 (Surety) Secretary 23 006219-4 MAINTENANCE BOND Page 4 of 5 SURETY: Travelers Casualty and Surety Company of America 24 25 26 27 Witness as to Surety 28 Eric Lee Wasson CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Signature Felix Navejar, Attorne -in- act Name and Title Address: One Tower Square Hartford, CT 06183 Tetephone Number: 866-277-0111 Bonds Ranch Road CPN106289 006219-5 MAINTENANCE BOND Page 5 of 5 1 *Note: If signed by an officer of the Surety Company, there must be on file a certified 2 extract from the by-laws showing that this person has authority to sign such 3 obligation. If Surety's physical address is different from its mailing address, both 4 must be provided. 5 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 CITY OF FORT WORTH Bonds Ranch Road STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN106289 Revised January 31, 2012 TEXAS - INFORMATION OR COMPLAINTS NOTICE To obtain information or make a complaint: You may call Travelers toll -free telephone number for information or to make a complaint at: 1-800-328-2189 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 PO Box 149104 Austin, TX 78714-9104 Fax (512) 475-1771 Web: htto://www.tdi.texas.Eov E-mail: ConsumerProtect�i.texas.iov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Travelers first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. "ISO IMPORTANTE — INFORMACIO/ N O QUEJAS - TEXAS Usted puede Ilamar al numero de telefono gratis de Travelers para informacio/n o pars someter una queja al: 1-800-328-2189 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacio/n acerca de companias, coberturas, derechos o quejes al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin, TX 78714-9104 Fax (512) 475-1771 Web: htt wwW.tdi.texas. ov E-mail: Cons umerProteetion tdi.texas.Rov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Agente o Travelers primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE "ISO A SU POLIZA: Este aviso es solo para proposito de Informacio/n y no se convierte en parte o condicion del documento adjunto. N f C-19023 Ed. 05-13 - -- f s — -- Page 1 or 1 © 2013 The Travelers Indemnity Company. All rights reserved. Principal: Pavecon. Ltd. Co. Bond #108379324 Obligee: C' offortWorth Project: Bonds Ranch Road E TTravelers Casualty and Surety Company of America TRAVELERS i Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Felix Navejar of Grapevine, Texas their true and lawful Attorney- in-Fact(s) to sign, execute, seal an acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. MCA s tpnrnarm�� � wwr�as��� State of Connecticut e By: City of Hartford ss. r�'`` * Robert L. Raney, Senior ce President on this 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of by himself as a duly authorized officer. ski K t w �Ann%P. '.G�.�CIN WITNESS WHEREOF, I hereunto set my hand and official seal.My Commission expires the 30th day of June, 2026 Wv This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other wrifings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman. any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, .and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vioe Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. ],Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of �1iNlID..a �titY ,U,'O '1w"� f� 2 jT {Kevin E. Hug�eAsllta •tSecretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached. Bond(s) produced by: PCI-Contract Bonding Agency Po Box 1306, Colleyville, TX 76034 972-459-4749 www.oclbonds.com bondrequest@pclbonds.com - NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: GLO 0187957-08 Additional Insured — Automatic — Owners, Lessees Or Zu R Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 0187957-08 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Effective Date: 7/1/2025 A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U-GL-2162-A CW (02/19) Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products -completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products -completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. U-GL-2162-A CW (02/19) Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury' arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or "suit" as soon as practicable; and (3) A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added to Section III — Limits Of Insurance: Additional Insured — Automatic — Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-2162-A CW (02/19) Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW (02/19) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: GLO 0187957-08 COMMERCIAL GENERAL LIABILITY CG 20 07 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - ENGINEERS, ARCHITECTS OR SURVEYORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any architect, engineer or surveyor engaged by you, 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: 1. In connection with your premises; or 2. In the performance of your ongoing operations. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply 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, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall -not increase the applicable limits of insurance. CG 20 07 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: GLO 0187957-08 General Liability Supplemental Coverage Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 0187957-08 Effective Date: 07/01/2025 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 4 ZURICH� The following changes apply to this Coverage Part. However, endorsements attached to this Coverage Part will supersede any provisions to the contrary in this General Liability Supplemental Coverage Endorsement. A. Broadened Named Insured 1. The following is added to Section II — Who Is An Insured: Any organization of yours, other than a partnership or joint venture, which is not shown in the Declarations, and over which you maintain an ownership interest of more than 50% of such organization as of the effective date of this Coverage Part, will qualify as a Named Insured. However, such organization will not qualify as a Named Insured under this provision if it: a. Is newly acquired or formed during the policy period; b. Is also an insured under another policy, other than a policy written to apply specifically in excess of this Coverage Part; or c. Would bean insured under another policy but for its termination or the exhaustion of its limits of insurance. Each such organization remains qualified as a Named Insured only while you maintain an ownership interest of more than 50% in the organization during the policy period. 2. The last paragraph of Section II — Who Is An Insured does not apply to this provision to the extent that such paragraph would conflict with this provision. B. Newly Acquired or Formed Organizations as Named Insureds 1. Paragraph 3. of Section II — Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain an ownership interest of more than 50% of such organization, 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 1801' day after you acquire or form the organization or the end of the policy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. U-GL-1345-C TX (03/20) Page 1 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. An additional premium will apply in accordance with our rules and rates in effect on the date you acquired or formed the organization. 2. The last paragraph of Section II — Who Is An Insured does not apply to this provision to the extent that such paragraph would conflict with this provision. C. Insured Status — Employees Paragraph 2.a.(1) of Section II — Who Is An Insured is replaced by the following: 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 insureds 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. However: Paragraphs (1)(a) and (1)(d) do not apply to your "employees" or "volunteer workers", who are not employed by you or volunteering for you as health care professionals, for "bodily injury" arising out of "Good Samaritan Acts" while the "employee" or "volunteer worker" is performing duties related to the conduct of your business. "Good Samaritan Acts" mean any assistance of a medical nature rendered or provided in an emergency situation for which no remuneration is demanded or received. Paragraphs (1)(a), (b) and (c) do not apply to any "employee" designated as a supervisor or higher in rank, with respect to "bodily injury" to co -"employees". As used in this provision, "employees' designated as a supervisor or higher in rank means only "employees" who are authorized by you to exercise direct or indirect supervision or control over "employees" or "volunteer workers" and the manner in which work is performed. D. Additional Insureds — Lessees of Premises 1. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization($) who leases or rents a part of the premises you own or manage who you are required to add as an additional insured on this policy under a written contract or written agreement, but only with respect to liability arising out of your ownership, maintenance or repair of that part of the premises which is not reserved for the exclusive use or occupancy of such person or organization or any other tenant or lessee. This provision does not apply after the person or organization ceases to lease or rent premises from you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contractor written agreement to provide for such additional insured. 2. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: U-GL-1345-C TX (03/20) Page 2 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement referenced in Subparagraph D.1. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph D. shall not increase the applicable Limits of Insurance shown in the Declarations. E. Additional Insured — Vendors 1. The following change applies if this Coverage Part provides insurance to you for "bodily injury" and "property damage" included in the "products -completed operations hazard": Section 11— Who Is An Insured is amended to include as an additional insured any person or organization (referred to throughout this Paragraph E. as vendor) who you have agreed in a written contract or written agreement, prior to loss, to name as an additional insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business: However, the insurance afforded to such vendor: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such vendor. 2. With respect to the insurance afforded to these vendors, the following additional exclusions apply: a. The insurance afforded the vendor does not apply to: (1) "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; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) 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; (5) 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 the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) 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; or (8) "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: (a) The exceptions contained in Subparagraphs (4) or (6); or (b) 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. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. U-GL-1345-C TX (03120) Page 3 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. c. This insurance does not apply to any of "your products" for which coverage is excluded under this Coverage Part. 3. With respect to the insurance afforded to the vendor under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the vendor is the amount of insurance: a. Required by the written contract or written agreement referenced in Subparagraph E.1. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph E. shall not increase the applicable Limits of Insurance shown in the Declarations. F. Additional Insured — Managers, Lessors or Governmental Entity 1. Section II — Who Is An Insured is amended to include as an insured any person or organization who is a manager, lessor or governmental entity who you are required to add as an additional insured on this policy under a written contract, written agreement or permit, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omission of those acting on your behalf; and resulting directly from: a. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit; b. Ownership, maintenance, occupancy or use of premises by you; or c. Maintenance, operation or use by you of equipment leased to you by such person or organization. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. 2. This provision does not apply: a. Unless the written contract or written agreement has been executed, or the permit has been issued, prior to the "bodily injury", "property damage" or offense that caused "personal and advertising injury"; b. To any person or organization included as an insured under Paragraph 3. of Section II — Who Is An Insured; c. To any lessor of equipment if the 'occurrence" or offense takes place after the equipment lease expires; d. To any: (1) Owners or other interests from whom land has been leased by you; or (2) Managers or lessors of premises, if: (a) The 'occurrence" or offense takes place after the expiration of the lease or you cease to be a tenant in that premises; (b) The "bodily injury", "property damage" or' personal and advertising injury" arises out of the structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor; or (c) The premises are excluded under this Coverage Part. 3. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-1345-C TX (03/20) Page 4 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. Required by the written contract or written agreement referenced in Subparagraph F.I. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph F. shall not increase the applicable Limits of Insurance shown in the Declarations. G. Damage to Premises Rented or Occupied by You 1. The last paragraph under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through n. do not apply to damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage To Premises Rented To You Limit of Insurance applies to this coverage as described in Section III — Limits Of Insurance. 2. Paragraph 6. of Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises while rented to you, or in the case of damage by one or more "specific perils" to any one premises, while rented to you or temporarily occupied by you with permission of the owner. H. Broadened Contractual Liability The "insured contract" definition under the Definitions Section is replaced by the following: "Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) underwhich you assume the tort liability of another party to pay for "bodily injury", "property damage", or "personal and advertising injury" arising out of the offenses of false arrest, detention or imprisonment, to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. I. Definition — Specific Perils The following definition is added to the Definitions Section: "Specific perils" means: U-GL-1345-C TX (03/20) Page 5 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. Fire; b. Lightning; c. Explosion; d. Windstorm or hail; e. Smoke; f. Aircraft or vehicles; g. Vandalism; h. Weight of snow, ice or sleet; i. Leakage from fire extinguishing equipment, including sprinklers; or j. Accidental discharge or leakage of water or steam from any part of a system or appliance containing water or steam. J. Limited Contractual Liability Coverage — Personal and Advertising Injury 1. Exclusion e. of Section I — Coverage B — Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for "personal and advertising injury" if: (a) The "personal and advertising injury" arises out of the offenses of false arrest, detention or imprisonment; (b) The liability pertains to your business and is assumed in a written contract or written agreement in which you assume the tort liability of another. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement; and (c) The "personal and advertising injury" occurs subsequent to the execution of the written contract or written agreement. Solely for purposes of liability so assumed in such written contract or written agreement, reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "personal and advertising injury" described in Paragraph (a) above, provided: (1) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same written contract or written agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. Paragraph 2.d. of Section I — Supplementary Payments — Coverages A and B is replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; 3. The following is added to the paragraph directly following Paragraph 21. of Section I — Supplementary Payments — Coverages A and B: Notwithstanding the provisions of Paragraph 2.e.(2) of Section I — Coverage B — Personal And Advertising Injury Liability, such payments will not be deemed to be damages for "personal and advertising injury" and will not reduce the limits of insurance. U-GL-1345-C TX (03/20) Page 6 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. K. Supplementary Payments The following changes apply to Supplementary Payments — Coverages A and B: Paragraphs 1.b. and 1.d. are replaced by the following: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. L. Broadened Property Damage 1. Property Damage to Contents of Premises Rented Short -Term The paragraph directly following Paragraph (6) in Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to premises (other than damage by "specific perils"), including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of Insurance applies to Damage to Premises Rented to You as described in Section III — Limits Of Insurance. 2. Elevator Property Damage a. The following is added to Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to "property damage" arising out of the use of an elevator at premises you own, rent or occupy. b. The following is added to Section III — Limits Of Insurance: Subject to Paragraph 5. above, the most we will pay under Coverage A for damages because of "property damage" to property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy is $25,000 per "occurrence". 3. Property Damage to Borrowed Equipment a. The following is added to Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability: Paragraph (4) of this exclusion does not apply to "property damage" to equipment you borrow from others at a jobsite. b. The following is added to Section III — Limits Of Insurance: Subject to Paragraph 5. above, the most we will pay under Coverage A for damages because of "property damage" to equipment you borrow from others is $25,000 per "occurrence". M. Expected or Intended Injury or Damage Exclusion a. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury Or Damage "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. N. Definitions — Bodily Injury The "bodily injury" definition under the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death sustained by that person which results from that bodily injury, sickness or disease. U-GL-1345-C TX (03/20) Page 7 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. O. Insured Status — Amateur Athletic Participants Section II — Who Is An Insured is amended to include as an insured any person you sponsor while participating in amateur athletic activities. However, no such person is an insured for: a. "Bodily injury" to: (1) Your "employee", "volunteer worker" or any person you sponsor while participating in such amateur athletic activities; or (2) You, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company) while participating in such amateur athletic activities; or b. "Property damage" to property owned by, occupied or used by, rented to, in the care, custody or control of, or over which the physical control is being exercised for any purpose by: (1) Your "employee", "volunteer worker" or any person you sponsor; or (2) You, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). P. Non -Owned Aircraft, Auto and Watercraft Exclusion g. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: g. Aircraft, Auto Or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons for a charge; (3) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any "insured contract" for the ownership, maintenance or use of aircraft or watercraft; (5) An aircraft that is hired or chartered by you or loaned to you, with a paid and licensed crew, and is not owned in whole or in part by an insured; or (6) "Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment". Q. Definitions — Leased Worker, Temporary Worker and Labor Leasing Firm 1. The "leased worker" and "temporary worker" definitions under the Definitions Section are replaced by the following: "Leased worker" means a person leased to you by a "labor leasing firm" under a written agreement between you and the "labor leasing firm", to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". U-GL-1345-C TX (03/20) Page 8 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. "Temporary worker" means a person who is furnished to you to support or supplement your work force during "employee" absences, temporary skill shortages, upturns or downturns in business or to meet seasonal or short- term workload conditions. "Temporary worker" does not include a "leased worker". 2. The following definition is added to the Definitions Section: "Labor leasing firm" means any person or organization who hires out workers to others, including any: a. Employment agency, contractor or services; b. Professional employer organization; or c. Temporary help service. R. Definition — Mobile Equipment Definition 12. in Section V — Definitions is replaced by the following: 12. "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in Paragraph a., b., c., or d. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in Paragraph a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment, exceeding a combined gross vehicle weight of 1000 pounds, are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. However, "mobile equipment" does not include any land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is license or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". S. Definitions —Your Product and Your Work The "your product" and "your work" definitions under the Definitions Section are replaced by the following: "Your product": U-GL-1345-C TX (03/20) Page 9of12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance, operation or safety of "your product"; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. "Your work": a. Means: (1) Work, services or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work, services or operations. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance, operation or safety of "your work"; and (2) The providing of or failure to provide warnings or instructions. T. Duties in the Event of Occurrence, Offense, Claim or Suit Condition The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: Notice of an "occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to any insured listed under Paragraph 1. of Section II — Who Is An Insured or an "employee" authorized by you to give or receive such notice. Knowledge by other "employees" of an "occurrence", offense, claim or "suit" does not imply that you also have such knowledge. In the event that an insured reports an "occurrence" to the workers compensation carrier of the Named Insured and this "occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured's failure to report such "occurrence" to us at the time of the "occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. U. Other Insurance Condition Paragraphs 4.a. and 4.b.(1) of the Other Insurance Condition of Section IV — Commercial General Liability Conditions are replaced by the following: 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when Paragraph b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other U-GL-1345-C TX (03120) Page 10 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. insurance by the method described in Paragraph c. below. However, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. Other insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. b. Excess Insurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (1) That is property insurance, Builder's Risk, Installation Risk or similar coverage for "your work'; (ii) That is property insurance purchased by you (including any deductible or self insurance portion thereof) to cover premises rented to you or temporarily occupied by you with permission of the owner; (iii) That is insurance purchased by you (including any deductible or self insurance portion thereof) to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (iv) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I — Coverage A — Bodily Injury And Property Damage Liability; or (v) That is property insurance (including any deductible or self insurance portion thereof) purchased by you to cover damage to: Equipment you borrow from others; or Property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy. (b) Any other primary insurance (including any deductible or self insurance portion thereof) available to the insured covering liability for damages arising out of the premises, operations, products, work or services for which the insured has been granted additional insured status either by policy provision or attachment of any endorsement. Other primary insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. (c) Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. V. Unintentional Failure to Disclose All Hazards Paragraph 6. Representations of Section IV — Commercial General Liability Conditions is replaced by 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. Coverage will continue to apply if you unintentionally: a. Fail to disclose all hazards existing at the inception of this policy; or U-GL-1345-C TX (03/20) Page 11 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. b. Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. W. Waiver of Right of Subrogation Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial General Liability Conditions is replaced by the following: Transfer Of Rights Of Recovery Against Others To Us a. If the insured has rights to recover all or part of any payment we have made under this Coverage Part, 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. b. If the insured waives its right to recover payments for injury or damage from another person or organization in a written contract executed prior to a loss, we waive any right of recovery we may have against such person or organization because of any payment we have made under this Coverage Part. The written contract will be considered executed when the insured's performance begins, or when it is signed, whichever happens first. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. X. Liberalization Condition The following condition is added to Section IV — Commercial General Liability Conditions: Liberalization Clause If we revise this Coverage Part to broaden coverage without an additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the state shown in the mailing address of your policy. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-1345-C TX (03/20) Page 12 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: GLO 0187957-08 WAN 4' Blanket Notification to Others of Cancellation ZURICH or Non -Renewal THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 0187957-08 This endorsement applies to insurance provided under the: Commercial General Liability Coverage Part Effective Date:7/1/2025 A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of. a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.I. or Paragraph B.2. above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. U-GL-1521-B CW (01/19) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: BAP 0187958-08 a Coverage Extension Endorsement Z U R1 C H I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 0187958-08 Effective Date: 07/01/2025 This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment — Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply. U-CA-424-H CW (10/21) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in B. Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in B. Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan 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) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" that is a "private passenger type", light truck or medium truck is disabled. However, the labor must be performed at the place of disablement. As used in this provision, "private passenger type" means a private passenger or station wagon type "auto" and includes an "auto" of the pickup or van type if not used for business purposes. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage — Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: 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 written rental 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"; U-CA-424-H CW (10/21) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (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 $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph 113.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured'; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such 'loss". K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: U-CA-424-H CW (10/21) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. N. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit'; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. O. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: U-CA-424-H CW (10/21) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. P. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, 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 under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". Q. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. R. Hired Auto — World Wide Coverage Paragraph 7.b.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere else in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, S. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. T. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. U. Physical Damage —Additional Temporary Transportation Expense Coverage Paragraph AA.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". U-CA-424-H CW (10/21) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. V. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. W. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-H CW (10121) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: BAP 0187958-08 Blanket Notification to Others of Cancellation or Non -Renewal THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Policy No. BAP 0187958-08 Effective Date: 7/1/2025 This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part SCHEDULE The total number of days for mailing or delivering with respect to Paragraph 13.1. of this endorsement is amended to indicate the following number of days: The total number of days for mailing or delivering with respect to Paragraph 6.2. of k, this endorsement is amended to indicate the following number of days: * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. T J A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph 13.1. or Paragraph B.2. above. U-CA-832-B CW (03/23) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-832-B CW (03/23) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: WC 0187956-08 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. (0) Specific Waiver Name of person or organization (®) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. Premium: The premium charge for this endorsement shall be 0 % percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED WC 42 03 04 B (Ed. 6-14) © Copyright 2014 National Council on compensation Insurance, Inc. All Rights Reserved. NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: WC 0187956-08 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. WC 00 0313 (Ed. 4-84) 0 1983 National Council on Compensation Insurance. NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: WC 0187956-08 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 43 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non -renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non -renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non -renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non -renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non -renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non -renewal date; b. Negate the cancellation or non -renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. 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. WC 0187956-08 Endorsement No. Premium $ Insurance Company Zurich American Insurance Company WC 99 06 43 Page 1 of 1 (Ed. 01-13) Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. @, 2012 Copyright National Council on Compensation Insurance, Inc. All Rights Reserved. NAMED INSURED: Pavecon Ltd. Co. POLICY NUMBER: GLO 0187957-08 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): A General Aggregate Limit applies to each construction project where the Named Insured is performing operations, however, a General Aggregate Limit does not apply to any construction project where the Named Insured is performing operations that are insured under a wrap up or any other consolidated or similar insurance program. 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 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section 1 — Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents under Construction Project General Aggregate Limit Section I — Coverage C, which can be attributed for that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General construction project shown in the Schedule above: Aggregate Limit shown in the Declarations nor 1. A separate Designated Construction Project shall they reduce any other Designated General Aggregate Limit applies to each Construction Project General Aggregate Limit designated construction project, and that limit is for any other designated construction project equal to the amount of the General Aggregate shown in the Schedule above. Limit shown in the Declarations. 4. The limits shown in the Declarations for Each 2. The Designated Construction Project General Occurrence, Damage To Premises Rented To Aggregate Limit is the most we will pay for the You and Medical Expense continue to apply. sum of all damages under Coverage A, except However, instead of being subject to the damages because of "bodily injury" or "property General Aggregate Limit shown in the damage" included in the "products -completed Declarations, such limits will be subject to the operations hazard", and for medical expenses applicable Designated Construction Project under Coverage C regardless of the number of: General Aggregate Limit. a. Insureds; b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 © 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 "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section 1 — Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 2 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantit Unit Price Bid Value UNIT IL• SANITARY SEWER IMPROVEMENTS 1 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12,333120 LF 50 $ 71.06 $ 3,553.00 2 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 2 $ 8,023.45 $ 16,046.90 3 3339.0001 Epoxy Manhole Liner 33 39 60 VF 25 $ 472.58 $ 11,814.50 4 999.0001 Connect To Existing 4"-12" Sewer 00 00 00 EA 4 $2,870.14 $11,480.56 5 3305.0113 CLSM Trench Water Stops 3305 10 EA 1 $3,000.00 $3,000.00 6 3305.0109 Trench Safety 3305 10 LF 50 $1.10 $55.00 7 3305.0203 Imported Embedment/Backfill, CLSM 3305 10 CY 132 $52.03 $6,867.96 8 3301.0101 Manhole Vacuum Testing 33.01.30 EA 1 $ 1,500.00 $ 1,500.00 9 3301.0003 Final-MH-CCTV Inspection 33 01 31 LF 50 $1.10 $55.00 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT 11: SANITARY SEWER IMPROVEMENTSI $54,372.92 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bonds Ranch Road City of Ft. Worth Proposal DAP -Pennington Concrete Utilities REV2.xlsm SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 3 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantit Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 1 24" Class III RCP 33.41.10 LF 955 $ 75.66 $ 72,255.30 2 20' Curb Inlet 3349 10 EA 2 $ 25,045.99 $ 50,091.98 3 10' Recessed Curb Inlet 3349 10 EA 4 $ 6,688.49 $ 26,753.96 4 3301.0012 Post -CCTV Inspection of Storm Drain 3301 32 LF 955 $ 1.65 $ 1,575.75 5 3305.0112 Concrete Collar for Manhole 3305 17 EA 1 $ 1,811.28 $ 1,811.28 6 Trench Safety 3305 10 LF 955 $ 1.10 $ 1,050.50 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 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $153,538.77 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bonds Ranch Road City of Ft. Worth Proposal DAP -Pennington Concrete Utilities REV2.xlsm SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 4 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantit Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 3213.0106 11" concrete pavement 32 13 13 _ 32 13 20 SY EA 4137 $106.00 $438,522.00 2 3213.0506 Barrier Free Ramp, Type P-1 6 $550.00 $3,300.00 3 3213.0301 4" concrete sidewalk 32 13 20 SF 11485 $6.00 $68,910.00 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 TOTAL UNIT IV: PAVING IMPROVEMENTS1 $510,732.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bonds Ranch Road City of Ft. Worth Proposal DAP -Pennington Concrete Utilities REV2.xlsm SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Description Unit Price Bid Value Item No. Section No. Measure Quantit Bid Summary UNIT L• WATER IMPROVEMENTS UNIT IL• SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Pennington Concrete & Utilities 13350 Euless St Euless, TX 76040 Total Construction Bid BY: Erick Chavero TITLE: Project Manager DATE: 1/5/2026 $54,372,92 $153,L 77 $510.732.00 Contractor agrees to complete WORK for FINAL ACCEPTANCE 150 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bonds Ranch Road City of Ft. Worth Proposal DAP -Pennington Concrete Utilities REV2.xlsm 0045 12 DAP PREQUALIFICATTON STATEMENT Page 1 of i SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the complete major work tyLie and actual descri tip 'on as provided by the Water Department for water and sewer and TPW for paving. Major Work Type I Contractor/Subcontractor Company Name Water Distribution, Development, 12-inch Diameter and Smaller Wastewater Mains 12" Diameter and Under Pennington Concrete & Utilities, LLC Prequalification Expiration Date 4/30/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Pennington Concrete & Utilities, LLC BY: Erick Chavero 13350 Euless St Euless, Tx 76040 (Signature) TITLE: Project Manager DATE: 10/07/2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT — DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 DAP Prequalification Statement.docx 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides 5 worker's compensation insurance coverage for all of its employees employed on City Project No. 6 106289. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as 7 amended, it will provide to City its subcontractor's certificates of compliance with worker's 8 compensation coverage. 9 10 CONTRACTOR: 11 1�1WfBy: 1aO QY)ktA% 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 m 39 Company j Address City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § (Please Print) Signature: Title: (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared L .0,1v n] S known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of �f. ►ti+n icn�^rc�ti I" ,�— 1- W4'e�or the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ _%O -4 k day of c` . 20Z (7 Notary Public in and for the State of Texas SIMON RODRIGUEZ, JR My Notary ID # 124752142 Expires November 20, 2 F SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April. 2, 2014 Bonds Ranch Road CPN106289 005243-1 Developer Awarded Project Agreement Page 1 of 6 1 SECTION 00 52 43 2 AGREEMENTTHIS AGREEMENT, authorized on -(,� is made by and between the 3 Developer, CB -Direct Bonds Ranch, LP), authorized to do business in Texas ("Developer") , 4 and Pennington Concrete & Utilities LLC 5 authorized to do business in Texas, acting by and through its duly authorized 6 representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, 8 agree as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for 11 the Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a 14 part is generally described as follows: 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 15D calendar days after 23 the date when the Contract Time commences to run as provided in Paragraph 12.04 of 24 the Standard City Conditions of the Construction Contract for Developer Awarded 25 Projects. 26 27 CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 005243-2 Devetoper Awarded Project Agreement Page 2 of 6 28 3.3 Liquidated damages 29 Contractor recognizes that time is of the essence of this Agreement and that 30 Developer will suffer financial loss if the Work is not completed within the times 31 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance 32 with Article 10 of the Standard City Conditions of the Construction Contract for 33 Developer Awarded Projects. The Contractor also recognizes the delays, expense 34 and difficulties involved in proving in a legal proceeding the actual Loss suffered by 35 the Developer if the Work is not completed on time. Accordingly, instead of requiring 36 any such proof , Contractor agrees that as liquidated damages for delay (but not as 37 a penalty), Contractor shall pay Developer Five Hundred Dollars ($5-QQ) for each day 38 that expires after the time specified in Paragraph 3.2 for Final Acceptance until the 39 City issues the Final Letter of Acceptance. 40 Article 4. CONTRACT PRICE 41 Developer agrees to pay Contractor for performance of the Work in accordance with the 42 Contract Documents an amount in current funds of Severed Eighteen Thousand, Six 43 Hundred Forty -Three Dollars and Sixty -Nine Cents. ($718.643.62). 44 Article 5. CONTRACT DOCUMENTS 45 5.1 CONTENTS: 46 A. The Contract Documents which comprise the entire agreement between 47 Developer and Contractor concerning the Work consist of the foLLowing: 48 1. This Agreement. 49 2. Attachments to this Agreement: 50 a. Bid Form (As provided by Developer) 51 1) Proposal Form (DAP Version) 52 2) Prequalification Statement 53 3) State and Federal documents (project specific) 54 b. Insurance ACORD Form(s) 55 c. Payment Bond (DAP Version) 56 d. Performance Bond (DAP Version) Bonds Ranch Road CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPNIO6289 Revised June 16, 2016 57 58 59 60 61 62 o05243-3 Developer Awarded Project Agreement Page 3 of 6 e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 63 4. Supplementary Conditions. 64 5. Specifications specifically made a part of the Contract Documents by 65 attachment or, if not attached, as incorporated by reference and described in 66 the Table of Contents of the Project's Contract Documents. 67 6. Drawings. 70 71 72 73 74 75 76 77 78 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Revised June 16, 2016 Bonds Ranch Road CPN 106289 005243-4 Developer Awarded Project Agreement Page 4 of 6 79 Article 6. INDEMNIFICATION 80 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 81 own expense, the city, its officers, servants and employees, from and against any 82 and all claims arising out of, or alleged to arise out of, the work and services to be 83 performed by the contractor, its officers, agents, employees, subcontractors, 84 licenses or invitees under this contract. This indemnification provision is 85 specifically intended to overate and be eff _rtive a_vpn if it is alioged or proven that 86 all some of the ught were caused. in whose or in PAA bW any 87 act, omission or n gligence of the ciw. This indemnity provision is intended to 88 include, without limitation, indemnity for costs, expenses and legal fees incurred 89 by the city in defending against such claims and causes of actions. 90 91 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 92 expense, the city, its officers, servants and employees, from and against any and 93 all loss, damage or destruction of property of the city, arising out of, or alleged to 94 arise out of, the work and services to be performed by the contractor, its officers, 95 agents, employees, subcontractors, licensees or invitees under this contract. 96 This indemnification provision iS'necifically intended to overate and be effective 97 even_ if it is alleged or nroven that all or some of the damages being sought mere 98 can-gpr)I_ in tmhnie nr in r 4 M..__ - _ v.__z_- ___ _ _.. _ _ __ M 100 Article 7. MISCELLANEOUS 101 7.1 Terms. 102 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions 103 of the Construction Contract for Developer Awarded Projects. 104 7.2 Assignment of Contract. 105 This Agreement, including all of the Contract Documents may not be assigned by the 106 Contractor without the advanced express written consent of the Developer. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN106289 Revised June 16, 2016 00 52 43 - 5 Developer Awarded Project Agreement Page 5 of 6 107 7.3 Successors and Assigns. 108 Developer and Contractor each binds itself, its partners, successors, assigns and 109 legal representatives to the other party hereto, in respect to all covenants, 110 agreements and obligations contained in the Contract Documents. 111 7.4 Severability. 112 Any provision or part of the Contract Documents held to be unconstitutional, void or 113 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 114 remaining provisions shall continue to be valid and binding upon DEVELOPER and 115 CONTRACTOR. 116 7.5 Governing Law and Venue. 117 This Agreement, including all of the Contract Documents is performable in the State 118 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for 119 the Northern District of Texas, Fort Worth Division. 120 121 7.6 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duty 123 authorized signatory of the Contractor. 124 125 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in 126 multiple counterparts. 127 128 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 129 Contractor: Developer: CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN7o6289 Revised June 16, 2016 130 By: (Signature) (Printed Name) 005243-6 Developer Awarded Project Agreement Page 6 of 6 By: r V � (Signature) 06t1.6 s Q0S.)>^ (Printed Name) Title: du Title: ?0-c-o (-f 4mpany�Namme CovlCvl �ufi� t�� Companyname: Address: Address: IZZ�� Y411C'',+ n f, 133Sc�� City/State/Zip: f ,u 16S ) X '760 C/o 61 loci Z -ap-_ Date City/State/Zip: D C,(\ 1,y( I \)(" -7 f L r I Date I /&Jz� Bonds Ranch Road CITY OF FORT WORTH CPN106289 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Revised June 16. 2016 006213-1 PERFORMANCE BOND Page 1 of 3 EXECUTED IN DUPLICATE 1 SECTION 00 62 13 Bond No. FIC0001668 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Pennington Concrete and Utilities; LLC , known as 8 "Principal" herein and Frankenmuth Insurance Company , a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 11 ds'�wct, &, authorized to do business in Texas ("Developer") and the City of 12 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, 13 Seven Hundred Eighteen Thousand Six Hundred Forty-three & 69/100 Dollars ($ 718,643.69 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 15 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number 26-0008 and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 3rd day of September , 20 25 , which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as East Bonds Ranch Road Improvements. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH East Bonds Ranch Road Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 6th day of January 9 20 26 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 ATTEST: (Principa retary T Witness as to Principal -�dn OX,4� �, rn " W tness as 6 Surety, Ashlyn Simchik PRINCIPAL: Pennington Concrete and Utilities, LLC BY: Signature Name and Title Address: 13350 Euless St. Euless, TX 76040 1%1.lilt. SURETY. GY Jtl4 Frankenmuth Insurance Company :. I BY: G V . Slinatud r mo• Sean McCauley, Jr., Attorney-in-Factt : Name and Title Address: 1 Mutual Avenue Frankenmuth, MI 48787 Telephone Number: (989) 652-6121 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. CITY OF FORT WORTH East Bonds Ranch Road Improvements STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 106289 Revised January 31, 2012 006213-3 PERFORMANCE BOND Page 3 of 3 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 East Bonds Ranch Road Improvements CPN 106289 006214-1 PAYMENTBOND Pagel of 3 EXECUTED IN DUPLICATE 1 SECTION 00 62 14 Bond No. FIC0001668 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Pennington Concrete and Utilities, LLC _ _ _ known as 8 "Principal" herein, and Frankenmuth Insurance Company a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the 11 Developer, CG-9 c t- Qonas �2u noN J L1P ., authorized to do business in Texas 12 "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal 13 sum Of Seven Hundred Eighteen Thousand Six Hundred Forty-three & 69/100 Dollars 14 ($ 718,643.69 _), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the 16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, 17 successors and assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number 26-0008 ;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 3rd day of September , 20 25 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as East Bonds Ranch Road Improvements. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH East Bonds Ranch Road Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised January 31, 2012 0062 14 - 2 PAYMENT BOND Page 2 of 3 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 6th day of 6 January , 20 26 VA 8 9 10 11 12 13 14 ATTEST: ;(Pri Secretary Witness as to Principal ATTEST: `_ _ - (Surety) &%pC$gM Cade Allie, Witness AWitness Was to ety, Ashlyn Simchik PRINCIPAL: Pennington Concrete and Utilities LLC BY: Signature Name and Title Address: 13350 Euless St. Euless, TX 76040 SURETY: Frankenmuth Insurance Comj�allw Signature Sean McCauley, Jr., Attorney -in -Fact- Name and Title Address: 1 Mutual Avenue Frankenmuth, MI 48787 Telephone Number: - (989) 652-6121 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH East Bonds Ranch Road Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised January 31, 2012 006214-3 PAYMENT BOND Page 3 of 3 CITY OF FORT WORTH East Bonds Ranch Road Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised January 31, 2012 006219-1 MAINTENANCE BOND Page] of 3 EXECUTED IN DUPLICATE I SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Pennington Concrete and Utilities, LLC , known as 9 "Principal" herein and Frankenmuth Insurance Company , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 12 C {S i r k (3vn 2s YcrnwLh , P , authorized to do business in Texas ("Developer") and the 13 City of Fort Worth, a Texas municipal corporation ("City"), in the sum 14 of Seven Hundred Eighteen Thousand Six Hundred Forty-three & 69I100 Dollars ($ 718,643.69 , 15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 16 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 17 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 18 jointly and severally, firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number 26-0008 ;and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 3rd day of September _ , 20 25 , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as East Bonds Ranch Road 29 Improvements; and 30 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of two (2) years 34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH East Bonds Ranch Road Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 2 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 3 upon receiving notice from the Developer and/or City of the need thereof at any time within the 4 Maintenance Period. 5 6 NOW THEREFORE, the condition of this obligation is such that if Principal shall 7 remedy any defective Work, for which timely notice was provided by Developer or City, to a 8 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 9 remain in full force and effect. 10 1 I PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 12 noticed defective Work, it is agreed that the Developer or City may cause any and all such I3 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 14 by the Principal and the Surety under this Maintenance Bond; and 15 16 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 17 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 18 Worth Division; and 19 20 PROVIDED FURTHER, that this obligation shall be continuous in nature and 21 successive recoveries may be had hereon for successive breaches. 22 23 24 CITY OF FORT WORTH East Bonds Ranch Road Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 6th day of Januar _ 3 20 26 . 4 5 6 7 8 9 10 11 ATTEST: 12 13 I4 (P ' ' 1) Secretary 15 l 17 18 19 20 Witness as to Principal 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 32 (Surety) SXKAM Cade Allie, Witness 33 34 35 Wi ne�astrety, Ash yn Pimchik 36 PRINCIPAL: Pennington Concrete and Utilities, LLC BY: Signature Name and Title Address: 13350 Euless St. Euless TX 76040 .,iill!lrr. SURETY: Frankenmuth Insurance Comply BY: Signature Sean McCauley, Jr., Attorney -in -Fact Name and Title Address: I Mutual Avenue Frankenmuth, MI 48787 Telephone Number: (989) 652-6121 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH East Bands Ranch Road Improvements STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised January 31, 2012 FRANKENMUTH INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that Frankenmuth Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the State of Michigan, having its principal office at 1 Mutual Avenue, Frankenmuth, Michigan 48787, does hereby nominate, constitute and appoint: Sean McCauley, Jr. Sam Duckett, Bridget Truxilio, Sarah Timmons, Ashlyn Simchik, Jarrod Yost Their true and lawful attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal, acknowledge and deliver any and all bonds, contracts and undertakings of suretyship, with the exception of Financial Guaranty Insurance, provided, however, that the penal sum of any one such instrument shall not exceed the sum of - Fifty Million and 00/100 Dollars ($50,000,000) This Power of Attorney is granted pursuant to the following Resolution duly adopted at a meeting of the Board of Directors of Frankenmuth Insurance Company: "RESOLVED, that the President, Senior Vice President or Vice President and each of them under their respective designations, hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer of the Company, qualifying the attorney(s) named in the given power of attorney, to execute on behalf of, and acknowledge as the act and deed of Frankenmuth Insurance Company on all bonds, contracts and undertakings of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hererlstd'liff'rRdtbis i day of N Ay e.�a,, as;Z e' ter,' Frankenmuth Insurance Company By isti :;t Andrew H. Knudsen '%t. y President, Chief Operating Officer and Secretary STAT�F MIGily1�A1 )` COIJNTl9tWStAPINAW Swom to before me, a Notary Public in the State of Michigan, by Andrew H. Knudsen, tome personally known to be the individual and off cer described in, and who executed the preceding instrument, deposed and said the Corporate Seal and his signature as Officer wcre affixed and subscribed to said instrument by the authority of the Company. ..ta. • r IN TESTIMONY WHEREOF, !have set my hand, and affixed my Official Seal this 7 day of .tlo+��a �� rr.,� (Seal) ;4re.�. Susan L. Fresorger, Notary Pu c Saginaw County, State of Michigan, ct t = d' My Commission Expires: April3,2028 +t'� a�t�`q� �x ,•` LP I, the undersigned, Chief Executive Officer of Frankenmuth Insurance Company, do hereby certify that the f)Ogping is a trit3t corPect and complete copy of the original Power of Attorney, that said Power of Attorney has not been revoked or rescitided and is ift: 11 force and effect as of this date. ' IN WITNESS WHEREOF, I have set my hand and affixed the Seal of the Com any, this 6th day of January 2026 <—_� L14al- 'Frederick A. Edmond, Jr. Chief Executive Officer ALL CORRESPONDENCE RELATED TO BOND VALIDATION AND/OR A CLAIM SHOULD BE DIRECTED TO VP SURETY, 701 U.S ROUTE ONE, SUITE 1, YARMOUTH, ME 04096 Texas Department of Insurance Amended Certificate of Authority License no. 95333 Licensed since: February 18, 1999 Department Certification Frankenmuth Insurance Company (foreign stock fire and casualty company) organized under the laws of the state of Michigan This entity has complied with the laws of the state of Texas, as applicable, and is authorized to transact the following lines of insurance: Allied Coverages, Auto Physical Damage, Automobile Liability, Boiler & Machinery, Burglary & Theft, Employers' Liability, Fidelity & Surety, Fire, Forgery, Glass, Hail, Inland Marine, Liability Other than Auto, Livestock, Ocean Marine, Rain 40 This amended certificate of authority is in full force and effect until it is revoked, canceled, or suspended according to law. Given under my hand and official seal of office in the city of Austin, April 19, 2023 CASSIE BROWN COMMISSIONER OF INSURANCE John Carter, Director Company Licensing and Registration Financial Regulation Division Commissioner's order no. 3632 IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE To obtain information or file a claim: You may call Frankenmuth Insurance Company for information or to file a claim at: 1-989-480- 369 You may also write to Frankenmuth Insurance Company at: Frankenmuth Insurance Company One Mutual Avenue Frankenmuth, MI 48787 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252�439 You may write the Texas Department of Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Frankenmuth Insurance Company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o presentar un reclamo: Usted puede Ilamar a Frankenmuth Insurance Company para obtener informacion o para presentar un reclamo al: 1-989-480-4369 Tambien puede escribir a Frankenmuth Insurance Company a la siguiente direcci6n: Frankenmuth Insurance Company One Mutual Avenue Frankenmuth, MI 48787 Puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n sobre compafifas, coberturas, derechos o quejas al: 1-800-252-3439 Tambien puede escribir al Departamento de Seguros de Texas: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http:/twww.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa relacionada con su prima o con un reclamo, debe comunicarse primero con Frankenmuth Insurance Company. Si la disputa no se resuelve, puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solo para fines informativos y no forma parte ni condici6n del documento adjunto. 00 ML0042 44 04 16 Page 1 of 1 / TeX,qSMutuar WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 7/1/25 at 12:01 a.m. standard time, forms a part of: Policy no. 0001309033 of Texas Mutual Insurance Company effective on 7/1 /25 Issued to: LELAND PENNINGTON INC DBA: PENNINGTON CONCRETE NCCI Carrier Code: 29939 This is not a bill i Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 6/25/25 WC 42 03 04 B POLICY NUMBER: 27307706 COMMERCIAL LIABILITY UMBRELLA CU 02 02 05 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: 2. Address: PER SCHEDULE ON FILE CANCELLATION FOR NONPAYMENT 10 DAYS 3. Number Of Days Advance Notice: 3 0 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) CU 02 02 05 03 © ISO Properties, Inc., 2002 Page 1 of 1 POLICY NUMBER: 27307706 COMMERCIAL LIABILITY UMBRELLA CU 24 03 12 20 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 THAT THE INSURED IS REQUIRED BY A CONTRACT TO PROVIDE A WAIVER OF SUBROGATION Information required to complete this Schedule, if not shown above, will be shown in the Delarations. 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 recoveryagainst the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CU 24 03 12 20 © Insurance Services Office, Inc.,2020 Page 1 of 1 POLICY NUMBER: 27307706 COMMERCIAL LIABILITY UMBRELLA CU 02 02 05 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: 2. Address: 3. Number Of Days Advance Notice: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) CU 02 02 05 03 © ISO Properties, Inc., 2002 Page 1 of 1 POLICY NUMBER: 27307706 COMMERCIAL LIABILITY UMBRELLA CU 24 03 12 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGAT ION) This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Name Of Person(s) Or Organizat ion(s): Information required to complete this Schedule, if not shown above, will be shown in the Delarations . 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 recoveryagainst the person(s) or organization (s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization (s) prior to loss. This endorsement applies only to the person(s) or organization (s) shown in the Schedule above. CU 24 03 12 20 ©Insurance Services Office, Inc.,2020 Page 1 of 1 POLICY NUMBER: 27307706 IL 71 05 10 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. :jc71IT, /_1WL_dIall NQZ[ddil, k9AI-IIYits] .I AM0119.I4:aIi;6-111111:7_1►[d=«01ZIa]III iLsLI This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART COMMERCIAL UMBRELLA COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured; (3) The additional insured gives us prompt written notice of any "occurrence" which may result in a claim and prompt written notice of "suit'; (4) The additional insured immediately forwards all legal papers to us, cooperates in the investigation or settlement of the claim or defense against the "suit', and otherwise complies with policy conditions. (5) The additional insured must tender the defense and indemnity of any claim or "suit' to any other insurer which also insures against a loss we cover under this policy. This includes, but is not limited to, any insurer which has issued a policy of insurance in which the additional insured qualifies as an insured. For the purpose of this requirement, the term "insures against' refers to any self-insurance and to any insurer which issued a policy of insurance that may provide coverage for the loss, regardless of whether the additional insured has actually requested that the insurer provide the additional insured with a defense and/or indemnity under that policy of insurance. (6) The additional insured agrees to make available any other insurance that the additional insured has for a loss we cover under this policy. IL 71 05 10 14 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 POLICY NUMBER: 10095123682 COMMERICAL AUTO CA 71 09 01 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COMMON POLICY CONDITIONS COVERAGEINDEX DESCRIPTION Temporary Substitute Auto Physical Damage Broad Form Insured Employee as Insureds Additional Insured Status by Contract, Agreement or Permit Bail Bond Coverage Loss of Earnings Coverage Amended Fellow Employee Coverage Towing and Labor Physical Damage Additional Transportation Expense Coverage Extra Expense - Theft Rental Reimbursement and Additional Transportation Expense Personal Effects Coverage Personal Property of Others Locksmith Coverage Vehicle Wrap Coverage Airbag Accidental Discharge Audio, Visual and Data Electronic Equipment Coverage Auto Loan/Lease Total Loss Protection Glass Repair — Deductible Amendment Amended Duties in the Event of Accident, Claim, Suit or Loss Waiver of Subrogation Required by Contract Unintentional Failure to Disclose Hired, Leased, Rented or Borrowed Auto Physical Damage Mental Anguish Extended Cancellation Condition The COVERAGE INDEX set forth above is informational only and grants no coverage. Terms set forth in (Bold Italics) are likewise for information only and by themselves shall be deemed to grant no coverage. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 7 (Temporary Substitute Auto Physical Damage) A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I — COVERED AUTOS, paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos is amended by adding the following at the end of the existing language: If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction B. BROADENED LIABILITY COVERAGES SECTION II — LIABILITY COVERAGE in Paragraph A. Coverage at 1. Who Is An Insured is amended to include the following: (Broad Form Insured) d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is 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 Limit of Insurance. e. Any organization that is acquired or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1) That is a joint venture or partnership, (2) That is an "insured" under any other policy, (3) That has exhausted its Limits of Insurance under any other policy, or (4) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. (Employee as Insureds) f. Any employee of yours while acting in the course of your business or your personal affairs while using a covered "auto" you do not own, hire or borrow. (Additional Insured Status by Contract, Agreement or Permit) g. Any person or organization whom you are required to add as an additional insured on this policy under a written contract or agreement; but the written contract or agreement must be: (1) Currently in effect or becoming effective during the term of this policy; and (2) Executed prior to the "bodily injury" or "property damage." The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of the ownership, maintenance or use of the covered "autos" at the location(s) designated, if any. Coverage provided by this endorsement will not exceed the limits of liability required by the written contract or written agreement even if the limits of liability stated in the policy exceed those limits. This endorsement shall not increase the limits stated in Section II. C. Limits of Insurance. For any covered "auto" you own this Coverage Form provides primary coverage. Page 2 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 C. BROADENED SUPPLEMENTARY PAYMENTS SECTION II. LIABILITY A. Coverage 2. Coverage Extensions a. Supplementary Payments (2) and (4) are replaced by the following: (Bail Bond Coverage) (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (Loss of Earnings Coverage) (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earning up to $500 a day because of time off from work. (Amended Fellow Employee Exclusion) D. AMENDED FELLOW EMPLOYEE EXCLUSION Only with respect to your "employees" who occupy positions which are supervisory in nature, SECTION II. LIABILITY B. Exclusion 5. Fellow Employee is replaced by: 5. Fellow Employee "Bodily Injury": a. To you, or your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); b. To your "executive officers" and directors (if you are an organization other than a partnership, joint venture, or limited liability company) but only with respect to performance of their duties as your officers or directors; c. For which there is an obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph a and b above; or d. Arising out of his or her providing or failing to provide professional health care services. For purposes of this endorsement, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, transfer, direct, discipline or discharge. E. BROADENED PHYSICAL DAMAGE COVERAGES SECTION III — PHYSICAL DAMAGE COVERAGE A. Coverage is amended as follows: (Towing and Labor) 2. Towing is deleted and replaced with the following: 2. Towing and Labor We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" is disabled: a. For private passenger type vehicles we will pay up to $100 per disablement. b. For all other covered "auto's" we will pay up to $500 per disablement However, the labor must be performed at the place of disablement. (Physical Damage Additional Transportation Expense Coverage) 4. Coverage Extensions a. Transportation Expenses is amended to provide the following limits: We will pay up to $60 per day to a maximum of $1,800. All other terms and provisions of this section remain applicable. The following language is added to 4. Coverage Extensions: (Extra Expense. Theft) c. Theft Recovery Expense If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay the expense of returning that stolen auto to you. The limit for this coverage extension is $5,000. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 7 (Rental Reimbursement and Additional Transportation Expense) d. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense coverage only for those Physical Damage coverages for which a premium is shown in the Declarations or schedule pages. Coverage applies only to a covered "auto". (1) We will pay for auto rental expense and the expense incurred by you because of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto." Payment applies in addition to the otherwise applicable coverage you have on a covered "auto." No deductible applies to this coverage. (2) We will pay only for expenses incurred during the policy period and beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto." If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you, or (b) 30 days. (3) Our payment is limited to the lesser of the following amounts: (a) Necessary and actual expenses incurred; or (b) $75 per day. (c) This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (d) If "loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under the SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. (Personal Effects Coverage) e. Personal Effects If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for Personal Effects stolen with the "auto". The insurance provided under this provision is excess over any other collectible insurance. For this coverage extension, Personal Effects means tangible property that is worn or carried by an "insured". (Personal Property of Others) f. Personal Property of Others We will pay up to $500 for loss to personal property of others in or on your covered "auto." This coverage applies only in the event of "loss" to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overturn. No deductibles apply to this coverage. (Locksmith Coverage) g. Locksmith Coverage We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 (Vehicle Wrap Coverage) h. Vehicle Wrap Coverage If you have Comprehensive or Collision coverage on an "auto" that is a total loss, in addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage for any one 'loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. (Airbag Accidental Discharge) F. SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended at 3. to include the following language: If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion does not apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage applies only to a covered auto you own and is excess of any other collectible insurance or warranty. No deductible applies to this coverage. G. BROADENED LIMITS OF INSURANCE (Audio, Visual and Data Electronic Equipment Coverage) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance at 1.b. is amended to provide the following limits: b. Limits of $1,000 per "loss" is increased to $5,000 per "loss". All other terms and provisions of this section remain applicable. (Auto Loan/Lease Total Loss Protection) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance is amended by adding the following language: 4. In the event of a total "loss" to a covered "auto" shown in the Schedule pages, subject at the time of the 'loss" to a loan or lease, we will pay any unpaid amount due including up to a maximum of $500 for early termination fees or penalties on the lease or loan for a covered"auto" less: a. The amount paid under the Physical Damage Coverage Section of the policy; and b. Any: (1) Overdue lease / loan 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) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. (Glass Repair. Deductible Amendment) H. GLASS REPAIR — DEDUCTIBLE SECTION III — PHYSICAL DAMAGE COVERAGE — D. Deductible is amended by adding the following: Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, rather than replaced. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 7 (Amended Duties in the Event of Accident, Claim, Suit or Loss) I. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions , the following is added to paragraph 2. Duties In The Event of Accident, Suit or Loss: d. Knowledge of any "accident", "claim", "suit" or "loss" will be deemed knowledge by you when notice of such "accident", "claim", "suit" or "loss" has been received by: (1) You, if you are an individual; (2) Any partner or insurance manager if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; (4) Your members, managers or insurance manager, if you are a limited liability company; or (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization. (Waiver of Subrogation by Contract) J. WAIVER OF SUBROGATION REQUIRED BY CONTRACT Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer of Rights of Recovery Against Others to Us the following language is added: However, we waive any rights of recovery we may have against the person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under the policy to which this endorsement is attached. This provision does not apply unless the written contract or written agreement has been executed, or permit has been issued, prior to the "bodily injury" or "property damage." (Unintentional Failure to Disclose) K. UNINTENTIONAL FAILURE TO DISCLOSE Under SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, the following is added to 2. Concealment, Misrepresentation Or Fraud : Your unintentional error in disclosing, orfailing to disclose, any material fact existing at the effective date of this Coverage Form, or during the policy period in connection with any additional hazards, will not prejudice your rights under this Coverage Form. (Hired, Leased, Rented or Borrowed Auto Physical Damage) L. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE Under SECTION IV — BUSINESS AUTO CONDITIONS B. General Conditions 5. Other Insurance Paragraph 5.b. is replaced by the following: b. (1) For "Comprehensive" and "Collision" Auto Physical Damage coverage provided by this endorsement, the following are deemed to be covered "autos" you own: (a) Any Covered "auto" you lease, hire, rent or borrow; and (b) Any Covered "auto" hired or rented by your "employee" 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" (2) Limit of Insurance For This Section The most we will pay for any one "loss" is the lesser of the following: (a) $75,000 per accident, or (b) actual cash value at the time of loss, or (c) cost of repair. Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 Minus a $500 deductible. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total loss. No deductible applies to "loss" caused by fire or lightning. (3) This Hired Auto Physical Damage coverage is excess over any other collectible insurance. (4) Definitions For This Section (a) Comprehensive Coverage: from any cause except the covered "auto's" collision with another object or the covered "auto's" overturn. We will pay glass breakage, "loss" caused by hitting a bird or animal and, "loss" caused by falling objects or missiles. (b) Collision Coverage: caused by the covered "auto's" collision with another object or by the covered "auto's" overturn. (Mental Anguish) M. MENTAL ANGUISH Under SECTION V — DEFINITIONS, C. is replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death resulting from bodily injury, sickness, or disease. (Extended Cancellation Condition) N. EXTENDED CANCELLATION CONDITION Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 7 POLICY NUMBER: 10095123682 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 M. Severability Except with respect to the Limits of Liability and the Retention, and any rights or duties specifically assigned in this Policy to the First Named Insured, this Policy applies as if each Named Insured were the only Named Insured, and separately to each Insured against whom a Claim is made. Any misrepresentation, act, error, or omission that is in violation of a duty, term, or condition under this Policy by one Insured shall not by itself affect Coverage for another Insured under this Policy. However, this exception shall not apply to the Insured who is a parent, subsidiary or affiliate of the Insured which committed the misrepresentation, act, error, or omission referenced above. N. Sole Agent The First Named Insured shall act on behalf of all Insureds, if any, for the payment or return of any premium, payment of any Retention, receipt and acceptance of any Endorsement issued to form a part of this Policy, giving and receiving Notices of Cancellation or Non -Renewal, the exercise of the rights provided in the Extended Reporting Period, and the receipt and acceptance of any payment required to be made by us under the Policy. O. Subrogation If we pay any amount under this policy, we shall be subrogated to all of the Insured's rights of recovery against any person, firm, or organization. The Insured shall execute and deliver instruments and papers and do whatever is necessary to secure such rights. The Insured shall not waive or prejudice such rights subsequent to when a Claim is first made or when the Insured discovers a Pollution Condition. Any recovery as a result of a subrogation proceeding under this Policy shall accrue first to you to the extent of any payments in excess of the Limits of Liability of this Policy, then to us to the extent of our payment under this Policy, and then to you to the extent of your payment of the Retention. Expenses incurred in such subrogation proceedings shall be apportioned among the interested parties in the recovery in the proportion that each interested party's share in the recovery bears to the total recovery amount. Notwithstanding the foregoing, we waive our right of recovery against any individual or entity, except for a Professional Subconsultant or Subcontractor, if and to the extent you agreed to waive your right of recovery against such individual or entity in a written agreement signed by the Named Insured prior to the first commencement of a Pollution Condition or prior to a negligent act, error or omission in Professional Services, as applicable to which this insurance applies. MS CPPL 0073 0003 06 24 Page 27 of 27 U!"INSU COMMERCIAL GENERAL LIABILITY Declarations Forms and endorsements schedule ACCOUNT NUMBER 6896993295 POLICY NUMBER 10008497357 EFFECTIVE DATE 12/14/2025 The following is a list of the forms and endorsements that make up your policy. This listing of titles is for ease of reference and does not affect the terms and conditions of the coverage set forth on the form and you are directed to the actual form for details. FORM NUMBER TITLE OF FORM CG 00 01 04 13 Commercial General Liability Coverage Form CG 01 03 06 06 Texas Changes CG 02 05 12 04 Texas Changes - Amendment Of Cancellation Provisions Or Coverage Change CG 20 01 1219 Primary And Noncontributory - Other Insurance Condition CG 20 10 10 01 Additional Insured - Owners, Lessees Or Contractors - Scheduled Person Or Organization CG 20 10 12 19 Additional Insured - Owners, Lessees Or Contractors - Scheduled Person Or Organization CG 20 26 12 19 Additional Insured - Designated Person Or Organization CG 20 37 10 01 Additional Insured - Owners, Lessees Or Contractors - Completed Operations CG 20 38 12 19 Additional Insured - Owners, Lessees Or Contractors - Automatic Status For Other Parties When Required In Written Construction Agreement CG 21 32 05 09 Communicable Disease Exclusion CG 21 67 12 04 Fungi Or Bacteria Exclusion CG 21 70 01 15 Cap On Losses From Certified Acts Of Terrorism CG 21 96 03 05 Silica Or Silica -Related Dust Exclusion CG 22 34 04 13 Exclusion - Construction Management Errors And Omissions CG 22 79 04 13 Exclusion - Contractors - Professional Liability CG 24 04 12 19 Waiver Of Transfer Of Rights Of Recovery Against Others To Us (Waiver of Subrogation) CG 25 03 05 09 Designated Construction Project(s) General Aggregate Limit CG 26 39 12 07 Texas Changes - Employment -Related Practices Exclusion CG 33 53 12 23 Exclusion -Access or Disclosure of Confidential or Personal Information & Data -Related Liability - With Limited Bodily Injury Exception CG 40 15 12 20 Cannabis Exclusion With Hemp Exception CG 40 31 09 22 Texas Broad Abuse Or Molestation Exclusion CG 70 01 04 25 General Liability Declarations CG 70 12 07 10 Special Events Exclusion Endorsement CG 71 15 09 01 Exclusion - Exterior Insulation And Finish Systems (EIFS) CG 71 25 02 12 Property Damage Deductible Liability Insurance IL71440425 U!"INSU ACCOUNT NUMBER 6896993295 POLICY NUMBER 10008497357 COMMERCIAL GENERAL LIABILITY EFFECTIVE DATE Declarations 12/14/2025 Forms and endorsements schedule FORM NUMBER TITLE OF FORM CG 71 64 06 22 Multi -Unit and Tract Housing Exclusion IL 00 03 09 08 Calculation Of Premium IL 00 17 11 98 Common Policy Conditions IL 00 21 09 08 Nuclear Energy Liability Exclusion Endorsement IL 01 68 03 12 Texas Changes - Duties IL 02 75 11 13 Texas Changes - Cancellation And Nonrenewal Provisions For Casualty Lines And Commercial Package Policies IL 70 28 04 25 Policy Jacket IL 70 68 01 10 Exclusion - Lead - Hazardous Properties IL 70 69 01 10 Exclusion - Underground Storage Tanks IL 70 70 09 12 Absolute Asbestos Exclusion IL 71 44 04 25 Forms & Endorsement Schedule IL 71 59 04 25 Common Declaration Page IL 71 77 08 22 Absolute PFAS Exclusion ST 15 31 07 10 Texas -Notice Silica ST 16 80 06 22 Notice to Policyholders Multi -Unit and Tract Housing Exclusion ST 16 81 06 22 Texas Accident Prevention Services Notification of Availability ST 18 82 06 16 Notice to Policyholders - Location and Premises Clarification ST 19 26 04 25 Signature Forms Cover Letter ST 19 27 01 21 Policyholder Disclosure Notice Mandatory Availability Of Terrorism Insurance Coverage ST 19 47 11 19 Texas Notice - Have a Complaint or Need Help? ST 19 65 01 21 Notice To Policyholders Communicable Disease Exclusion ST 20 02 09 21 U.S. Treasury Department's Office of Foreign Assets Control ("OFAC") Advisory Notice to Policyholders ST 20 03 11 21 Notice of Premium Audit Noncompliance Charge UW 17 30 09 19 Agreement to Provide Notice of Cancellation/Non-Renewal or Material Change in Coverage IL71440425 POLICY NUMBER: 10008497357 COMMERCIAL GENERAL LIABILITY CG20381219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS FOR OTHER PARTIES WHEN REQUIRED IN WRITTEN CONSTRUCTION AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured described in Paragraph 1. or 2. above. However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for the person or organization described in Paragraph 1. above are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or CG 20 38 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall applicable limits of insurance. not increase the Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 38 12 19 POLICY NUMBER: 10008497357 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 10008497357 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 10008497357 COMMERCIAL GENERAL LIABILITY CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: 2. Address: 3. 1 Number of days advance notice: Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 02 05 12 04 © ISO Properties, Inc., 2003 Page 1 of 1 ❑ 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 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................5 Article2 — Preliminary Matters......................................................................................................................... 6 2.01 Before Starting Construction........................................................................................................6 2.02 Preconstruction Conference.......................................................................................................... 6 2.03 Public Meeting.............................................................................................................................. 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards.....................................................................................................................6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services.............................................................................. 24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 - Other Work at the Site...... 6.01 Related Work at Site ...... Article 7 - City's Responsibilities ...................................... 7.01 Inspections, Tests, and Approvals ................. 7.02 Limitations on City's Responsibilities .......... 7.03 Compliance with Safety Program .................. Article 8 - City's Observation Status During Construction......... 8.01 City's Project Representative ................................... 8.02 Authorized Variations in Work ................................ 8.03 Rejecting Defective Work ........................................ 8.04 Determinations for Work Performed ........................ Article 9 - Changes in the Work ........................ 9.01 Authorized Changes in the Work.. 9.02 Notification to Surety ..................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... 26 26 26 26 26 27 ................................... 27 ................................... 27 ................................... 27 ................................... 27 ................................... 28 a a 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 Article 12 - Completion ................................................ 12.01 Contractor's Warranty of Title ................. 12.02 Partial Utilization ...................................... 12.03 Final Inspection ......................................... 12.04 Final Acceptance ....................................... Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous .......................................... 14.01 Giving Notice .......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ........................................... 32 ........................................... 32 ........................................... 32 ........................................... 32 ........................................... 33 ........................................................................ 33 ........................................................................ 33 34 34 14.02 Computation of Times ...................... 14.03 Cumulative Remedies ....................... 14.04 Survival of Obligations ..................... 14.05 Headings ............................................ CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 34 34 35 35 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 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. I. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a.m. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page I 1 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: None Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 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 0073 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other parry. 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 parry. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects C PN 106289 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 I b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects C PN 106289 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 f ofoIZllay 8141111 o]\I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects C PN 106289 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: l . Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 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 Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination l . Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 01 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 013120-1 DAP PROJECT MEETINGS Page 1 of 3 SECTION 01 31 20 PROJECT MEETINGS [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.] PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations 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 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. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised July 1, 2011 013120-2 DAP PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised July 1, 2011 013120-3 DAP PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised July 1, 2011 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 01 32 33 - 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 Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 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 Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 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 Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 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 information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 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 certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 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 Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 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) l . Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 10hIZII1wl x4w 11130 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. {Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 27 1.2 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33 High Voltage Overhead Lines. 34 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 35 Specification 36 1.3 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 0135 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August, 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 106289 Revised August, 30, 2013 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 L Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 J. Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a. If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. 42 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 43 Construction Specification [if required for the project] 44 1. Comply with equipment, operational, reporting and enforcement requirements set 45 forth in NCTCOG's Clean Construction Specification. } CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August, 30, 2013 0135 13 -5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 fago 1XI]W3atom 11130 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised August, 30, 2013 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN106289 Revised August, 30, 2013 I 2 3 4 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH DOE NO. XXXX Project Dame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) NJ MR. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised August, 30, 2013 Bonds Ranch Road CPN106289 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] LI I FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 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 Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised July 1, 2011 0157 13 -1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 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 3125 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 l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: https:Happs.fortworthtexas.2ov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM99101W.30136 V40IDlel89 1@10101104`1W A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey 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. 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. 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 preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 017123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the 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 City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 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 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 I110X17M.rej-H1711 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 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 1/2 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 Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 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 Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 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 Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED 1 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 Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 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. 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 Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Bonds Ranch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS C PN 106289 Revised April 7, 2014 FORT WORTH.. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 02/27/2026 t At—ti— Nov n,.aionc do nor ennrraedr rF q.—ifi—ti— Approval Spec No. Cl—ifi-tio. Manufacturer Ma ID Mi. 1 f Design C'oacrete Class A(Sidewalk,, ADA Rams Driveways, Curb/Gutter Median Pavement 1/14/2026 32 13 13 Mix Design AM Corp 1071 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design American Concrete Company 30CAF029 3000 psi 3-5" Slu ; 3-6% Air 4/3/2025 32 1320 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6% Air 7/16/2025 32 1320 Mix Design Big Town Concrete 22113 With 30% Slag 3000 psi 3-5' Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Bumco Texas 30U101AG 3000 psi 3-5" Slump; 3-6%Air 4/l/2024 32 1320 Mix Design Bumco Texas 30U500BG 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Carder Concrete FWCC502001 3000 psi 3-5' Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Carder Concrete FWCC502021 3500 si 3-5" SI ; 3-6%Air 9/9/2022 32 1320 Mix DesignChisholm Trail Redi Mix C13020AE 3000 si 3-5' Slump; 4.5-7.5% Air 4/28/2025 32 1320 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5' SI ; 3-6% Air 9/9/2022 32 1320 Mix Design City Concrete Company 30HA2011 3000 psi 3-5' Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5' SI ; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 250 3000 psi 3-5' Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Cow Town Redi Mix 350 3000 psi 3-5' Slump; 3-6% Air 1/29/2024 32 1320 Mix Design Estrada Ready Mix R3050AEWR 3000 psi 3-5' Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Holclm/ Amrize 1261 3000 psi 3-5' Slump; 3-6% Air 9/23/2024 32 1320 Mix Design Holcim/ Amrize 5177 3000 psi 3-5' Slump; 3-6% Air 5/8/2025 32 1320 Mix Design Holclm/ Amrize 530WA-TI 3000 psi 3-5' SI ; 3-6%Air 4/7/2023 32 1320 Mix Design Liquid Stone C301D 3000 psi 3-5' Slump; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2136214 3000 psi 3-5' SI ; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 4/l/2023 321320 Mix Design Martin Marietta R2136N14 3000 psi 3-9'SI ;3-6%Air 6/l/2023 32 1320 Mix Design Martin Marietta R2136R20 3000 psi 3-9' Slump; 3-6%Air 6/l/2023 32 1320 Mix Design Martin Marietta R2136N20 3000 si 3-9' Slump; 3-6% Air 11/2/2022 32 1320 Mix DesignMartin Marietta R2141K24 4000 si 3-9' Slump; 3-6%Air 4/7/2023 32 1320 Mix Design Martin Marietta R2136K14 3000 psi 3-9' SI ; 3-6% Air 9/9/2022 32 1320 jMixDesign Martin Marietta R2131314 3000 psi 3-9' Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Martin Marietta R2132214 3000 psi 3-9' SI ; 3-6% Air 9/9/2022 32 1320 Mix Design Martin Marietta D9490SC 3000 psi 3-9' Slump; 4.5-7.5% Air 5/9/2025 32 1320 Mix Design Martin Marietta R2136R14 3000 psi 3-9' Slump; 3-6% Air 10/4/2023 32 1320 Mix Design NBR Ready Mix CLS A-YY 3000 psi 3-9' Slump; 3-6% Air 10/4/2023 32 1320 Mix Design NBR Ready Mix CLS A -NY 3000 psi 3-9' Slump; 3-6% Air 7/10/2023 32 1320 Mix Design Oshum 30A50MR 3000 psi 3-9' Slump; 3-6%Air 1/18/2023 32 1320 Mix Design Rapid Redi Mix RRM5020A 3000 psi 3-9' Slump; 3-6% Air 1/24/2023 32 1320 Mix Design Rapid Redi Mix RRM5525A 3600 psi 3-9' Slump; 3-6%Air 12/22/2025 32 1320 Mix Design Rapid Redi Mix 3250AL With 50% Slag 3000 psi 3-9' SI ; 3-6% Air 10/24/2024 32 1320 Mix Design SRM Concrete 30850 With 20% Fly Ash 3000 psi 3-9' Slump; 3-6%Air 10/24/2024 32 1320 Mix Design SRM Concrete 30350 3000 psi 3-5' Slump; 3-6% Art 10/18/2024 32 1320 Mix Design SRM Concrete 30050 With 20% Fly Ash 3000 psi 3-5" Slump; 3-6%Air 1/9/2026 32 1320 Mix Design SRM Concrete 36822 With 20% Fly Ash 3600 psi 3-5' Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Tarrant Concrete CP5020A 3000 psi 3-5' SI ; 3-6% Air 10/10/2022 32 1320 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5' Slump; 3-6%Air 9/9/2022 32 1320 Mix Design Tarrant Concrete FW5525A2 3000 psi 3-5' Slump; 3-6%Air 9/9/2022 132 1320 1 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 132 13 20 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5' Slump; 3-6% Air 9/9/2022 132 1320 1 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6% Air 11/17/2025 32 1320 Mix Design True Grit Redi Mix 450.230 With 30% Slag 3000 psi 3-5" slump; 3-6% Air Class CiP (inlets- Manholes- Junction Boxes- F,ncaserrent- Blockinu- Collars- (Snread Footino Pedestal Pole Foundations —Reference Detail 34 41 10-D60SA11 9/9/2022 Class CiP (inlets- Manholes- Junction Boxes- F,ncaserrent- Blockinu- Collars- (Snread Footino Pedestal Pole Foundations —Reference Detail 34 41 10-D60SA11 9/9/2022 32 13 13 Mix Design American Concrete Company 40CNF065 4000 psi 3-5' Slump; 0-3% Air 9/9/2022 32 13 13 Mix Design Bumco Texas 40U500BG 4000 psi 3-5' Slurop; 3-6% Air 8/21/2025 33 13 13 Mix Design Bumco Texas 36U500BG 1" 20% MRWR AIR (Lighting and Signal Footing Foundation) 3600 psi 3-5' Slump; 3-6% Air 4/28/2025 3413 13 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5' Slump; 3-6% Air 4/28/2025 35 13 13 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5' Slump; 3-6% Air 4/28/2025 36 13 13 Mix Design Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5' Slump; 3-6%Atr 8/4/2025 37 13 13 Mix Design Chisholm Trail Redi Mix CTFW5020A 3000 psi 3-5' Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5' Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5' Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 270 5000 psi 3-5' Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5' Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 353 3000 psi 3-5' Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5' Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 357 3600 psi 3-5' Slump; 3-6% Air 5n12025 32 13 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5' Slump; 3-6% Air 2n12025 32 13 13 Mix Design Holcim/ Amrim 1701 4000 psi 3-5' Slump; 3-6% Air 2n12025 32 13 13 Mix Design Holeim/ Amrize 1551 3000 psi 3-5' Slump; 3-6%Atr 9/9/2022 32 13 13 Mix Design Holcim/ Amrize 5409 4000 psi 3-5' Slump; 3-6% Air 8/14/2025 32 13 13 Mix Design Holcim/Amrize 540WA-TI With 20% Fly Ash and 30% Slag 4000 psi 3-S'Slump; 3-6%Atr 4/27/2023 32 13 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2141230 4000 psi 3-5' Slump; 3-6% Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5"Slump; 3-6%Atr 11/20/2023 32 13 13 Mix Design Martin Marietta R2146R33 4000 psi 3-5' Slump; 3-6%Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air Page 1 of 6 WORTH.. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT qbw--' STANDARD PRODUCTS LIST AS OF 02/27/2026 9/9/2022 32 13 13 Mir Design Martin Marietta R2142233 3600 psi 3-5" St ; 4.5-7.5% Air 9/9/2022 3213 13 Mir Design Martin Marietta R2136224 3600 psi 3-5" St ; 3fi% Air 9/9/2022 3213 13 Mir Design Martin Marietta R2141233 3600 psi 3-5" St ; 3fi% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" St ; 3-6% Air 10/24/2024 32 13 13 Mix Design Martin Marietta R2146K34 4000 psi 3-5" St ; 3-6%Air 5/5/2025 32 13 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" St ; 3-6% Air 5/5/2025 3313 13 Mix Design Martin Marietta R2146K35 4000 psi 3-5" St ; 3fi% Air 5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Sl ; 3fi% Air 9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS PI-YY 4000 psi 3-5" SI ; 3fi% Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slurnp; 3-6%Air 9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY 3000 psi 3-5" SI ; 3fi% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slurnp; 3fi% Air 1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" St ; 3fi% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40850 4000 psi 3-5" Slurnp; 3-6% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slurnp; 3fi%Air 4/28/2025 32 13 13 Mix Design SRM Concrete 36850 3600 psi 3-5" Slump; 3fi% Air 11 /24/2025 03 30 00 Mix Design SRM Concrete 45852 4500 psi 3-5" Slump; 4.5-7.5% Air 2/27/2026 32 13 13 Mix Design SRM Concrete 35850 With 20% FlyAsh 3500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3fi% Air 10/10/2022 32 13 13 Mix Design Tarrant Concrete ITCFW6025A2 1 4000 psi 3-5" Slump; 3-6% Air 2/25/2026 32 13 13 Mix Design True Grit Redi Mix 1450.230CIP I With 30% Slag 3000 psi 3-5"Slrmtp; 3fi%Air Class C (Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 3141 10-D605) 8/21/2025 32 13 13 Mix Design Bronco Texas 40U502BG 1" 20%HRWR AIR 3600 psi 6-8" Slu ; 3-6%Air 6/21/2023 32 13 13 Mix Design Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6% Air 10/30/2024 32 13 13 Mix Design Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slu ; 3-6% Air 9/1,/2025 32 13 13 Mix Design Gonzalez Brothers P6020LA 3600 psi 5.5-7.5" Slump; 3-6% Air 12/5/2022 32 13 13 Mix Design Holcim/ Amrize 1822 3600 psi 5.5-7.5" Slu ; 0-3% Air 9/9/2022 32 13 13 Mix Design Holcind Amrize 1859 4000 psi 5.5-7.5" Stu ; 3-6% Air 1/14/2026 32 13 13 Mix Design City Concrete Company 36LA2011-MR With 20%Fly Ash 3600 psi 5.5-7.5"Slu ;3%Air 4/7/2023 32 13 13 Mix Design Liquid Stone C361DHR 3600 psi 5.5-7.5" Stu ; 3-6% Air 6/27/2023 32 13 13 MixDesign Martin Marietta U2146N41 3600 psi 5-7" Stu ; 3-6%Air 6/27/2023 32 13 13 Mix Desi Martin Mazdetla U2146K45 3600 si 5-7" Slu ; 3-6% Air 5/9/2025 32 13 13 Mix Desi o Martin Marietta U2146R41 3600 psi 5-7" Slu ; 3-6%Air 8/22/2024 32 13 13 Mix Design NBR Read Mix 135K2524 3600 psi 5.5" Slu ; 3-6% Air 8/22/2024 32 13 13 Mix Design NBR Ready Mix 1135KO524 1 3600 psi 5.5" Slurnp; 3-6% Air Class C (Headwalls- Wing walls- Culvertsl 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6%Air 2/24/2026 03 30 00 Mix Design Chisholm Trail Redi Mix CT7020A With 20% Fly Ash 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 40LA2011 4000 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-2 3600 psi 3-5" Slurnp; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-1 3600 psi 3-5" Slurnp; 3-6 % Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-1 3600 psi 3-5" Slurnp; 3-6% Air 8/11/2025 32 13 13 Mix Design Cow Town Redi Mix 275 With 20% Fly Ash 5000 psi 4-6" Slump: 3-6 % Air 8/11/2025 32 13 13 Mix Design Cow Town Redi Mix 375 5000 psi 4-6" Slurnp: 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4000 4000 psi 3-5" Slurnp; 3-6% Air 4/l/2023 32 13 13 Mix Design Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7 % Air 8/30/2023 32 13 13 Mix Design Martin Marietta R2141R30 4000 psi 3-5" Slurnp; 3-6% Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Design SRM Concrete 40050 4000 psi 3-5" Slurnp; 3-6% Air 9/9/2022 32 13 13 Mix Design SRM Concrete 35022 With 20% Fly Ash 3600 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slurnp; 3-6%Air 2/26/2026 03 30 00 Mix Design True Grit Redi Mix 455.230C With 30% Slag 3600 psi 3-5" Slurnp; 3-6% Air Class P (Machine Placed Paving) 4/3/2025 32 13 13 Mix Design Big Town Concrete 4511 3600 psi 1-3" Slurnp; 3-6%Air 4/3/2025 32 13 13 Mix Design Big Town Concrete 4411 3600 psi 1-3" St ; 3-6%Air 6/30/2025 32 13 13 Mir Design Big Town Concrete 5211 With 20% Fly Ash 4000 psi 1-3"Slurnp; 3-6%Air 6/30/2025 301313 Mix Design Big Town Concrete 52113 With 30% Slag 4000 psi 1-3"SI ;3-6%Air 6/30/2025 3013 13 Mir Design Big Town Concrete 5311 4000 psi 1-3" SI ; 3-6%Air 9/30/2025 3013 13 Mix Design Bumco Texas 40U553BG 1" 20%MRWR AIR 4000 psi 1-3" St ; 3-6%Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slurnp; 3-6%Air 9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi 1-3" St ; 3-6%Air 11/6/2025 32 13 13 Mir Design Chisholm Trail Redd Mix CT5520AMP With 20% Fly Ash 3600 psi 1-3"SI ;3-6%Air 9/9/2022 132 13 13 Mix Design Ci Concrete Company 36LA2011 3600 psi 1-3" St ; 3-6%Air 9/9/2022 133 13 13 Mir Design Cow Town Redi Mix 257-M 3600 psi 1-3" SI ; 3-6%Air 11/14/2022 132 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" St ; 3-6%Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi 1-3" Slurnp; 3-6% Au 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" St ; 3-6% Air 2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 3600 psi 1-3" St ; 3-6%Air 5/12/2025 32 13 13 Mix Design Holcim/ Armize 1703 4000 si 1-3" SI ; 3fi% Air 10/3/2025 32 13 13 Mix Desi Hokin,/ Armize 5405 With 20% FlyAsh 4000 si 1-3" SI ; 3-6%Air 8/4/2023 3213 13 MixDesi Martin Marietta 2141R27 4000 psi 1-3" SI ; 3fi% Air 11/2/2022 32 13 13 Mir DesignMartin Marietta IQ214IK30 1 4000 psi 1-3"SI ;3fi%Air Page 2 of 6 WORTH.. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT qbw--' STANDARD PRODUCTS LIST AS OF 02/27/2026 ...Class P Concrete (Cwninae. ) 5/5/2025 32 13 13 Mix Design Martin Marietta Q214IN27 4000 psi 1-3" SI ; 3fi% Air 1/23/2026 32 13 13 Mix Design Martin Marietta Q2146K33 4000 psi 1-3"SI :3-6%Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 3600 psi 1-3" SI ; 3fi% Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF -NY 3600 psi 1-3" SI ; 3-6%Air 12/22/2025 32 13 13 Mix Design Rapid Redi Mix 4050AL With 50% Slag 4000 psi 1-3" Slump; 3-6% Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40068 4000 psi 1-3" SI ; 3-6%Am 10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-3" Slump; 3fi% Air 9/16/2024 32 13 13 Mix Design SRM Concrete 40025 With 20% Fly Ash 4000 psi 1-3" Slump; 3-6% Air 10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Sl ; 3fi% Air 6/5/2025 32 13 13 Mix Design SRM Concrete 40324 4000 psi 1-3" Sl ; 3fi% Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-400OMP 20% With 20% Fly Ash 4000 psi 1-3"SI ;3-6%Air 7/21/2025 32 13 13 Mix Design SINACOLA 24011-4000MP Straight Cement 4000 psi 1-3" SI ; 3fi% Air 2/3/2026 32 13 13 Mix Design Sunrise Redi Mix 1451 4000 psi 1-3" Slump: 3-6%Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi 1-3" SI ; 3fi% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" SI ; 3.5-6.5% Air 6/17/2025 32 13 13 Mix Design True Grit Redi Mix 460.230M 4000 psi 1-3" SI ; 3-6%Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 360.230M 4000 psi 1-3" Slow; 3fi% Air 1/2/1900 1321313 Mix Design True Grit Redi Mix 1455.230M With 30% Slag 3600 psi 1-3"Sloop; 3fi%Air Class H (Hand Placed Pavine, Vallev Gutter) 9/9/2022 132 13 13 Mix Design American Concrete Coreparry 45CAF076 4500 psi 3-5" SI ; 3-6%Air 5/2/2023 132 13 13 Mix Design Big D Concrete CM14520AE 4500 psi 3-5" SI ; 3-6%Air 4/3/2025 132 13 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slu ; 3-6%Air 4/3/2025 132 13 13 Mix Design Big Town Concrete 6311 4500 psi 3-5" SI ; 3-6% Air 4/5/2025 132 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slu ; 3-6%Air 7/16/2025 132 13 13 Mix Design Big Town Concrete 62113 With 30% Slag 4500 psi 3-5" Slu ; 3-6% Air 9/9/2022 132 13 13 Mix Design Bumco Texas 45U500BG 4500 psi 3-5" Slu ; 3-6%Air 9/30/2025 133 13 13 Mix Design Bumco Texas 45UI OOAG 4000 psi 3-5" Slu ; 3-6% Air 9/9/2022 3213 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slu ; 3-6%Air 4/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slu ; 3-6% Air 9/9/2022 32 13 13 Mix Design City Concrete Company 45NA2011 4500 psi 3-5" Slu ; 3-6%Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slu ; 3-6% Air 9/9/2022 3213 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slu ; 3-6%Air 1/29/2024 3213 13 Mix Design Estrada Ready Mix R4560AEWRJ 4500 psi 3-5" Slu ; 4-6% Air 9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 s 3-5" Slum ; 3-6% Air 10/4/2024 3213 13 Mix Design Holcim/ Amrize 5507 4500 psi 3-5" Slump; 3-6% Air 9/9/2022 132 13 13 Mix Design HOICIm/ Amrize 1851 4500 psi 3-5" Slu ; 3-6%Air 5/8/2025 1321313 Mix Design Amrize/Hocim 545WA-TI 4500 psi 3-5"SI ;3-6%Air 4/5/2025 132 13 13 Mix Design Liquid Stone C451D 4500 psi 3-5" SI ; 3-6%Air 11/2/2022 321313 Mix DesignMartin Marietta R2146N35 4500 psi 3-5"SI ;3-6%Air 8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" SI ; 3-6% Air 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5"SI ;3-6%Air 5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 4500 psi 3-5" SI ; 3-6%Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" SI ; 3-6% Air 12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" SI ; 3-6% Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4500 psi 3-5"SI ;3-6%Air 11/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4500 psi 3-5"SI ;3-6%Air 9/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" SI ; 4.5-7.5% Air 9/9/2022 132 13 13 Mix Design Martin Marietta R2146236 4500 psi 3-5" SI ; 3-6% Air 9/9/2022 132 13 13 Mix Design Martin Marietta R2146036 4500 s 3-5" SI ; 3-6% Air 9/9/2022 32 13 13 Mix DesignMartin Marietta R2146242 4"gt si 3-5" SI ; 3-6% Air 9/9/2022 132 13 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" SI ; 3-6% Air 6/3/2025 132 13 13 Mix Design Martin Marietta R2146K43 4500 psi 3-5" SI ; 3-6% Air 1/29/2026 132 13 13 Mix Design Martin Marietta R2146R43 4500 psi 3-5" SI ; 3-6%Air 10/4/2023 132 13 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" SI ; 3-6% Air 10/4/2023 132 13 13 Mix Design NBR Ready Mix CLS P2-NY 4500 psi 3-5" SI ; 3-6% Air 7/10/2023 132 13 13 Mix Design Osbum 45A60MR 4500 psi 3-5" SI ; 3-6%Air 1/24/2023 132 13 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi 3-5" SI ; 3-6%Air 12/22/2025 132 13 13 Mix Design Rapid Redi Mix 4550AL With 50% Slag 4500 psi 3-5" SI ; 3-6% Air 2/7/2025 132 13 13 Mix Design SRM Concrete 45023 4500 psi 3-5" SI ; 3-6%Air 9/9/2022 132 13 13 Mix Design SRM Concrete 45000 4500 psi 3-5" Sharp; 3-6%Air 5/23/2025 132 13 13 Mix Design SRM Concrete 45300 4500 psi 3-5" SI ; 3-6%Air 10/24/2024 132 13 13 Mix Design SRM Concrete 45350 4500 psi 3-5" SI ; 3-6%Air 10/24/2024 321313 Mix DesignSRM Concrete 45850 With 20% Fly Ash 4500 psi 3-5"SI ;3-6%Air 10/18/2024 132 13 13 Mix Design SRM Concrete 45050 4500 si 3-5" SI ; 3-6%Air 7/21/2025 321313 Mix DesignSWACOLA 24011-4500HP 20% With 20% Fly Ash 4500 si 3-5"SI ;3-6%Air 7/21/2025 132 13 13 Mix Design SINACOLA 24011-4500HP Straight Cement 4500 psi 3-5" SI ; 3-6%Air 9/9/2022 132 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" SI ; 3-6%Air 9/9/2022 132 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi 3-5" SI ; 3-6%Air 9/9/2022 132 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" SI ; 3-6% Air 9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi 3-5" SI ; 3-6% Air 9/9/2022 32 13 13 Mix Design Tme Grit Redi Mix 0260.2301 4500 psi 3-5" SI ; 3-6% Air 9/9/2022 32 13 13 Mix Design Tme Grit Redi Mix 0265.2301 4500 psi 3-5" SI ; 3.5-6.5% Air 9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" SI ; 3-6% Air 6/12/2025 32 13 13 Mix Design True Grit Redi Mix 465.230H With 30% Slag 4500 psi 3-5" SI : 3-6%Air 6/23/2025 32 13 13 Mix Design True Grit Redi Mix 365.230H 4500 psi 3-5" SI : 3-6% Air 10/9/2024 32 13 13 Mix Design Wildcatter 14520AI 4500 psi 3-5" Slump; 3-6%Air Page 3 of 6 FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 02/27/2026 .....III Attention: Mix Designs do not su ersede CFW S ecifcations IL....... Desecipti.. Design Strength @ 28 days Design Class HES (High Earh' Strength Paving) 9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 1 4500 psi 3-5" SI ; 3%<Air 12/10/2025 32 13 13 Mix Design Bumco Texas 70U100AG 1 day average comp strcngth >4000 psi 7000 psi 3-5" Slump; 3-6%Air 11/18/2025 32 13 13 Mix Design Chisholm Tvad Redi Mix CTTX70AHES 2600 @24 his and/or 3000 @72hrs;4500@28 days 3-5" Sharp; 3fi% Air 2/24/2026 32 13 13 Mix Design Chisholm Trail Redi Mix CT75AHES 3000 psi @ 24 hours and 5000 psi @ 28 days 3-5" SI ; 3-6% Air 9/9/2022 32 13 13 Mix Desi Cow Town Redi Mix 370-lNC 4500 psi 3-5" Sharp; 3-6 % Air 9/9/2022 32 13 13 Mix Desi Cow Town Redi Mix 375-NC 5000 psi 3-5" Sharp; 3-6 % Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi 3-5" SI ; 3fi% Air 1/18/2023 32 13 13 Mix Design Cow Town RWi Mix 380-NC 4500 psi 3-5" Shmip; 3fi% Air 1 /29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC 4500 psi / 3000 psi 3 days 3-5" Sharp; 3fi% Air 9/9/2022 32 13 13 Mix Design Holcim/ A— 2125 5000 psi 3-5" Slwnp; 3fi% Air 1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500 psi 3-5"Sharp; 3fi%Air 4/7/2023 32 13 13 Mix Design Martin Marietta R2161 K70 6000 psi / 3000 psi @ 24hr. 3-5" Slump; 3fi% Air 2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5000 psi 3-5" Slump; 3fi% Air 2/7/2025 32 13 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi 3 days 3-5" Slump; 3fi% Air 2/3/2026 32 13 13 Mix Design Sunrise Redi Mix 1477 3 day average comp strength>3000 psi 5500 psi 3-5" Sharp; 3fi% Air 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 psi / 3000 psi 3 da s 3-5" SI ; 3fi% Air 9/9/2022 32 13 13 Mix Desi Tarrant Concrete FW7520AMR 4500 psi / 3000 psi 3 days 3-5" Slump! 3fi% Air Class S (Bridge Slabs. Ton Slabs of Direct Traffic Culverts. ADDroach Slabs) 2/24/2026 03 30 00 Mix Design Chisholm Trail Redi Mix CT7020A With 20% Fly Ash 5000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260 4000 psi 3-5" SI ; 3-6% Air 9/92022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Sl ; 3-6% Air 9/92022 32 13 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi 3-5" St ; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Sl ; 3-6%Air 5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4000 psi 3-5" Shoop; 4.5-7.5% Air 4/1/2023 32 13 13 Mix Design Martin Marietta R2146P33 4000 psi 3-5"Sl ;3-6%Air 8/18/2025 32 13 13 Mix Design Martin Marietta 610LBT 4000 psi 3-5" Shoop; 3-6% Air 4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY 4000 psi 3-5" Sl ; 3-6%Air 4/15/2024 32 13 13 Mix Desi n NBR Read Mix TX S-YY 4000 s 3-5" Shoop; 3-6% Air 4/5/2025 32 13 13 Mix Desi n S. Concrete 40850 With 20% Fly Ash 4000 psi 3-5" Sl ; 3-6%Air 4/5/2025 132 13 13 1 Mix Design SRM Concrete 40350 4000 psi 3-5" Shoop; 3-6% Air 5/5/2023 132 13 13 1 Mix Design SRM Concrete 113100008553CT 4000 psi 3-5" Shoop; 3-6%Air Concrete Base Trench Repair 4/1/2023 0334 16 Mix Design Bumco Texas IOYH50BF 1000 psi Flowable; 8.5-11.5%Air 9/9/2022 0334 16 Mix Desi Bumco Texas 08Y450BA 800 i 5-7" SI ; 3-6% Air 12/19/2025 0334 16 Mix Desi Cow Town Redi Mix 330-58 750 si 5.5-8.5" Slunip 5-15% 9/30/2025 0334 16 Mix Desi Martin Marietta YN81O001 750 psi 8-12" SI ; 5-10% Air 12/26/2025 0334 16 Mix Design SRM Concrete 915 750 psi Flowable; 3-6% Air Controlled Low Strength Material (Flowahle Filll 2/7/2025 0334 13 Mix Design Bumco Texas OIY690BF 100 psi Flowable; 9.5-11.5%Air 5/19/2025 033413 Mix Design Buraco Texas OIZ180AF 100 psi Flowable; 9.5-11.5%Air 11/18/2025 033413 Mix Desi Bumco Texas 01Z401BF SAND 25%MRWR 17%AIR FLOW FILL 100 psi Flowable; 17+/-1.5%air 9/9/2022 0334 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Sharp; 8-12% An 9/9/2022 033413 Mix Design Carder Concrete FWFF237501 50-150 psi Flowable; 9.5-11.5%Air 8/4/2025 0334 13 Mix Design Chisholm Trail Redi Mix CT150FF 50-150 psi Flowable; 7-9.0% Air 12/26/2025 033413 Mix Design Chisholm Trail Redi Mix CTFWCLSM 100-150 psi 5-7"slump; 9.5-11.5%Air 9/9/2022 03 34 13 Mix Design Cityes Concrete Co 11-350-FF 50-150 Psi Flowable; 8-12%Air 9/9/2022 0334 13 Mix Design Caw Town Redi Mix 9 70 sr 7-9" Sharp ; 8-11% Air 9/9/2025 10334 13 Mix Desi Cow Town Redi Mix 10 Min 50 psi Min 9" SI ; 10-20% Air 5/12/2025 033413 Mix Design Holcim/Amrize 3741 100 psi Flowable; 12.0-24.0%Air 8/4/2025 0334 13 Mix Desi Holcim/ Amrize 901 100 psi 9-11" SI ; 10-30% Air 8/14/2025 0334 13 Mix Design Holcim/ Amrize 904 150 psi 9-1l" SI ; 10-30% Air 2/27/2026 0334 13 Mix Desi Holcitn/ Amrize 3747 150 psi Flowable; 12.0-24.0 % Air 9/11/2025 033413 Mix Design Martin Marietta FLOW25A 150 psi 8"-12"Slump; 10%Air 10/4/2023 0334 13 Mix Design NBR Ready Mix FTW FLOW FILL 150 7-10" Slump; 8-12%Air 2/7/2025 0334 13 Mix Desi SRM Concrete 910 150 Flowable; 8-12%Air 12/26/2025 0334 13 Mire Desi SRM Concrete 900 100 r Flowable; 10-30 % Air 9/9/2022 033413 Mix Desi Tarzant Concrete FWFF150CLSM 1 50-150 psi I Flowable; 8-12%Air Concrete Ri Ra 4/12023 31 37 00 Mix Design Marti. Marietta R2141030 4000 psi 3-5" Slump; 3-6% Air 4/12023 31 37 O Mix Desi Martin Marietta R2146033 4000 si 3-5" SI ; 3-6 % Av Cement- Stabilized Sand CSS 1721/2025 1330510 1 Mix Desi Bumco Texas 104Z500BA I SAND 20%MRWR 17%AIR FLOW FILL 250 psi I Flowable; 15.5-18.5%Air Asnhalt Paving 9/92022 132 12 16 Mu Design Austin Asphalt FTSB 117965 FTSBI 17965 PG64-22 Type B Fine Base 9/92022 132 12 16 Mix Design Austin Asphalt FTIBI39965 FTIBI39965 PG64-22 Type B Fine Base 9/92022 132 12 16 Mix Design Austin Asphalt FT1B 117.2 FTI B117.2 PG64-22 Type B Fine Base 5/12024 132 12 16 MN Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/92022 132 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 4/42025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base 12/5/2022 33 12 16 Mix Design Surmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 9/9/2022 32 12 16 Mix Desi Surmount paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base 9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 9/92022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 B Fine Base 9/9/2022 32 12 16 Mix Desi TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base 9/9/2 2 32 12 16 Mix Desi TXBIT 64-224125-18 PG 64-224125-18 PG70-22 D Fine Surface 4/12024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 1344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface crsza�u FORT WORTH.: CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT Approval STANDARD PRODUCTS LIST AS OF 02/27/2026 .....III Attention: Mix Designs do not suilersede CFW S ecifcations IL....... Spec No. Classification Mi fa,fin Mix 11) Mi. Dewripthro Design Strength 28 days Design Detectable NNr arning Surface 9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 9/9/2022 321320 DWS- Pavers Western Brick Co. Houston, TX Detectable Warning Pavers 9/9/2022 32 1320 DWS - Composite Armor Tile 9/9/2022 32 1320 DWS - Composite ADA Solutions (Wilmington, MA Heritage Brick CIP Composite Paver 4/7/2023 32 1320 DWS - Pavers ADA Solutions (Wilmington, on, MA Detectable Warning Pavers 10/16/2025 321320 DWS- Pavers E UALTH,E EqualTile Brick Pattern Wet -Set Replaceable 10/16/2025 32 1320 DWS - Pavers E UALTILE E ualTile Cast -In -Place Replaceable Silicone Joint Sealant 9/9/2022 32 1171 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 32 1373 Joint Sealant T,—.900SL 900SL -Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 132 1373 1 Joint Sealant I Pcoora 1300SL 300SL - Cold A lied, Single Component, Silicone Joint Sealant ASTM D5893 9/9/2022 132 1373 1 Joint Sealant I Crafco I RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Cornponent, Silicone Joint Sealant ASTM D5893 Utility Trench Embedment Sand 9/9/2022 3305 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand Crouch Materials Udliry Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Of Embedment Sand ASTM C33 9/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 9/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta jUtilitv Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard Round 33-05-13 9/28/2018 3305 13 Manhole Frames and Covers AceuCast (Govimd Swat Company, LTD) MHRC #220605 MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covers Neenah Foun �' NF-1743-LM (Hosed) NF-1743-LM (Hinged) (Size - 32" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.) ASTM A48 AASHTO M306 9/28/2018 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.) ASTM A48 AASHTO M306 2/13/2026 3305 13 Round Manhole lid and frame Neenah Foundry Part number 101560 and 12940110 Size- 24" Dia clear opening AASHTO M306 H-20 4/3/2019 3305 13 Manhole Frames and Cove SIP Industries 2279ST 2279ST (Size - 24" Dia.) ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Cove SIP Indusries ++ 22805T 2280ST (Size - 32" Dia. ASTM A48 AASHTO M306 10/8/2020 33 05 13 Manhole Frames and Cove EJ Formally East Jordan Iron Works EJI033 Z2/A E.11033 Z2/A Size - 32.25" Dia. ASTM A536 AASHTO M306 3/8/2024 3305 13 Curb Inlet Covers I SIP Industries + 2296T 12296T (Size - ***24" Dia.) ASTM A48 AASHTO M306 6/18/2024 3305 13 Curb inlet Covers I SIP Industries + 2279STN 12279STN Size - 24" Dia. ASTM A48 AASHTO M306 "Note: A(( new development and new insta!(atiox manhole lids sha((meet the minimum 30-inch opening requirement m specified in City Spec(ficadon 33 0513. Any smaller opening sizes wiff sly be allowed j r existing manholes that require rep/acemeM frames and rovers. Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20 Carl, Inlets Fontana FRT-lOx3-405-PRECAST** (Size - 10' X T) ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx3-406-PRECAST** (Size - 10' X 3') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx4.5-407-PRECAST** (Size - 10' X 4.5') ASTM C913 10/8/2020 33 49 20 Curb Inlets Fonterra FRT-lOx4.5-420-PRECAST** (Sizc- 10' X 4.5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-TOP (Size- 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Sizc - 4' X 4') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-TOP (Sizc- 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Sizc - 5' X 5') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-TOP (Sizc- 6' X 6') ASTM C913 10/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6) ASTM C913 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-IOX3-405-PRECAST INLET** (Size - 10' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3') ASTM 615 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompam Pie Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-6X6-411-PRECAST BASE (Size - G X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6') ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pie Group TPG-7X7-411-PRECAST TOP (Size - TX T) ASTM 615 3/19/2021 .333920 Manhole Thompson Pie Group TPG-7X7-411-PRECAST BASE (Size - TX 7') ASTM 615 3/19/2021 1333920 Manhole Thompson Pie Group TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 7') ASTM 615 3/19/2021 1333920 Manhole Thoropson Pie Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8') ASTM 615 3/19/2021 1333920 Manhole Thompson Pie Group TPG-8X8-41 I -PRECAST BASE (Size - 8' X 8') ASTM 615 3/19/2021 1333920 Manhole Thompson Pie Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8') ASTM 615 3/19/2021 1334920 Drop Inlet Thompson Pie Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4') ASTM 615 3/19/2021 1334920 Drop Inlet Thompson Pie Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5') ASTM 615 3/19/2021 1334920 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6') ASTM 615 8/28/2023 13349 10 Manhole Oldeastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4') ASTM C478 8/28/2023 3349 10 Manhole Oldeastle Precast 5' x 8' Storm Junction Box (Size - TX 8') ASTM C478 8/28/2023 3349 10 IManhole I Oldeastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4') ASTM C478 8/28/2023 3349 10 IManhole I Oldeastle Precast 5' x 5' Storm Junction Box (Size - TX 5') ASTM C478 8/28/2023 3349 10 1 Oldeaetle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 8/28/2023 3349 10 Manhole Oldeastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8') ASTM C478 8/28/2023 3349 10 Manhole I Oldeastle Precast 5' x 8' Storm Junction Box Base (Size - TX 8') ASTM C478 8/28/2023 3349 10 IManhole I Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4') ASTM C433 Page 5 of 6 FORT WORTH.. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 02/27/2026 i At—ti— Mix n,.aionc do nnr ennrr*edr rF snneifi—ti— i Description Design Strength 28 ftys Design ....Storm Sewer - Inlet & Structures Continues 8/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thorripson Pie Group Inlet Riser Size - 3 FT ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 15'x 3' Riser Thompson Pipe Group Inlet Riser Size - 3 FT ASTM C913-16 8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser Size - 3 FT ASTM C913-16 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet 4' X 4' ASTM C913 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet 5' X 5' ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH 4' MH on the top of 5' 1B ASTM C913 1/19/2024 .334920 Manhole AmeriTex Pipe &Produets Precast 6'x6' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH (4' MH on the top of 6' 1B) ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Produets Precast 8'x8' Stone Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB) ASTM C913 1/19/2024 33 49 20 Manhole AmerTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 100 Precast** (Size 10' x 3') ASTM C913 7/16/2024 33 49 20 Curb Inlets AmeriTex pipe &Products 15x3 Precast** Size 15'. 3' ASTM C913 "Note: Pre -east inlets are approved for the stage l portion of the structure (basin) only. Stage II portiorc erfhe srructure are required te be east in -place. No exceptiorcs to this requirement shall be allowed. Storm Sewer - PlDes & Boxes 33-05-13 4/9/2021 13341 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60") ASTM F2881 & AASHTO M330 8/28/2023 13341 10 Storrn Drain Pipes Rinker Materials Reinforced Concrete Pie Tongue and Groove Joint Pi (Size - 2 1 " or larger) ASTM C76, C655 8/28/2023 13341 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various) ASTM C789, C850 10/12/2023 3341 10 Stone Drain Pipes AmeriTex Pie &Products Reinforced Concrete Pie Tongue and Groove Joint Pipe* (Size- 15" or larger) ASTM C76, C506 10/12/2023 3441 10 Culvert Box AmeriTex Pie &Products Reinforced Concrete Box Culvert (size - Various)) ASTM C1433,CI577 10/18/2023 3541 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pie Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C506 10/18/2023 33 41 10 Culvert Box The Turner Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,0577 4/12/2024 3341 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pie Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 6/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1177 6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506 El Revision Comments (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's (4-5-2025) 03 34 13 CLSM specification (11-26-2025) Removed Gil —site batch plant Page 6 of 6 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Comuonents 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterster, Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MR Press -Seal Gasket Corp.250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS Wra idSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 1 FihrE Man lass hole Fluid Containment Inc. Ftowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiber lass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectanaular 33-05-13 (Rev 2/3/16) 33 05 13 Manhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) 33 05 13 Manhole Frames and Covers Western Iron Works Bass & Hays Foundry 30024 24" Dia. 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foun R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 3305 13 Manhole Frames and Covers Sigma Co oration MH-144N 33 05 13 Manhole Frames and Covers Sigma Cosporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 3305 13 Manhole Frames and Covers Neenah Castro 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines Pamrex/rexus RE32-R8FS 30" Dia. 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Co oration MH1651FWN & MH16502 30" Dia 07/19/11 3305 13 30" Dia. MH Ping and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heaw Dutv with Gasket Ping 30" Dia 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover Lockable CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. 09/16/19 33 OS 13 30" Dia. MH Rin and Cover Composite Access Products L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Fling 30" Dia. 10/07/21 34 OS 13 30" Dia. MH Ri.g and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 Bev 2/3/161 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamti ht 24" Dia. 33 05 13 Manhole Frames and Covers Neenah Castro 24" Dia. 33 05 13 Manhole Frames and Covers Western Iron Works Bass & Has Found 300-24P 24" Dia. 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Die. 04/20/01 33 05 13 Manhole Frames and Covers SIP Seram ore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete Bev 1/8/131 33 39 10 Manhole Precast Concrete Hydro Conduit Corp SPL Item 949 ASTM C 478 48" 33 39 10 Manhole, Precast Concrete Walt Concrete Pipe Co. Inc. ASTM C443 48" 09/23/96 33 39 10 Manhole Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 3339 10 Manhole Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole Precast Concrete The Turner Company 41" 60" LD. Manhole w/ 32" Cone ASTM C 478 48" 60" 09/03/24 33 39 10 Manhole,Precast Concrete Oldcastle Precast Inc. Manhole, 32" Opening and Flat top, (No Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole Precast Reinforced Pol er Concrete US Composite Pie Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 3920 Manhole,Precast Concrete Fortems Pie and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 3920 Manhole Precast Reinforoed Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole Precast H brid P.1yrner & PVC Geneva Pipe and Precast Predl S terns 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 3920 Manhole Precast Concrete AmeriTex Pie and Products LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C478; ASTM C-923; ASTM C443 03/07/23 33 39 20 Manhole, Precast Reinforced Pol er Concrete P3 Polymers, RockHards 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole Precast Reinforced Pol cr Concrete Amitech USA Meyer Pol Crete Pipe 02/04/26 33 3920 Manhole Precast Concrete Thompson Pipe Group 48" 60", 72" I.D. Manhole w/36" Cone Sewer -(LAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 For use when Std. MH cannot be I Wastewater Access Chamber Quickstream, Solutions Inc. Type 8 Maintenace Shaft Poo it installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious EI-14 Manhole Rehabs terns dex 04/23/01 E1-14 Manhote Rehab S terns Standard Cement Materials Inc. Reliner MSP EI-14 Manhole Rehab Systems AP/M Permafamn 4/20/01 E I-14 Manhole Rehab System Strong Company Strong Seat MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System Liner Triplex LiningSystem a roduct to stop MH repair t infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Mi.. Use * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayrog, Spray Wall Polyureflume Coating ASTM D639/D790 12/14/01 Cutting for Corrosion rowetion Exterior ERTECH Series 20230 and 2100 As hatic Emulsion Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791SM St, S2 Acid Resistance Test I Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 1120 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 02/04/26 Exterior Precast Joint Seal Wra idseal Exterior Sealant Tape/Shrinkwrap Does not replace rubber gasket or Ram-Nek Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. 33 05 13 Manhole Insert Noll -Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals Inc. TetherLok - Stainless Steel For 24" the Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Nan_rressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HOPE) Per Manufachuers Requirements (Sewer Applications Only) 8" _ 12" (Sewer Only) Water & Sewer - Piyes/Ductile Iron 33-11-10(1/8/13) 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell -Tice Ductile Iron Pressure Pipe, AW WA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C 150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C 150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/EpOJcv 33-39-60 (01I 13) 02/25/02 E xy Lining System Sauereisen Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Erteeh Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB St, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polvurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA Inc. D025LTP02 Com osite Body) 2" Sealer - P1peS/Cpncrete E 1-04 Conc. Pie Reinforced Wall Concrete Pip. Co. Inc. ASTM C 76 E1-04 Conc. Pipe,Reinforced Hydro Conduit Corporation Class III T&G SPL Item #77 ASTM C 76 E1-04 Conc. Pie Reinforced Hanson Concrete Products ASTM C 76 E1-04 Conc. Pie Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarement System (Method)33-31-23 (01/18/13) PIM S tem PIM Corporation Polyethylene PIM Corp.,Piscata Way,N.J. A roved Previously McConnell S terns McLat Construction Polyethylene Houston Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass FRP Hobas Pipe USA Inc. Hobas Pie Non -Pressure ASTM D3262N3754 03/22/10 33 31 13 Fiberglass Pie RP Ameron Bondstrand RPMP Pie ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pi FRP Thompson Pipe Group Thompson Pi Flowtite ASTM D3262N3754 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstron FRP ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 09/03/24 33 31 13 Fiberglass Pie (FRP) Su erlit Born Sana i A.S. Su erlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AW WA C950 * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 lApprovall Spec No. Classsification Manufacturer Model No. National Spec Size * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Sewer - Piue/Polvmer Pipe 4/14/05 Polymer Modified Concrete Pipe—Amitech USA Meyer Polycrete, Pie ASTM C33 A276 F477 8" to 102" Class V 06/09/10 El Reinforced Polymer Concrete Pipe US Composite Pie Reinforced Polvaier Concrete Pie ASTM C-76 Sewer - Piye9/HDPE 33-31-23(1/8/13) High-densitv volvethvlme Pipe Phillips Drlsco i e Inc. O ticore Ductile Polyethylene Pie ASTM D 1248 8" High -density 1 eth lene nine Plezco Inc. ASTM D 1248 8" Hi -densi 1 cth lene i Poll Pie Inc. ASTM D 1248 8" Higb-density polyethylene pipe CSR Hydra Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Piyes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jctstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thm 12" Sewer - Pipes/PVC* 33-31-20 (7/1/131 33-31-20 PVC Sewer Pie J-M Manufacturing Co. Inc. JM Eagle) SDR-26 PSI 15 ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pie Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 33-31-20 PVC Sewer Pipe Lamson V lon Pie SDR-26 PS115 ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie Gravity Sewer PS 115 ASTM F 679 18" 33-31-20 PVC Sewer Pie J-M Manufacturing Co, Inc. JM Eagle) PS 115 ASTM F 679 18" - 21" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, In .(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pie Pi elife let Stream SDR 26 PS 115 ASTM F679 18"- 24" 3/19/2018 33 3120 PVC Sewer Pipe Pi elife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 3120 PVC Sewer Pipe NAPCO Westlake SDR 26 ASTM D3034 4" - I I" 10/22/2020 33 31 20 PVC Sewer Pie Sanderson Pie Com . SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pie NAPCO Wetla ske SDR 26 PS 115 ASTM F-679 18"- 36" 2/4/2026 33 31 20 PVC Sewer Pie Hawk Plastics Com . SDR 26 ASTM D3034 4"- 15" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water - Anaurtenances 33-12-10 (07/Ol/131 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co. Inc. 202B 1"-2" SVC up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair 4317 Nyloat Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double SS Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,610OMT & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/," and 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co. Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co. Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co. Inc. FB6004-NL, FB16004-NL, BI1-444-WR-NL, B22444-WR-NL, L28-44NL AWWA C800 I" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co. Ltd. B-25000N, B-24277N-3, B-2020ON-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co. Ltd. B-25000N, B-2020ON-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co. Ltd. B-25000N, B-2020ON-3,H-15000N, H- 1553ON AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries Inc. #406 Double Band SS Saddle 1 "-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve Coated Steel JCM Industries Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve Coated or Stainless Steel JCM Industries Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve Stainless Steel Powerseal 3490A5 (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve Coated Steel Rom. FTS 420 AWWA C-223 Up to 42" w/24" Out 02/29/12 33-12-25 Tanning Sleeve Stainless Steel Romac SST Stainless Steel AWWA C-223 Up to 24" WIT' Out 02/29/12 33-12-25 Taotnaut Sleeve Stainless Steel Rom. SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clam 4" to 30" Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW39C-12-1EPAFFTW 08/30/06 Plastic Meter Box w/Counposite Lid DFW Plastics I.e. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Bex Bass & Hays I CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/131 * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" E1-11 Combination Air Release Valve Valve and Primer Corp.APCO #143C #145C and #147C 1" 2" & 3" Water - Dry Barrel Fire Hydrants 33-1240 (Ol/15/141 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK C-an Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawin s D20435 D20436 B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Div Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Div Barrel Fire Hydrant Mueller Coman Shop Drawings No. 6461 A423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Comm Shop Drawing FH-12 A423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Barrel Fire Hydrant U.S. Pipe & Foun Sho DrawingNo. 960250 AW WA C-502 09/16/87 E-1-12 Dr Barrel Fire H drant American Flow Control AFC Waterous Pacer WB67 AW WA C-502 08/12/16 33-12-40 1 Dry Barrel Fire Hydrant EJ(East Jordan Iron Works WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701 Class I 3/4" - 6" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. Classsification Manufacturer Model No. I National Spec I Size Water - Pi es/PVC Pressure Water 33-31-70 01/08/13 12/05/23 33-11-12 PVC Pressure Pie Vin (tech PVC Pie DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pie Vin (tech PVC Pie DR18 AWWA C900, AWWA C605, ASTMD1784 16"-18" 09/03/24 33-11-12 PVC Pressure Pie Northern Pipe Products DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pie Northern Pie Products DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18' 3/19/2018 33 11 12 PVC Pressure Pie Pi elife let Stream DR14 AWWAC900 4"-12" 3/19/2018 33 It 12 PVC Pressure Pie Pi .life Jet Stream DR18 AWWA C900 16"-1" 5/25/2018 33 11 12 PVC Pressure Pie Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 It 12 PVC Pressure Pie Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe 1-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4„ 28„ 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a IM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-1" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - V 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 331112 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"-12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - PipesNalves & Fittings/Ductfle Iron Fittings 33-I1-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 E1-07 Ductile Iron Fittings Griffin Pipe Products Co. Mechanical Joint Fittings AWWA C 110 EI-07 Ductile Iron Fittings MCWane/T ler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/1*1/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 EI-07 MI Fittings Accucast Class 350 C-153 MI Fittings AW WA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co. /Uni-Flan a Uni-Flange Series 1400 AWWACl11/C153 4"to 36" 05/14/98 EI-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flan c Uni-Flange Series 1500 Circle -Lock AW WA CI I IIC153 4" to I" 11/09/04 E I-07 Ductile It.. Joint Restraints One Bolt Inc. One Bolt Restrained Joint Fitting AWWA C1I VC116/C 153 4" to 12' 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron Inc. Megalug Series 1100 (for DI Pipe) AW WA Cl1I/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron Inc Megalug Series 2000 (for PVC Pipe) AW WA Ct 1l/CI16/C153 4" to 24" 09/05/04 EI-07 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One -Ink SLC4 - SLCIO AW WA CI11/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA CI1l/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLCE AW WA CI I IIC153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - I" 10/12/10 EI-24 Interior Restrained Joint System S & B Techocial Products Bulldog System ( Diamond LA 21 & JM Eagle ASTM F-1624 4" to 12" 04/07/69 Interior Restrained Joint System Hultec Hydrogrip-R ASTM D395, 112, D471, D573, D883, D1149, D1229, D1349, D1414, D1415, D1566, F913 4' 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries Scram or Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pi a Products Inc. PVC Stargrip Series 4000 ASTM A536 AW WA Cl I1 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pip. Products Inc. DIP Stargrip Series 3000 ASTM A536 AW WA C] 11 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries Seram ore EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AW WA Cl I1 3"48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Scrampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AW WA C1 l l 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AW WA Cl I1 16"-24" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated:2-26-26 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Pipes/Valves & Fittines/Resilient Seated Gate Valve* 33-12-20 (05AL 51 Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 SO 94-20255 AW WA C515 20" and 24" 05/19/99 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 94-20247 AW WA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 Ductile Iron AW WA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" 05/23/91 Et-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AW WA C509 4" to 12" 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller EI-26 Resilient Seated Gate Valve Kennedy 4" - 12" E1-26 Resilient Seated Gate Valve M&H 4" - 12" E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 SD 6647 AW WA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" SO 6709 AW WA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36" C-515 AW WA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48" C-515 AW WA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV SD D-20995 AW WA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve SD D-21652 AW WA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA CS 15 30" and 36"(Note 3 11/30/12 Resilient Wed e Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48"(Note 3 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" E 1-26 Resilient Seated Gate Valve U.S. Pi a and Found Co. Metmaeal 250m uhements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ East Jordan Iron Works 0 FI—Master Gate Valve & Boxes Remove Marco 225 MR 2-4-26 Water - Piaes/Valves & Fittinas/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) E1-30 Rubber Seated Butterfly Valve HenryPratt Co. AW WA C-504 24" E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller 1/I1/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger 06/12/03 EI-30 Valmatic American Butterfly Valve Valmatic Valve and ManufacturingCorp. Valmatic American Butterfl Valve. AW WA C-504 U to 84" diameter 04/06/07 E 1-30 Rubber Seated ButterflValve M&H Valve M&H Style4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries Golden Anderson AW WA C504 Butterfly Valve AW WA C-504 30"-54" 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfl Valve Class 250E AW WA C-504 24" - 48" 02/04/26 33 1221 Rubber Seated ButterflyValve Mueller Water Products Pratt XR-70 W/Segmented Seats AW WA C-504 I' - 54" Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encaament Restart Packaging Fulton Enterprises AW WA C105 8 it LLD 05/12/05 EI-13 Polyethylene Encasment Mountain States Plastics SP and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullatimig by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 PoI eth lene Encasmant Northtown Products Inc. PE Encasement for DIP AW WA C105 8 it LLD Water - Samuline Station 03/07/23 33 12 50 1 Water Sampling Station Ku ferle Foundry Company Eclipse, Number 88, 12-inch Death of Bury As shown in spec. 33 12 50 Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller H dro ard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-1,PLG(Permment) 04/09/21 Automated Flushing System Kupf le Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupfarle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review ofproducts which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications far specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements ofthe Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products Yellow Highlight indicates recent changes * From Original Standard Products List CFW Lighting Approved Products List CFW Product Name Manufacturer Manufacturer Product Name &Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc DB01373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATB0-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-R F D325607 American Electric Lighting, ATB0-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-R F D325606 Residential Luminaire American Electric Lighting, ATB0-P101-Mvolt-R2-3K-BK Acuity Brands Lighting, Inc. M P-N L-P7-AO-R F D325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC lWood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc I DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc DB01373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-R F D322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK Acuity Brands Lighting, Inc. M P-N L-P7-AO-R F D322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK MP-NL-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Southwire Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Encore Wire Elite, 600V/1000V Encore Wire THHN / MTW / THWN-2 Copper conductor, 600V Copper Wire/Conductor Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Service Wire Co Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Advanced Digital Cable Inc Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Aluminum Wire -Triplex Priority Wire & Cable, Inc Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Edison 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 Edison Fuses Fuse & Fuse Holder In -line fuse holders for Single -Pole 13/32" x 1 1/2" Cooper Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway EATON 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, Connector Thomas &Betts 54620, 54625-TB, 54635, 54640, 54630 Electrol Systems, Inc TY A (120/240) 100(NS)AL(E)PS(U) Metered Pedestal 120-240V WE Manufacturing & Controls TY A 120/240 100(NS)AL(E)PS(U) Metered Pedestal 240- Electrol Systems, Inc TY A (240/480) 100(NS)AL(E)PS(U) WE Manufacturing & Controls TY A 240/480 100(NS)AL(E)PS(U) 480V Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, MacLean Highline 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING Ground Box NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Split Bolt Connectors, Copper Split Bolts 2 Wire, N Kearneys NSi Industries, LLC Series Dark To Light, DLL Elite, Electronic Locking, Type Photocell Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Shorting Caps Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire ITRASTAR INC. DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire ITRASTAR INC. DURA-STR25-3K-120-3-GR-SCL