Loading...
HomeMy WebLinkAboutContract 55123-PM1CONTRACT FOR THE CONSTRUCTION OF NORTHSTAR SECTION 2, PHASE 2 UTILITY, PAVING AND STREET LIGHT IMPROVEMENTS City Project No. 102621 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth September 2020 TEXAS REGISTRATION F-1386 3017 West 7th Street, Suite 300 Fort Worth, Texas 76107 12 10 2020 CSC No. 55123-PM1 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102621 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 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 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102621 Revised March 20, 2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 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 26 05 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 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102621 Revised March 20, 2020 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 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 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 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 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 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 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 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 Pipe 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 Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102621 Revised March 20, 2020 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 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 33 39 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 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 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 Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 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 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102621 Revised March 20, 2020 Appendix GC-4.01 City of Fort Worth Standard Products List GC-4.02 Geotechnical Exploration Report END OF SECTION Page 1 of 1 ADDENDUM NO. 1 FRN F-1386 LJA Engineering, Inc. S:\NTX-LAND\0014\400 LAND\446 Bidding\Section 2 Phase 2\Public\445.1 Bid Docs\Section 2 Ph 2\Addendum 1\ADDEN 1.doc ADDENDUM NO. 1 CONSTRUCTION OF NORTHSTAR SECTION 2, PHASE 2 UTILITY, PAVING AND STREET LIGHT IMPROVEMENTS TO SERVE FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1 IN TARRANT COUNTY, TEXAS SEPTEMBER 10, 2020 LJA JOB NO. NT680-0014 CPN: 102621 The following changes will be considered part of the Construction Plans, Bid Proposal and Contract Documents: 1.) Reference: Contract Documents - Invitation to Bidders Section 00 11 13 Replace: Pages 1 through 2 with revised pages 1 through 2 (attached) Clarification: A second MANDATORY Pre-Bid Meeting has been scheduled for Friday, September 11, 2020 at 1:00 p.m. Bidders who attended the first Pre-Bid Meeting do not need to attend the second. Due to the pandemic and in an effort to conform to the local, state and federal guidelines regarding social distancing to mitigate the spread of COVID-19, the pre-bid conference will take place only via audio conference at 1:00 pm. CST, Friday, September 11, 2020 as outlined below: To join the audio conference, dial 1 (346) 202-6170 and enter conference ID number 482 845 480#. To view the presentation, download Microsoft Teams at https://www.microsoft.com/en-us/microsoft-365/microsoft- teams/download-app. An additional contact has been added: NTXBidcenter@lja.com. The Bid Opening is still scheduled to take place on Tuesday, September 15, 2020 at 11:00 a.m. 2.) Reference: Contract Documents – Bid Proposal Section 00 42 43 Replace: Pages 1 through 7 with revised pages 1 through 7 (attached) Clarification: Unit IV Paving Improvements Bid List Item No. 5 – updated description 3.) Additional Information and Clarification: Note 1 on the Storm Drain Plan sheets 42, 44, 46, and 47, which says “All Storm Drain Pipes to be Class IV Concrete”, to be revised following bid opening. All Storm Drain pipes to be bid as Class III RCP as shown on bid proposal. There are no other changes or revisions to the Construction Plans, Bid Proposal and Contract Documents at this time. 00 11 13 - 1 INVITATION TO BIDDERS Page 1 of 2 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 102621 Revised December 22, 2016 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction NORTHSTAR SECTION 2, PHASE 2 UTILITY, PAVING AND 6 STREET LIGHT IMPROVEMENTS will be received electronically by the FAR NORTH FORT WORTH 7 MUNICIPAL UTILITY DISTRICT NO. 1: 8 9 WELCH ENGINEERING, INC. 10 11 Bids will be received electronically until 11:00 a.m., CST, Tuesday, September 15, 2020 and bids will be 12 publicly read aloud at 11:00 a.m., CST, Tuesday, September 15, 2020 via https://bids.lja.com. Bidders 13 must register on this website to submit an electronic bid. Contractors will electronically enter into the bid 14 proposal, found at https://bids.lja.com, their proposed pricing and upload sections 00 41 00 Bid Form, 00 15 43 13 Bid Bond, 00 42 43 Proposal Form, 00 43 37 Vendor Compliance to State Law Non Resident Bidder, 16 00 45 12 Prequalification Statement. Electronic bids do not include bids submitted by telegraphic or 17 facsimile transmission. 18 19 Due to the pandemic and in an effort to conform to the local, state and federal guidelines regarding 20 social distancing to mitigate the spread of COVID-19, the bids will be publicly read aloud only via 21 audio conference at 11:00 a.m., CST, Tuesday, September 15, 2020. 22 23 To join the audio conference, dial 1 (346) 202-6170 and enter conference ID number 385 507 584#. 24 25 GENERAL DESCRIPTION OF WORK 26 The major work will consist of the following: The project is an extension of New Development for Water, 27 Sanitary Sewer, Storm Drainage, Street Paving and Street Lights. You can bid this project separately 28 either Utilities, Paving or Street Lights or all three. 29 30 The City, the MUD, and the Contractor agree that the public infrastructure being constructed under the 31 Contract are being constructed for the benefit of the MUD with ownership and maintenance of the water 32 and sewer public infrastructure to be transferred to the City under a utility conveyance from the MUD to 33 the CITY after final acceptance of the water and sewer public infrastructure by the City. 34 35 PREQUALIFICATION 36 The improvements included in this project must be performed by a contractor who is pre-qualified by the 37 City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the 38 Section 00 21 13 – INSTRUCTIONS TO BIDDERS. 39 40 Each bid must be accompanied by a certified or cashier’s check, from a responsible bank in the State of 41 Texas, or a bid bond, issued by a surety legally authorized to do business in the State of Texas, equal to 5% 42 of the total bid amount. Make the cashier’s check, certified check or bid bond payable to FAR NORTH 43 FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1. 44 45 Copies of the Bidding and Contract Documents may be acquired at: https://bids.lja.com. 46 47 The cost of Bidding and Contract Documents is $50.00. 48 49 The Developer, Meritage Homes of Texas, LLC will be the Payor for the project for the Owner. 50 51 52 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 2 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 102621 Revised December 22, 2016 PREBID CONFERENCE 1 A mandatory prebid audio conference will be held as described in Section 00 21 13 - 2 INSTRUCTIONS TO BIDDERS at the following date, time and location: 3 DATE: Friday, September 4, 2020 4 TIME: 10:00 A.M. C.S.T. 5 LOCATION: Welch Engineering Inc. 6 7 Due to the pandemic and in an effort to conform to the local, state and federal guidelines 8 regarding social distancing to mitigate the spread of COVID-19, the pre-bid conference will 9 take place only via audio conference at 10:00 a.m. CST, Friday, September 4, 2020 as 10 outlined below: 11 12 To join the audio conference, dial 1 (346) 202-6170 and enter conference ID number 728 13 795 652#. To view the presentation, download Microsoft Teams at 14 https://www.microsoft.com/en-us/microsoft-365/microsoft-teams/download-app. 15 16 A second mandatory prebid audio conference will be held as described in Section 00 21 13 - 17 INSTRUCTIONS TO BIDDERS at the following date, time and location: 18 DATE: Friday, September 11, 2020 19 TIME: 1:00 P.M. C.S.T. 20 LOCATION: Welch Engineering Inc. 21 22 Due to the pandemic and in an effort to conform to the local, state and federal guidelines 23 regarding social distancing to mitigate the spread of COVID-19, the pre-bid conference will 24 take place only via audio conference at 1:00 p.m. CST, Friday, September 11, 2020 as 25 outlined below: 26 27 To join the audio conference, dial 1 (346) 202-6170 and enter conference ID number 482 28 845 480#. To view the presentation, download Microsoft Teams at 29 https://www.microsoft.com/en-us/microsoft-365/microsoft-teams/download-app. 30 31 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 32 FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1 reserves the right to waive 33 irregularities and to accept or reject bids. Require forms Section 00 41 00; Section 00 42 43; Section 00 43 34 13; Section 00 43 37 and Section 00 45 12 with 5% Bid Bond. 35 36 INQUIRIES 37 All inquiries relative to this procurement should be addressed to the following: 38 Attn: Gregg Thawley, P.E. LJA Engineering, Inc. 39 Email: GThawley@LJA.com 40 Phone: 214-451-0859 41 42 Additional contact: NTXBidcenter@lja.com 43 44 ADVERTISEMENT DATES 45 August 27, 2020 46 September 3, 2020 47 48 49 END OF SECTION 50 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised August 21, 2015 SECTION 00 21 13 1 INSTRUCTIONS TO BIDDERS 2 1. Defined Terms 3 4 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 5 00 - GENERAL CONDITIONS. 6 7 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 8 meanings indicated below which are applicable to both the singular and plural thereof. 9 10 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 11 directly through a duly authorized representative, submitting a bid for performing 12 the work contemplated under the Contract Documents. 13 14 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 15 corporation acting directly through a duly authorized representative, submitting a 16 bid for performing the work contemplated under the Contract Documents whose 17 principal place of business is not in the State of Texas. 18 19 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom 20 Developer/City/M.U.D (on the basis of City's evaluation as hereinafter provided) 21 makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither Developer/City/M.U.D nor Engineer shall assume any responsibility for errors or 26 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 27 Documents. 28 29 2.2. Developer/City/M.U.D and Engineer in making copies of Bidding Documents available 30 do so only for the purpose of obtaining Bids for the Work and do not authorize or confer 31 a license or grant for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving – Requirements document located at; 41 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-42 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving43 %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ44 UIREMENTS%20FOR%20PAVING%20CONTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at; 47 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised August 21, 2015 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-1 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving2 %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ3 UIREMENTS%20FOR%20PAVING%20CONTRACTORS.PDF?public 4 5 3.1.3. Water and Sanitary Sewer – Requirements document located at; 6 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-7 %20Construction%20Documents/Contractor%20Prequalification/Water%20and%28 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre9 qual%20requirements.doc?public 10 11 12 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 13 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 14 45 11, BIDDERS PREQUALIFICATIONS. 15 16 3.2.1. Submission of and/or questions related to prequalification should be addressed to 17 the City contact as provided in Paragraph 6.1. 18 19 20 3.3. The City/M.U.D. reserves the right to require any pre-qualified contractor who is the 21 apparent low bidder(s) for a project to submit such additional information as the City, in 22 its sole discretion may require, including but not limited to manpower and equipment 23 records, information about key personnel to be assigned to the project, and construction 24 schedule, to assist the City in evaluating and assessing the ability of the apparent low 25 bidder(s) to deliver a quality product and successfully complete projects for the amount 26 bid within the stipulated time frame. Failure to submit the additional information, if 27 requested, may be grounds for rejecting the apparent low bidder as non-responsive. 28 29 3.4. In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 3.5. Special qualifications required for this project include the following: N/A 33 34 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 35 36 4.1. Before submitting a Bid, each Bidder shall: 37 38 4.1.1. Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents (including "technical data" referred to in 40 Paragraph 4.2. below). No information given by Developer/City or any 41 representative of the Developer/City other than that contained in the Contract 42 Documents and officially promulgated addenda thereto, shall be binding upon the 43 Developer/City. 44 45 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 46 site conditions that may affect cost, progress, performance or furnishing of the 47 Work. 48 49 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised August 21, 2015 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 1 progress, performance or furnishing of the Work. 2 3 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 4 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, 5 Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 6 Nondiscrimination in Federally-assisted programs of the Department of 7 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 8 affirmatively insure that in any contract entered into pursuant to this advertisement, 9 minority business enterprises will be afforded full opportunity to submit bids in 10 response to this invitation and will not be discriminated against on the grounds of 11 race, color, or national origin in consideration of award. 12 13 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 14 contiguous to the Site and all drawings of physical conditions relating to existing 15 surface or subsurface structures at the Site (except Underground Facilities) that 16 have been identified in the Contract Documents as containing reliable "technical 17 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 18 at the Site that have been identified in the Contract Documents as containing 19 reliable "technical data." 20 21 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 22 the information which the City will furnish. All additional information and data 23 which the City will supply after promulgation of the formal Contract Documents 24 shall be issued in the form of written addenda and shall become part of the Contract 25 Documents just as though such addenda were actually written into the original 26 Contract Documents. No information given by the City other than that contained in 27 the Contract Documents and officially promulgated addenda thereto, shall be 28 binding upon the City. 29 30 4.1.7. Perform independent research, investigations, tests, borings, and such other means 31 as may be necessary to gain a complete knowledge of the conditions which will be 32 encountered during the construction of the project. Bidder must fill all holes and 33 clean up and restore the site to its former conditions upon completion of such 34 explorations, investigations, tests and studies. 35 36 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 37 cost of doing the Work, time required for its completion, and obtain all information 38 required to make a proposal. Bidders shall rely exclusively and solely upon their 39 own estimates, investigation, research, tests, explorations, and other data which are 40 necessary for full and complete information upon which the proposal is to be based. 41 It is understood that the submission of a proposal is prima-facie evidence that the 42 Bidder has made the investigation, examinations and tests herein required. Claims 43 for additional compensation due to variations between conditions actually 44 encountered in construction and as indicated in the Contract Documents will not be 45 allowed. 46 47 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised August 21, 2015 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 1 between the Contract Documents and such other related documents. The Contractor 2 shall not take advantage of any gross error or omission in the Contract Documents, 3 and the City shall be permitted to make such corrections or interpretations as may 4 be deemed necessary for fulfillment of the intent of the Contract Documents. 5 6 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 7 8 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 9 the site which have been utilized by Developer in preparation of the Contract 10 Documents. The logs of Soil Borings, if any, on the plans are for general 11 information only. Neither the Developer nor the Engineer guarantee that the data 12 shown is representative of conditions which actually exist. 13 14 4.2.2. those drawings of physical conditions in or relating to existing surface and 15 subsurface structures (except Underground Facilities) which are at or contiguous to 16 the site that have been utilized by Developer in preparation of the Contract 17 Documents. 18 19 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20 on request. Bidder is responsible for any interpretation or conclusion drawn from 21 any "technical data" or any other data, interpretations, opinions or information. 22 23 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 24 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 25 exception the Bid is premised upon performing and furnishing the Work required by the 26 Contract Documents and applying the specific means, methods, techniques, sequences or 27 procedures of construction (if any) that may be shown or indicated or expressly required 28 by the Contract Documents, (iii) that Bidder has given Developer written notice of all 29 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 30 written resolutions thereof by Developer are acceptable to Bidder, and when said 31 conflicts, etc., have not been resolved through the interpretations by Developer as 32 described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient 33 to indicate and convey understanding of all terms and conditions for performing and 34 furnishing the Work. 35 36 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 37 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material , unless 38 specifically identified in the Contract Documents. 39 40 5. Availability of Lands for Work, Etc. 41 42 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 43 access thereto and other lands designated for use by Contractor in performing the Work 44 are identified in the Contract Documents. All additional lands and access thereto 45 required for temporary construction facilities, construction equipment or storage of 46 materials and equipment to be incorporated in the Work are to be obtained and paid for 47 by Contractor. Easements for permanent structures or permanent changes in existing 48 facilities are to be obtained and paid for by Developer. 49 50 51 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised August 21, 2015 6. Interpretations and Addenda 1 2 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 3 Developer’s/City’s representative. Interpretations or clarifications considered necessary 4 by Developer in response to such questions will be issued by Addenda delivered to all 5 parties recorded by Developer as having received the Bidding Documents. Only 6 questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 Attn: Gregg Thawley, P.E., LJA Engineering, Inc. 12 Email: GThawley@LJA.com 13 Phone: 214-451-0859 14 Attn: Patrick J. Buckley, P.E., IPRC 15 Email: Patrick.Buckley@fortworthtexas.gov 16 Phone: 817-392-2443 17 18 19 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 20 Developer/City/M.U.D. 21 22 6.3. Addenda or clarifications may be posted via LJA Engineering, Inc. at https://bids.lja.com. 23 24 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 25 INVITATION TO BIDDERS. Representatives of Developer will be present to discuss 26 the Project. Bidders are encouraged to attend and participate in the conference. 27 Developer’s representative will transmit to all prospective Bidders of record such 28 Addenda as Developer considers necessary in response to questions arising at the 29 conference. Oral statements may not be relied upon and will not be binding or legally 30 effective. 31 32 7. Bid Security 33 34 7.1. Each Bid must be accompanied by Bid Bond made payable to Developer in an amount of 35 five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety 36 meeting the requirements as listed in the General Conditions. 37 38 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 39 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 40 Agreement within 10 days after the Notice of Award, Developer may consider Bidder to 41 be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be 42 forfeited. Such forfeiture shall be Developer’s exclusive remedy if Bidder defaults. The 43 Bid Bond of all other Bidders whom Developer believes to have a reasonable chance of 44 receiving the award will be retained by Developer until final contract execution. 45 46 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised August 21, 2015 8. Contract Times 1 The number of days within which, or the dates by which, Milestones are to be achieved in 2 accordance with the General Requirements and the Work is to be completed and ready for 3 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 4 attached Bid Form. 5 6 9. Liquidated Damages 7 Provisions for liquidated damages are set forth in the Agreement. 8 9 10. Substitute and "Or-Equal" Items 10 The Contract, if awarded, will be on the basis of materials and equipment described in the 11 Bidding Documents without consideration of possible substitute or "or-equal" items. 12 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-13 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 14 City, application for such acceptance will not be considered by City until after the Effective 15 Date of the Agreement. The procedure for submission of any such application by Contractor 16 and consideration by City is set forth in Section 01 25 00 of the General Requirements. 17 18 11. Bid Form 19 20 11.1. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 21 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 22 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 23 price item listed therein. In the case of optional alternatives, the words "No Bid," 24 "No Change," or "Not Applicable" may be entered legibly, in ink or type, for which 25 the Bidder proposes to do the work contemplated or furnish materials required. 26 27 11.2. Bids by corporations shall be executed in the corporate name by the president or a 28 vice-president or other corporate officer accompanied by evidence of authority to 29 sign. The corporate seal shall be affixed. The corporate address and state of 30 incorporation shall be shown below the signature. 31 32 11.3. Bids by partnerships shall be executed in the partnership name and signed by a 33 partner, whose title must appear under the signature accompanied by evidence of 34 authority to sign. The official name and address of the partnership shall be shown 35 below the signature. 36 37 11.4. Bids by limited liability companies shall be executed in the name of the firm by a 38 member and accompanied by evidence of authority to sign. The name and state of 39 formation of the firm and the official address of the firm shall be shown. 40 41 11.5. Bids by individuals shall show the Bidder's name and official address. 42 43 11.6. Bids by joint ventures shall be executed by each joint venturer in the manner 44 indicated on the Bid Form. The official address of the joint venture shall be shown. 45 46 11.7. All names shall be typed or printed in ink below the signature. 47 48 11.8. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 49 which shall be filled in on the Bid Form. 50 51 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised August 21, 2015 11.9. Postal and e-mail addresses and telephone number for communications regarding the 1 Bid shall be shown. 2 3 11.10. Evidence of authority to conduct business as a Nonresident Bidder in the state of 4 Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance 5 to State Law Non Resident Bidder. 6 7 12. Submission of Bids 8 Bids shall be submitted on the prescribed Bid Form and proposal form, provided with the 9 Bidding Documents, at the time and place indicated in the Advertisement or INVITATION 10 TO BIDDERS, addressed to Welch Engineering, Inc., and shall be enclosed in an opaque 11 sealed envelope marked with the City Project Number, Project title, the name and address of 12 Bidder, and accompanied by the Bid security ; if required, and other required documents. 13 14 13. Modification and Withdrawal of Bids 15 16 13.1. Bids cannot be withdrawn prior to the time set for bid opening. A request for 17 withdrawal must be made in writing by an appropriate document duly executed in the 18 manner that a Bid must be executed and delivered to the place where Bids are to be 19 submitted at any time prior to the opening of Bids. After all Bids not requested for 20 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal 21 request has been properly filed may, at the option of the Developer/City, be returned 22 unopened. 23 24 13.2. Bidders may modify their Bid by electronic communication at any time prior to the 25 time set for the closing of Bid receipt. 26 27 14. Opening of Bids 28 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 29 abstract of the amounts of the base Bids and major alternates (if any) will be made available 30 to Bidders after the opening of Bids. 31 32 15. Bids to Remain Subject to Acceptance 33 All Bids will remain subject to acceptance for the time period specified for Notice of Award 34 and execution and delivery of a complete Agreement by Successful Bidder. 35 Developer/City/M.U.D. may, at their sole discretion, release any Bid and nullify the Bid 36 security prior to that date. 37 38 16. Evaluation of Bids and Award of Contract 39 40 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised August 21, 2015 16.1. Developer/City/M.U.D. reserves the right to reject any or all Bids, including without 1 limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or 2 conditional Bids and to reject the Bid of any Bidder if Developer/City believes that it 3 would not be in the best interest of the Project to make an award to that Bidder, 4 whether because the Bid is not responsive or the Bidder is unqualified or of doubtful 5 financial ability or fails to meet any other pertinent standard or criteria established by 6 City. Developer/City also reserves the right to waive informalities not involving 7 price, contract time or changes in the Work with the Successful Bidder. 8 Discrepancies between the multiplication of units of Work and unit prices will be 9 resolved in favor of the unit prices. Discrepancies between the indicated sum of any 10 column of figures and the correct sum thereof will be resolved in favor of the correct 11 sum. 12 13 16.1.1. Any or all bids will be rejected if Developer/City has reason to believe that 14 collusion exists among the Bidders, Bidder is an interested party to any litigation 15 against Developer/City, Developer/City or Bidder may have a claim against the 16 other or be engaged in litigation, Bidder is in arrears on any existing contract or 17 has defaulted on a previous contract, Bidder has performed a prior contract in an 18 unsatisfactory manner, or Bidder has uncompleted work which in the judgment 19 of the Developer/City will prevent or hinder the prompt completion of additional 20 work if awarded. 21 22 16.2. Developer/City may consider the qualifications and experience of Subcontractors, 23 Suppliers, and other persons and organizations proposed for those portions of the 24 Work as to which the identity of Subcontractors, Suppliers, and other persons and 25 organizations must be submitted as provided in the Contract Documents or upon the 26 request of the Developer/City. Developer/City also may consider the operating costs, 27 maintenance requirements, performance data and guarantees of major items of 28 materials and equipment proposed for incorporation in the Work when such data is 29 required to be submitted prior to the Notice of Award. 30 31 16.3. Developer/City may conduct such investigations as Developer/City deems necessary 32 to assist in the evaluation of any Bid and to establish the responsibility, 33 qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers 34 and other persons and organizations to perform and furnish the Work in accordance 35 with the Contract Documents to Developer’s/City's satisfaction within the prescribed 36 time. 37 16.3. 38 16.4. Failure or refusal to comply with the requirements may result in rejection of Bid. 39 40 17. Signing of Agreement 41 When Developer issues a Notice of Award to the Successful Bidder, it will be accompanied 42 by the required number of unsigned counterparts of the Agreement. The Contractor shall sign 43 and deliver the required number of counterparts of the Agreement to Developer’s 44 representative with the required Bonds, Certificates of Insurance, and all other required 45 documentation. 46 47 48 49 END OF SECTION 50 UTILITY CONTRACT DOCUMENTS ACADIA SERVICES, LLC. 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Confiict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http://www.ethics.state.tx.us/forms/C IQ.�df http://www.ethics.state.tx.us/forms/CIS.pdf � ❑ ❑ ❑ ❑ ❑ CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: � C� �l � �-/��y�� �l, C Company Name Here Address Here (� 7 S'o p(.,,( '1� Address Here or Space ✓l r�4�...� �YIs�T� '7G t� City, State Zip Code Here END OF SECTION By: Printed Name Here �"''� �`'� Signature: ��i� Title: /�i,cl: ,(.... � Title Here CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 0o ai o0 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: Far North Fort Worth Municipai l c/o: Welch Engineering, Inc. 1308 Norwood Drive, Suite 200 Bedford, Texas 76022 FOR: City Project No. Northstar Section 2, Phase 2 Utility, Paving and Street �ight Improvements for Far North Fort Worth Municipal Utility District No. 1 102621 Units/Sections: Unit I: Water Improvements Unit II: Sanitary Sewer Improvements Unit III: Drainage Improvements Unit IV: Paving Improvements Unit V: Street Lighting Improvements Unit VI: Traffic Signal Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 t2_00 35 13_Bid Proposal Workbook.xls 0o ai o0 BID FORM Page 2 of 3 levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. List work,type here or space �/uiY�✓ � ��£ �-�,��. �����.,�a� � • . • - . • . ;������� �.�� �'���� - �-�:;:; • e - • e . , � =-:��� ������� ;., � ��� � � x ��r � x� �� d. List work'#ype here or space - ,. 4. Time of Completion v� 4.1. The Work will be complete for Final Acceptance within #t ci,.�ys days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 "`If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 0o a� o0 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicabie, other�vise delete> Total Base Bid <use this if applicable, otherwise delete Alternate Bid <use this if applicable, otherwise delete> Deductive Alternate<use this if applicable, otherwise Additit�e F�Iterriate <use this if applicat�le, ottierwise Total Bid 7. Bid Submittal This Bid is submitted on ��/� lZo1'`' Month Day, Year Respectfuily sub ' By: (Signature) �rintecl Na�t�e I-ier-�= �i..( C,,,�'�t%� (Printed Name) Receipt is acknowledged of the �nitial following Addenda: Addendum No. 1: , Addendum No. 2: Addendum No. 3: Addendum No. 4: Title: 7itle Here prG1t��„�,� Company: Company Name Ner�ca �-r�,�,l ��; � 3r (�L L Address: Address Here (� 73'U j�(..r( Z(, Address NerP or Sra�;=� City, St��t� 7_ip Code ii�,r-e 2`���wi �j�(�� TjC �G l�j � State of Incorporation: ;3tate Nnre T' � Email: Your Email Address Here 6�,� �( `s � Ls �,� �.�,.,� Phone: Your Phone Number Here $/ 7� $`(�- �f O�� END OF SECTION $o.00 -� q �t 5, G y�. y o #REF! #REF! #REF! #REF! � ���/ � �G, �O by the entity named below. Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook_x�s 00 42 43 DAP-BfDPROPOSAL Page 1 0(7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist ltem Descri tion Specification Unit of Bid No• P Scetion No. Measure Quantity Unit Price Bid Va(ue 1 3311.0241 8" Water Pipe 33 11 10, 33 LF 3654 - - . _ . -- --3f•a_ ._ 4x7,_8qp,' _ _ _ - 2 3312.3003 8"GateValve 331220 Eq 10 �y�Q.°a ���(�Q(�,o . _ __ __ _ 3 3312.0001 Fire Hydrant 33 12 40 EA 5,�ij�Q, �� ��j t �_�0 ,� _ _ - _ _ - 4 3311.0001 Ductile Iron Water Fittings w! Restraint 33 11 11 TON 1.273 � p�Qp,�_ �3� 11 {.9( 5 3312.2003 1" Water Service 33 12 10 EA gs Z��� 00 ,sq ��QQ� � 6 3312.0117 Connection to Exisitng 4"-12" Water Main 33 12 25 EA 3 j0y� � 6�j�Q, �� _.._ _ . . _ _. . 7 3305.0109 Trench Safety 33 05 10 LF 3654 �, °O 3�(��t/ � - -- - - _ -- __ 8 9999.0001 WaterTesting (Excluding Geotect�) Od 00 00 LF 3654 ,§Q ��gQ'1, ot 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 _ _ ._ _ __ . . _ as _ � __ . : : suM : �'�Ilo,tiSz. CITY OF FORi WORTH ST.4NDARD CONSTRUCTION SPECff(CATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Fortn Version May 22, 2019 00 42 43_Bid Propusal pAP.xls 00 42 43 DAP-BIDPROPOSAL Page 2 of 7 secrioN oa a2 as Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project ltem information Bidlist Item Na Description UNIT II: SANITA 1 3331.4211 12" Sewer Force Main (C-200 DR-14) 2 3331.4115 8" Sewer Pipe (SDR-26, ASTM D3034) 3 3331.3101 4" Sewer Service 4 3339.1001 4' Manhole 5 3339.0003 Extra Depth 4' Manhole 6 3331.3401 Ductile Iron Sewer Fittings 7 3331.4116 8" Sewer Pipe, CSS Backfill 8 3331.4209 12" Sewer Pipe, CSS Backfill 9 3301.0002 Post-CCTV Inspection 90 3301.0101 Manhole Vacuum Testing 71 3305.0109 Trench Safety 12 3305.0113 Trench Water Stops 13 9999.0002 Connect to Existing Sewer Line 14 15 16 17 18 79 20 21 22 23 24 25 26 27 28 29 3� 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Specification Sect�on No. :WER IMPRO' 33 11 10, 33 3311 1U, 33 '33 31 50 33 39 10, 33 33 39 10, 33 33 11 11 33 11 10, 33 33 11 10, 33 33 01 31 33 01 30 33 05 10 30 05 15 �o 00 00 CITY OF FORT WORTH STANDARD CONSTRUCTIpN SPBCiFICATION DOCUMENTS - DEVELOPGR AWARDED PROICCTS Fortn Version May 22, 2019 Unit of Measure lEMENTS LF LF � EA VF TON LF !f LF EA LF Ea Ea Bidder's Appiication Bid Unit Price Quantiry s�s �g,a 3565 3��0' es Gy� `" �5 3t2o.a 53.5 I srj.~ 0.042 !IQ OOd.a 248 (� a 22 71,0� 4181 Z,a �s 1�0.°a 4181 ),da 10 � qp a 3 �$00.° Bidder's Proposal Bid Value ' 41,SS8,°` t3A � b35.0° 5y � 815.•0 46,Qoo.00 $��q�.SO 4, 994 .°o Iy,8�0 e� I,S�o2.°O s,3�z,�� x,�5o.�� 'i� 1$1 ,00 Z„flOD.'0 5, y00 .iO ;uM � 33y,'.1�3.� -- 0042 43_Bid Pmposal_DAP.zIs p0 42 43 DAP - HID PROPOSAL Pege 3 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Infonnation Bidlist Iteml No. Description 1 3349.5001 10' Curb Inlet 2 3349.5002 15' Curb tnlet 3 3349.0001 4' Storm Junction Box 4 3341.1001 3x2 Box Culvert 5 3341.1303 6x4 Box Culvert 6 3341.0201 21" RCP, Class HI 7 3341.0205 24" RCP, Class Iil 8 3341.0302 30" RCP, Class III 9 3341.0309 36" RCP, Class III 10 3305.0109 Trench Safety 11 9999.0003 Zx2 Box Culvert 12 9999.QOQ4 Riprap 13 9999.0005 Connect to Exisitng Storm ' 14 9999.Q006 6" Concrete Pilot Channet 15 9999.0007 CH-FW-15 Headwall {24" RCP) 16 9999.0008 CH-FW-30 Headwall (36" RCP) 17 9999.0009 PW-1 Wingwali (2'�L' RGB) 18 9999.0010 PW-1 Wingwall (3'x2' RCB) 19 9999.0011 SW-0 Wingwall (2'x2' RCB) 20 9999.0012 SW-0 Wingwall (3'x2' RCB) 21 9999.0013 SW-0 Wingwall (6'x4' RCB) 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 Bidder's Application Bidder's Proposal Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity 33 49 20 33 49 20 33 49 10 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 05 10 00 00 00 31 37 00 00 00 oa 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 DO 00 00 00 00 00 EA EA EA LF LF LF LF LF LF LF LF SY EA SY EA EA EA EA � EA EA 4 � W6y0.o° 5 3395.p� 2s j 93. o0 �20 3 �.�' 149 (?pq ,�n 445 � Ct , o0 �oss q�,00 s� IZ5.�e 1901 l.a� 25 t83 O° 255 g3 do z I geo �� ��s 4x. o0 � � 4�d � � �''�Jr% �O � 5�3q d° ; iq� 60 2 ?y 4,s° 3Z, �0 , 06 ��O' �1� o 5 S9 N�� 1�0.°O lO,ZSI.°O 35. �55.°° il7%���z,06 y�o7Stl0 �� �iOl. °a y,515, °'� 21, tbS.od g �o,� ?��t�3t. 00 �; �5G �� 5,�3�.°D S�IS.00 z�q �•`b 4�,_.1,�.����,, .�,� �7. __ �� � Iy,�2�. po CITY OF FORT WORTH SYANDARD CONSl'RUCPION SPECIPICAT[ON DOCUMTNTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 20I9 0042 43_Bid Proposal_DAPxIs 00 a2 a3 DAP- RID PHOPOSAL Naae 7 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project I�em Information Bidder's Proposal f3idlist(tcm Spccification Unitof [3id , Description Unit Price [3id Value �� Section No. Measure Quantity F3id Sununar}� UNIT i: WATER IMPROVEMENTS UNIT Ii: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFF�C SIGNAL IMPROVEMENTS Totnl Construction I3id � Z`i6� W 52. ,9a $ 33�, y�3. So - $ y 1 y, 7�,b . aa _ $ —, - $ � - $ a - This Bid is submittcd by the entity named bclo«•: I3IDDER: f3Y: I'rincipal �/���'�'� ��� (,C�t� <-1'nni��:�n� 5;imc ficrc> AGA�i'1 �OrVICGS) Gia�,. y <Address ►Icrc> (i ?.�(% ��vl� Z�' c Ili�re> ��`/j:p�i�.. 1 <Address Hcrc or Iilank> /� J�j�/ TITLE: licrc> C'id�, �;tntc Y,ip Cndc Ilcre � "���� /'" KS�T K 7G��r% DA"I�G: Iicrc> R f 1 y�/l ot d �v Contractm• ngrces to complete �VORK for I�1YA1., ACCGPTANCE «ithin !1 day's �rm•king da��s aftcr the datc when the CONTRACT cmnmences to run as provided in !he Gencral Conditions. END OI�' SEC'TION CIT\' OP FORI' N'ORTH STANDARD CONS7'RL'GTION SPGCIFICATION DOC'UMfiNTS - D�VP.1_OPCR AIVARDGD PROJliCTS Fonn Version May22, 2019 0042 43_F3id Proposal_DAP.xIs 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Acadia Services, LLC , known as "Bidder" herein and FCCI Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipai corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum weil and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposai to perform Work for the following project designated as Northstar Section 2, Phase 1 Utility, Paving and Street Light Improvements for Far North Fort Worth Municipal Utility District NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principai shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shali lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 15th day of September , 2020. PRINCIPAL: Acadia Services, LLC ATTEST: Witness as to Principal BY: Signature �f �•� � � ff !�i �,: al�, t Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 43 13 BID BOND Page 2 of 2 , Witness as to Surety Attach Power of Attorney (Surety) for Attorney-in-Fact Address: 6750 Blvd 26 Richland Hitls, TX 76180 SURETY: FCCI Insurance Company BY: '� �'�- ���{'i c� Signature Kaylee Parise, Attorney-in-Fact Name and Title Address: 6300 University Parkway Sarasota, FL 34240 Telephone Number: (800) 226-3224 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171 t09 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls / �-1 �� �� ir�suanrvr.i: cxour GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Allen Bale; Frank Cruz; Juanita Austin; Carolyn Maples; Greg A Wilkerson; John R Wilson; Nikki Adams; Crystal Carlson; Bonni Stafford; Eunice Duong; Todd Durst; Talia D'Abramo; Johnny W. Grabner; Kaylee Parise Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $10,000,000.00): $10,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of July , 2020 . � � G) n /� ,.,PAN��.,. �� � f �L�2 oC_J_ �v�C� ' `'J • c0 ' 1 Attest: �� L� • �.'' pPOA ?> '•. � (.�,i-'- ��U��C� �r6'�':9: l Christina D. Welch, President : �: • z- Christopher Shoucair, S�AL , FCCI Insurance Company ' LL� �y„� '�� EVP, CFO, Treasurer, Secretary �`., ��o��oP.: ` :' FCCI Insurance Company State of Florida '�� � " County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2023 �M�' �A Noary Pu01ic Slete of Florrda ��'F PegBYSnow +�, � MyCommisnlonGG283505 ��a Ezplres02�87Li023 ---> c-,. �--�-�4'"i'rl cJ�� Notary Public State of Florida County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2023 ,�n� Naan woec s�ece a Fbr ca �� Peggy Snow a+, J My Commifeion GG 283505 pa �y�� EKpkes 02+27R029 i`,) C '�- . _:7 �c�-� c3�'�6l,�"� Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 15th day of Septeinber , 2020 C�� Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company 1•IONA•3592-NA-04, 7/2020 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints(a�fcci-group.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim fcci-qroup.com. 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: 1-512-490-1007 Web: http://www.tdi.texas•�v_ E-mail: ConsumerProtectionsla�tdi.texas.gov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resoived, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. "The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-NTP-07 15 Page 1 of 1 Copyright 2015 FCCI Insurance Group. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of �tat�j Flere ��r r�i��nk , our principal place of business, are required to be % HcSre percent lower than resident bidders by State Law. A copy of the statute is attached. Tt�•s Nonresident bidders in the State of �tate �-�ere c�r �lank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: � L��c 5,,,,�,ii c�) l. L L i Company Name Here By: Printed Name Here ��'� C1-� Address Here 4��� Q(��. ?.�i Address Here or Space /L: �.L,1..,�( f{ill��?K '7i l$o City, State Zip Code Here END OF SECTION �/�=� (Signature) Title: Title Here %����� ��f` Date: 1%/ S/� 2 0 �— CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposai Workbook.xis 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTON 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a.A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c.A completed Bidder Prequalification Application. (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2)The firm’s e-mail address and fax number. (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e.Other information as requested by the City. 2. Prequalification Requirements a.Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTON 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6)The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9)The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b.Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a.The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c.The City will issue a letter as to the status of the prequalification approval. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTON 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement 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. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date W1�f'Gv�I� S' •�� Kw�r List work type here or space w,�, z�,~ �- ��.c� .Aca�C��� S�„�t�s, �c. c � Z� ZoZ, List work type here or space List work type here or space _ List work type here or space �:�.�ir�;���s�y �J�r,�c 1-,e�� o; ;� >>� �. �+ :�. The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name Here Address Here Address Here or Space City, State Zip Code Here By: Printed Name Here /3 ��.�C ���� �- ��1� (Signature) Title: Title Here i� nsj�� � Date: q �� s %�' '7� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 END OF SECTION 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 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 2( 27 28 29 30 31 32 33 34 35 36 37 � 39 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102621. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Acarlia �.rvi e�, L.LC. By: �'.t d� ��� Company (Please Pri 6750 Boulevard 26 Signature: Address Richland Hills, Texas 76180 Title: �✓'t Se'�t�... � City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT 0 � BEFORE ME, the undersigned authority, on this day personally appeared j�Q��, �-� �.�•� , known to me to be the person whose name is subscribed to the fore�ing instrument, and acknowledged to me that he/she executed the same as the act and deed of Q�rA�� for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �� day of Or/f ,202�. J�'� �� Rebecca A Paiz xi` � My Commission Expires " q�a2a�zo2� Nota Public in and for the Texas �'yjF.��+Q ID No. 131326162 END OF SECT�ON CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Northstar Section 2, Phase 2 City Project No. ]02621 12/03/2020 00 52 43 - 2 Devetoper Awarded Project Agreement Page 2 of 4 32 3.3 Liquidated damages 33 34 35 36 37 38 39 40 41 42 43 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the rimes specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Constcuction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficult�es involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but nat as a penaity), Contractor shall pay Developer One Thousand Five H ndred DoIlars ($1.500.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance unti! the City issues the Final Letter of Acceptance. 44 Article 4. CONTRACT PRICE 45 Developer agrees to pay Contractor for performance of the Work in accordance with the Cantract 46 Documents an amount in current funds of nine hundred ninetv-five thousand. six hundred fort� 47 six dollars and forty cents ($995.646.40). 48 Article 5. CONTRACT DOCUMENTS 49 5.1 CONTENTS: 50 A. The Contract Documents which comprise the entire agreement between Developer and 51 Contractor concerning the Work consist of the following: 52 1. This Agreement. 53 2. Attachments to tl�is Agreement: 54 a. Bid Form (As provided by Developer) SS 1) Proposal Form (DAP Version) 56 2) Prequalification Statement 57 3) State and Federal documents 58 b. Insurance ACORD Form(s) 59 c. Payment Bond (DAP Version) 60 d. Performance Bond (DAP Version) 61 e. Maintenance Band (DAP Version) 62 f. Power of Attorney for the Bonds 63 g. Worker's Compensation Affidavit 64 h. MBE and/or SBE Commitment Form (If required) 65 66 67 68 69 70 71 72 3. Standard City Generai Conditions of the Consiruction Contract for Developer Awarded Projects. 4. Supplementary Conditions. S. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 73 8. Documentation submitted by Contractor prior to Notice of Award. 74 9. The following which may be delivered or issued after the Effective Date of the 75 Agreement and, if issued, become an incorporated part of the Contract Documents: CITY OF FURT WOR7"H Northstar Section 2 Phase 2 STANDARD CONSTRUCTION SPECIFlCATION DOCUMENTS—DEVELOPER AWARDED PROJECTS CPN ]02621 Revised June l6, 2016 OD5243-3 Developer Awarded Project Agreement Page 3 of 4 76 77 78 79 80 a_ Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. 81 Article 6. INDEMNIFICATION 82 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 83 expense, the city, its officers, servants and employees, from and against any and all 84 claims arising out of, or alleged to arise oat of, the work and services to be performed 85 by the contractor, its officers, agents, employees, su6contractors, licenses or invitees 86 under this contract. This indemnification rovision is speci�cally intended to onerate 87 and 6e effective even if it is alle ed or roven that aIi or some of the dama es bein 88 sou�ht were caused, in whole or in part, by anv act, omission or neelieence of the citv. 89 This indemnity provision is intended to include, without limitation, indemnity for 90 costs, expenses and legal fees incurred by the city in defending against such ciaims and 91 causes of actions. 92 93 G.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 94 the city, its officers, servants anc! employees, from and against any and all loss, damage 95 or destructian of property of the city, arising aut of, or alleged to arise out of, the work 96 and services to be performed by the contractor, its officers, agents, employees, 97 subcontractors, licensees or in�vitees under this contract. This indemnification 98 provision is s�ecificall� intended to oAerate and be effective even if it is atle�ed or 99 proven_ that all or some of the dama�es bein� sou�ht wcre caused, in whole or in qart. 100 bv anv act, omission or negliPence of the citv. i01 102 Article 7. MISCELLANEOUS 103 7.1 Terms. 104 Terms used in this Agreement are defined in Article 1 af the Standard City Conditions of 105 the Construction Contract for Developer Awarded Projects. 106 7.2 Assignment of Contract. 107 This Agreement, including all of the Contract Documents may not be assigned by the 108 Contractor withoext the advanced express written consent of the Developer, 109 7.3 Successors and Assigns. 110 Developer and Contractar each binds itself, its partners, successors, assigns and legal 111 representatives to the other party hereto, in respect to all covenants, agreements and 112 obligations contained in the Contract Documents. 113 7.4 Severa.bility. 114 Any provision or part of the Contract Documents held to be unconstitutional, void or 115 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 116 remaining provisions shall continue to be valid and binding upon DEVELOPER and 117 CONTRACTOR. CITY OF FORT WORTH NoRhstar Sectian 2 Phase 2 STANDA}tL) CONSTRUCTI�N SP&CIFICATION DOCUMENTS—DEVELOPERAWARDED PROJECTS CPN 10262t Revised June 16,2016 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 118 7,5 Governing Law and Venue. 119 This Agreernent, including all of the Contract Documents is performable in the State of ] 20 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 12l Northem District of Texas, Fort Worth Division. 122 123 7.6 Authority to Sign. 124 125 126 127 128 129 130 131 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contrac;tor: Developer: Acadia Services, LLC �ritaee Homes of Texas, LLG Bv: (Signature) _ �r►� �� � (Printed Name) Title: /"�ClipCv,,.T Company Name: Acadia Services, LLC Address: 6750 Boulevard 26 B ( J ture) David Au�hinbaugh (Printed Name) Title: Vice President, Land Company name: Meritage Homes of Texas, LLC Address: 8840 Cvnress Waters Blvd, Suite 100 City/State/Zip: Richland Hills, Texas 76180 City/State/Zip: Dallas,_ Texas 15019 lD ?.a Z� � I� I ZO Date Date 132 CiTY OF FORT WORTH Northstar Section 2 Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 102621 Revised June 16,2016 /."�.�,��\ FCC I� �,5���,�:�:� (iROUP GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Allen Bale; Frank Cruz; Juanita Austin; Carolyn Maples; Greg A Wilkerson; John R Wilson; Nikki Adams; Crystal Carlson; Bonni Stafford; Eunice Duong; Todd Durst; Talia D'Abramo; Johnny W. Grabner; Kaylee Parise Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $10,000,000.00): $10,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of July , 2020 . Attest: ��n2�P/''�.., o�` J_ ���C'lf�--- ���5 oPPo�� °�,q, l` ��,��/�:.._ '�U'�G F'�.9'" Christina D. Welch, President =LL:' S�AL �;{: ChristopherShoucair, FCCI Insurance Company �y,,, EVP, CFO, Treasurer, Secretary `'..,F�oa,oP:�' ;�' FCCI Insurance Company State of Florida ••������� County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2023 State of Florida County of Sarasota ��n�c�ary PuGtie stete a Flmraa �, v� ��^� PB98Y Snaa '1��',,,� E p �l�S 23 2��5 Notary Public Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2023 .�H Nolery PubFc Slele M Fkrtca a+t Peggy Snow �� � EiphesO�Zt�/L023 283505 a <.�� 5,4i r.� �-. sz, Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this day of , C�- Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company 1•IONA-3592-NA•04, 7/2020 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)'` toi�-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaintsCc�fcci-group.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaimCa�fcci-group.com. 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: 1-512-490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtections antdi.texas.gov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. `The FCCI Insurance Group includes the following insurance carriers: Briefield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-NTP-07 15 Page 1 of 1 Copyright 2015 FCCI Insurance Group. 20-0099 3rd December 20 3rd December 20 20-0099 3rd December 20 3rd December 20 20-0099 3rd December 20 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH NORTHSTAR SECTION 2 PHASE 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 102621 Revised January 31, 2012 3rd December 20 PAVING CONTRACT DOCUMENTS GILCO CONTRACTING, INC. 00 35 13 BID FORM Page 1 of 1 CONFLICT OF INTEREST STATEMENT CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary By: Charles Mooney Signature: Title: SECTION 00 35 13 Each bidder, offeror or respondent (hereinafter referred to as “You”) to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. http://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf BIDDER: Gilco Contracting, Inc. 2331 Southwest Boulevard Benbrook, Texas 76132 Contract Manager The referenced forms may be downloaded from the links provided below. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: Far North Fort Worth Municipal l c/o: Welch Engineering, Inc. 1308 Norwood Drive, Suite 200 Bedford, Texas 76022 FOR: Northstar Section 2, Phase 2 Utility, Paving and Street Light Improvements for Far North Fort Worth Municipal Utility District No. 1 City Project No.: 102621 Units/Sections: Unit I: Water Improvements Unit II: Sanitary Sewer Improvements Unit III: Drainage Improvements Unit IV: Paving Improvements Unit V: Street Lighting Improvements Unit VI: Traffic Signal Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perForm and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 41 00 BID FORM Page 2 of 3 levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. List work type here or space b. List work type here or space c. List work type here or space d. List work type here or space : ,,:..,. Paving Improvements ' " ` "`" � `'' `��" � _ _ __� 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 40# days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls xxxxx $561,574.40 0o aa aa DAP-BIDPROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 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 UNIT IV: PAVING IMPROVEMENTS 1 3213.0101 6" Reinforced Conc Pvmt 32 13 13 SY 12167 $34.50 $419,761.50 2 3211.0400 Hydrated Lime (30#/SY per Geotech) 32 11 29 TON 195 $175.00 $34,125.00 3 3211.0501 6" Lime Treatment 32 11 29 SY 12978 $3.80 $49,316.40 4 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 8 $1,950.00 $15,600.00 5 3213.0302 5" Conc Sidewalk 32 13 20 SF 1820 $7.00 $12,740.00 6 3441.4003 Furnish/Install Alum Sign Ground Mount City 34 41 30 EA Std. - Stop q $500.00 $2,000.00 3441.4003 Furnish/Install Alum Sign Ground Mount City 34 41 30 � Std. - Name Blades EP` 6 $150.00 $900.00 8 9999.0015 6" Unreinforced Concrete Removal 00 00 00 SY 574 $20.00 $11,480.00 9 9999.0016 Road Barricade 00 00 00 EA 2 $1,500.00 $3,000.00 10 9999.0017 Pavement Header 00 00 00 LF 62 $10.00 $620.00 11 9999.0018 Remove Barricade & Connect to Existing 00 00 00 EA 3 $500.00 $1,500.00 12 9999.0019 Curlex (4' Wide) 00 00 00 LF 7021 $1.50 $10,531.50 13 14 _ �._.e 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 N 42 . _ 43 44 _ 45 _ 46 CITY OF FOR1' WOR'iH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS - DEVELOPEA AWARDED PROJECTS Fortn Version May 22 2019 � �SUM � $561,574.40 00 42 43_Bid Proposal_DAP.xIs 0o az as DAP - BID PROPOSAL Page 7 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 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 Bid Summary UNIT I: WATER IMPROVEMENTS $ N/A - UNIT II: SANITARY SEWER IMPROVEMENTS $ N/A - UNIT III: DRAINAGE IMPROVEMENTS $ N/A - UNIT IV: PAVING IMPROVEMENTS � $ $561,574.40 _. . _,.,.._ _ _..,: �._ _�._. _.,� UNIT V: STREET LIGHTING IMPROVEMENTS $ N/A - UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS $ N/A - Total Construction Bid 1, 574.40 This Bid is submitted by the entity named below: BIDDER: g BY; Principal /� /� /'� <Cmupan� \an�e fiere> Gilco Contractin �f1C. / �� )(� <.�aa,•ess r►ere> 6331 Southwest Boulevard xere> � Benbrook,TX 76132 <Address llere or Blauk> TITLE: Itere� Leia McQuien <City, State'l,ip Code liere� DATE: llere> Vice President, Operations Contractor agrees to complete WORK for FINAL ACCEPTANCE within 40 # daF s 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 DOCOMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.sIs � AIA ��:i � Document A3� OT"' - 2010 cor�z�acroR: l:�'anre. le�;a! status antl acicf.j•es•aj GILCO CONTRACTING, INC. 6331 Southwest Boulevard Benbrook, TX 76132 SU RETY: f.,l`attts, !e`a! sintu,s� nncl pri��t�iPcrl pl�rce t>�(7 L.CS111 E SJy L18�RTY MUTUAL INSURANCE COMPANY 175 Berkeley Stree# Boston, MA 02116 �Wi��� l:\•'rrrrie, te��crl.ti•laitr.rand�rldr<rsa•i FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NQ. 1 C1Q LJA ENGlNEERWG, INC. 3017 W_ 7th Sireet, Suiie 30d, Fort Warth, TX 76107 B01VD RiVI0UN7: Five Percent of Amount bid (5°k of Amount Bid} PROJECT: This dacument has important tegal consequences. Consuftation uriih an attarney is encouraged with respect to its completion or modificattan. Rny singular reference to Contracto�, Surety, O�vner or other party shali be considered plural �vhere appltcable. (_�inne, l��ccrtir,�n oi• n,fclr•csti; crrei( Pr-ojeci r�unrber, i(rv7v1 NoRhstar Section 2, Phase 2- Paving Improvements P1��ject Number, iC�1rit : Fort Worth, TX 'flie CoF�tracto�• �jnd Sure€�- are bou��d ta 11ac O�� iier in the aet3ount set forElt �ibo�-e, £or �he pati•ment of iv�Eiiclo ilze Cor�t���ictor aiad Suret} bind the�nselz°cs, iheir heirs, execEitors_ adi��io.istraters, success'ors and assigns, joint.fy and se��era:tl�-, as provideci he►�in� The condit.ions of tl�is Bond a��; sucl� thal if the O�c ner ;iceepts tlie bid of the C�ntri�tor ieiti�iEl the �irne slx:cified in tlie bid docume�it.s, o:r �-ititin sueh t.inte period as ������ be ���recd tc� bc Qie ��r>i�er a�id Contrac;tor, suzd tlic Cotztractai• eilher (1} eni.ers inEo ,� eontiaet i�•itli li�e O���z�er iii accorclrmce ��ith tl�e ten.ns of stEel� bid, ;ind bives such bortd or Uoi�ds ��s �nup be specified in the bidding or Cor�traci Docu.znet�ts, tt iflt �i suceL�° aduuited in t.he.ji�risdiclion af tl�L Project a�u1 otikei��•ise �3cceptable to tiie. O« ner, fc�r tiee faiiiFi'uf perfonna��ce of sc�ch Co��ir�ct ancl �:ar Ih� }TCOitl�i }J�l�'ri3titl OI IFlvpi �IIiCI ill3l.�i'tc�1 I�tiC11ISI1Cd II1lIlC �IOStCtltlpll lI1CCe0I; OP {2� �38�'S 1p t�le O1'1 Slet'tllC differcnce, noi to e�cced tl�c an�ount of tl�is Bond, beriveeF� tl�c a�not[nt specif.icci i.�t said l�id ai3d st:cti 1�1t�Cr ainotulF for �a�hicl� ttie O�v��cr ���,��- in good fai[I� contr�ct with attotl�x}�;�n�- to peifor�� thc tivork co<<ered t�y said bici, tlien this obligatiot� sl�all be uuli and � oid, otherc�•ise to rezu�in iri Iicil farce anct effecE. Tt�e Si�.��tv t�creb� 4s�ai�•es a�Ft� �iotice of an agree�tzent bet�r-�eu tlt.e O�i uer and Cuntractor to ��ietid tl�e tiitie in «IucEl ttic O�� ner ma�� 1c:cept 11ie bid. WaiE er of 1101iC-C Yl}' tiI10 SUFL'1}° S�ti}E� ROl 'r1�.7jJ�)' 1Q an�� e�tez�sion exceedin� sitt} (6U) cia� s i.n t:ite aggregatc be��ond tl3e time for acce�talzce of bids �pecified iY� tlte bid docz�cn.ents, ,ind ihe Or��mer a.nd Caiit:r�cior shall obtz2in tiie St�ret��'s consent for �jta ex[ensioil bc�}�o��d si�t}° ('6t)) dxivs, if tl.tis $o�td is is�t�ed in conrieclio�t t��iih �a subcontracror's bid to t� Coitu�'1C(or., tkie let-tn Cot�[tacfnr in this Bond sl���]] be deemed io !�c Sr�l�conEractar artd ti�e terau Q�� �zer sii,a.116e d�c�tted to be Coittr��ctfli�. lVlicci this Borzd ]zas b�ea�. firrnished co co���ply �� itl� a statuton� or o[tier legal requirement i�i tl►e lacatiau of ttic Pinject_ afie� piv�•isiaf� in tlus Bond canf'licti�ig �t•atl� sairi staiuton• or le�al req«ircine��t sliai! bc cteemed delctc:a herefron� ai�.d �rovisio��.� confontzing to suclz sEalt2ton• or t�ther ie^al reqc�iremci�t sl��ll be �eei��ed i��eo�porited l�ereii�. ��i hen so furnisi3eCl_ Ilte infet�! is lIi<it i.liis Bond shail bc construcd as a staa�to�,� bo��d and nol as a comn�on lati�= bo��d. Signed a�3ci scal.ed [l�is latn dt�;� of 5eptember, 2020 � � 0�..�1 �1 ( 6J'iir�es:sj �- �t�- �31.P'1.4.� ��G�ti:C�H-�- } (t't itFt4,CS1 GILCOCON7RACT,1, I�G,_INC. ` (Prirtcri�3nf, ---- '�r11 r l it!<j , Ll6ERTY MUTUAL IIVSURANCE CpMPANY ---_ _--.------__.._..__ ._._.-------_...._..,_,_..------- T t�s'ci�-E. i _ f ,(.S'erzl) , ! t �, �— (1 iilej Sophinie Hunter, Attorney in Fact A[A Docnmert# A310"" - 2010. Copyright m 1963, 19 i 0 and 2010 by The American instilufe of 0.rc11Becis. Ail rights reserved. . �:��eri� J �������.:. �._`_ SURE�'Y Liberty IV�utual Insurance Company 7he Ohio Gasualty Insurance Company West Arnerican lnsurance Company POWER OF ATTORNEY Cefificate No: 8200743 KNOWN ALL PERSONS BY THESE PRESENTS: T6at The Ohio Casualty Insurance Company is a carpora6on duly organized under the laws of the State of New Hampshire, that Liber�y Mutual Insurance Company is a corpora5on duly organized ander 1he lavrs of fhe State of Massachusetts, and West American insurance Canpany is a crorpwation duly organized unde� the laws of ihe Sia;e of todiana (herein coElectivefy ralled the `Companies"}, pursuant to and by aufhority herein set forth, does hereby name, cons6tute and appoint, RoUbi Morales, Don E. Comell_ Sophinie Hunter, Tina McEwan_ Tonie Petranek, Ricardo 1. Re}ma, Joshua Saunders. Kellv A. Wes76rook all of ihe city of Dal las state of TX each individualty if there be more than one named, iYs irue and lawful altomey-in-fad to maka, exec�te, seal, acknowledge and deliver, for and on its bettal( as swety and as iis act and deetl, any and all undertakings, bonds, rec;ognizances and other surety obiigations, in pursuance of these presents and shall he as binding upon the Companies as if they have been duly signed 6y the president and attested by ihe seCretary of the Gompanies in thpr Own ptoper persons. IiV Wt7NE55 WHEREOF, ihis Power of Attomey has been subscribed by an author¢ed officer � official of the Companies ard the corporate seals of the Companies have been affixed m�e�o m�s 19Ui dayof March , Zdl9 . State of PENNSYLVANIA Coun2yofMONTGOMERY ss WITNE55 WHEREOF, I have hereunto subscri6ed my name and affixed my natarial seal at King o( Prussia, Pennsyivania, on the day and year first above wntten. -4..; ' ,,�,.�:, ,i::i�."� :; �i COMMONWEALTH OF PENNSYLVANIA ` t�etar� Soal t} 5 s /) � �wr �a P�Strl3a. Ko;ary �� b�a. /��l � -�` ., � � U .. :�fei:onTwp . Ff.onrt�ortiv�_ �;un.y ay:_/I`'` ��ea�cc �r.C�V v1� Cammisson Expiies Ma ch 28.2021 1 , ��;� i _ eT resa Pastella, Notary Public Uberty Mufual Insurance Gomp�y � tiNSUq �q�t iNSU �NsuR Tfie Ohio Casualty Insurance Canpany j2�oarok�raym �J24oRoo�l�q2� �P=oRPo.tyrpy�m WestAm�canlnsur�ceCampany �;1912ya o 1919 � � 1991 h �J �'/a : �, 0 4 0 0 �/I rd���? cHus a La'' yo�yHaar� �da rs� NorAaP�aa� g k��� / c`z�� * 1 r 1� M* }� Y� _ / 1lmivi AA r�.o,. n..��,.��..� c,,,...,�.,... �� On this 19th day of March , 2019 befare me personafly appeared David M. Carey, who acknowledged himseff to 6e the Assistant Seaetary of Eiberty Mutual Insurance � o � Cwnpany, The Ohio Casualty Canpany, and Wesf Nnerican lnsurance Company, and ihat he, as such, beirrg authorized so to do, execote the toregoing ins6vment for fhe purposes _� > therein contained by signing on behali of the corporations by hims�f as a duly authorized officer. � w a� � ,� _-p � � O � ? a; _� � P"u:T.bn:',W�l1rsNYGNF1A56CF:f81:On;:fK^;^ofZS � � ^v��s�:YN�'�:�. � a� This Power of Atfomey is made and executed pursuant to.and by authority of the (ollowi� By-laws and Aothorizations of The Ohio Casuafly Ensurance Company, Libe�ty � InsurBnce Company, and West American InsuranCe Company which resolutions are now in full face and eHect reading as follows: ai � N � N c .� � � a�'i � c n 0 � M � � O� c m o� L Q w o � Qi o a�i ARTICLE IV — OFFICERS: Sectlon 12. Power of Attorney. �� Any officer or other oificial of 1he Corporafion authorized for that purpose in wriGng by the Ghairman or the President, and subject to such limita6on as the Chairman or the m� President may presaibe, shali appant such attomeys-in-fact, as may be necessary to act in 6ehalf of the Corporation to make, execute, seal, acknowledge and dekiver as surety 5 0 any and ali undertakings, bonds, recognizances and oiher surety obligations. Such aitorneys-in-fact, subject to the limitaeons set fodh in iheir respective powers of aitomey, shall L N hays full povaer to bind the Corporation by their signaiure and execution of any such instruments and to attach ihereto ihe seal of the Corporation. When so executed, such " t° instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or aarhority granted io any representative or attorney-in-fact under the ,� r`�i provisions of this artide may be revoked at any time by the 6oard, the Chairman, the Presidenf or by the officer or officers granting such power or authority. �iCO ARFICIE Xlfl — Execution ot Contracts: 5ectior 5. Surety Bonds and Undertakings. �� Any officer of the Company authorized for fhat purpose in writing by the cl,airman or ihe president, and subject to such limita6ons as the chairman or the president may presaibe, 1—� � shall appoint such attomeys-in-fact, as may be necessary to act in behaif oI the Canpany to malce, execute, seal, acknowledge and deliver as surety any and all undertakings, honds, recognizances and othe.r surety obligations. Such attomays-in-fact subjed to the limitations set forth in their respedive powers of aBorney, sftafl have (ull power to bind the Company by their signaiure and execution of any such insUuments and to attach fhereto the seal of the Company When so axecut� such instmmenfs shall be as binding as if signed by tfie president and attested by the secretary, Certificate of Designation— The President of Ihe Company, ac6ng parsuant to the Bylaws oithe Catlpany, aUtho�izes David M, Cafey, Assistant Seaetary ro appo�t such ariomeys-�- fact as may be necessary to acE on behalf of the Company to make, execute, seal, acknowledge and defiver as surety any and ali undertakings, bonds, recognizances and athe� surety obligations. Authorization — By unanimous consant of the Compan}�s Board of �irectors, the Company consents that facsimile or mechanically reproduced signaiure of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney;ssued by the Company in connection wifh surety bonds, shall be valitl and binding upa� the Company wAh the same force and effect as though manually a�xed. I, Renee C. Llewellyn, the undersigned, Assisfant Secrekary, The Ohio Casualty Insurar,ce Company, Liberty Nk�tual Insurance Company, and West American Insurance Company do Aereby certify that the ariginal power oi attorney ot which the foregoing is a(ull, hue and correct copy of the Power of Attorney executed by said Companies, is in (ull force and eitect and has not been revoked. 1N TESTIMONY WHEREpF, I have hereunto set my hand and affixed the seals of said Companies ;his 14th day of Scptember , 2020 , �, 1N5(/R �Jp'Goaro,ysrQy� 3 F Y;1912y a rd�1 sSqcKvs� aa o�l * �,a This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Campany except in the manner and to the extent herein stated. ��v rNs� iNsuR yJP`oRroRqr'P9y VP�pnraR� qy� �Q � �o � � 3 Fo t� o� 1919 � o Q 1991 fl ���G,�;�c,�''"°`. y° �`''�aMoS'� da� YS 'No�nua da3 By Renee C. Llewefl n Assistant Secreta �yl * ��, �� # ��, y , ry LMS-f2873 LMIC OCIC WAiC Multi Co 062a18 �- �.si��i`� ������=. _-- _ �.__ _. "su��F� TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or io make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Depar�ment of tnsurance to obtain information on companies, caverages, rights or complaints at 1-800-252-3439 You may write the Texas Departxnent of Insurance ConsumerProtection (111-1A} P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http:/h�ww.tdi.texas �ov E-mail: Cons�merProtection�tdi texas �ov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or cal] 1-800-843-6446. [f the dispute is not resolved, you may contact fihe Texas Dz�arttneni of Insurance. ATTACH THiS NOTICE TO YOUR POLiCY: This notice is for information only and does not became a part or condilion of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede ilamar al numero de telefono gratis para informacion o para someter una queja al 1-877-7�1-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA I9406-2755 Puede comunicarse con el Departamento de Segur�s de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-840-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-tA} P. O. Box 149091 Austin, TX 78714-9091 FAX #� (�12) 49b-1007 Web: http://www tdi texas gov E-mail: ConsumerProtection tdi.texas.Qov DISPUTAS SOBRE PRIMAS O RECLAIv10S: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o pri�nero. Si no se resuelve la disputa, puede enionces comunicarse eon el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infonnacion y no se convierte en parte o condicion del doc��mento adjunto. NP70680901 �Ms-i szsz �a, s 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � ��_: Company Name Here G,�I� L����1�',tiG• Address Here (o'S31 �"J�.. wt-S� ��� • Address Here or Space City, State Zip Code Here���� �x ) • 7�O13�- By: Printed Name Here L ia McQuien l," (Signature) Title: Title Here Vice President, Operations Date: 9�14/2020 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_OD 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTON 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a.A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c.A completed Bidder Prequalification Application. (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2)The firm’s e-mail address and fax number. (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e.Other information as requested by the City. 2. Prequalification Requirements a.Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTON 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6)The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9)The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b.Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a.The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c.The City will issue a letter as to the status of the prequalification approval. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTON 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION 00 45 12 DAP PREQUALIFICATION STATEMEN'C 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 maj or work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date WATER Water Transmission, Develo ment, 16" and smaller SANITARY SEWER Sewer Collection System, 15" and smaller STORM SEWER STREET PAVING Gilco Contracting, Inc. 1 /1 /2021 STREET LIGHTING The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gilco Contracting, Inc. Company 6331 Southwest Boulevard Address Benbrook, TX 76132 City/State/Zip By: Leia McQuien (Pl ase Print) y�� G Signature: � � � Title: Vice President, Operations (Please Print) Date: 9�14/2020 END OF SECTION CITY Of FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement.docx Form Version April 2, 2014 UU 45 2(� - I C[7NT'R�1CT[7k C'd�iF'LIANCF. W1TH �,4'(1RIi�[i'ti L'[J4SPf:NSA1-Il��! I.r1�l�' i'u�� I al' I ? 3 4 5 G 7 $ 9 10 li 12 13 14 ]� Ifi i� 18 19 20 �I 22 23 24 ?5 2G 27 28 29 30 31 :i2 33 34 35 35 37 38 34 SECTION {I(] =t5 ZG CUN"fI�11C"�C]R CD�Tf'L[f1NC.E G'J1TF1 �VQE�KE�t'S C�ti1P�NSA'Cic]N L�1W' I'lirsuant ta '�'ext�s Labn�• Cr�de 4ectini� �4[7�.�96(a). as amend�d, C�mtr,irtnr certities tiiat it pr���icfe� ���rker's compensatinri ins�irance ca��rage f'or all oF its empinyees e�nployecl an Ciiy f'rnject ho. 1[]26? l. Coi��ractor ftii•tIzer ce��tFEi�s th��, pursuant to Texas [,,abor Code. 5ectior� 44G.09fi(h}, as ar�icndud, it wi]] p�•nvicie to C'iSy its sul�coEitract��r's certificates aFcnrnpli�ince with warker's con�pensation cnvera�,e. CDNTRAC"1'i71�: • ' a �y; Leia McQuien Cnrii�ra3iy -[f'teas��-r-i.ru]_-- -�..-- �: , fi;31_5.qurh,y�'�S�i3at�le�,ird . _.._ Signattir .: Add ress ��>>t�,•oo�,��s 7���2 _.. i fr�e: Vice President, �perations C.i[yl5tate1.7.ip (Piease Print] 'l'Hf� 5'I'A f'E OF TEXAS CC]LJ�1TY CJF �'ARkANT § § EiE[�CJ[�E: ME. the t�dersi�n�,d �tit3�ority, on this r�ay person�ily appeared __A �r , knuwn to n�c to be the persnn whose nai��e is sul�scriln�� tcr thz fore in in�trume��t and a�}cnawIedge;d tU me th�it h��sl�e exec�ite�� lhe s�3�ne as the act and deed nf Cp C� ��or llie puipUses and �c�nsid�ratinn tF�erein expressed �nd i3i the capacity tl .r�.in st�ted. GiVEN UN�ER MY H,4NL7 AND 5EAL Of C7�'I-'1C'E this ��day of � ' ]�P�.�.:..........�• �C7� _ �_ I�;n r�v� vt• y Nnta v P�tblic ' anc3 for the S#ate c�f'Texa.S E+:N� LlF SECTIQN CITY UF FUR'T l4'Uk I H S IAYC]ARf? ('C}�(tiTRL?CFIL]!� Sf'EC'iFF['A7]tlN pOCL:hTE�] CS EZe�iseel .4�rd ?_ 2i] I-1 `��" P:.\ YAlkl LA NAYFLY SALAS ir � � Notary ID 11t 290GOh40 y��y ,I�ly Cornmissian Ex�ires >= M�rch 1. 2423 Nunhs�Hr Sectcun 2. Phasc 3 Cih €'rulee[ hn I L3i;? 1 12/03/2020 U05243-2 Develnper A�vurded Projecl Agrecmcnt Puge 2 of 4 32 33 Liquidated damages 33 34 35 3b 37 38 39 40 41 42 43 Contractor reet�gnizes that time is of the essence of this Agreement and that Develdper i��iU suffer financial l�ss if the VVork is not com.pleted within the times spepified in Paragraph 3.2 above, plus any extension thereof a�lowed in accord��ce with Article 10 of the Standard City Conditions of the C�nstruc#ion Contract for Developer Awarded Projects. The Contractor also recognizas the delays, expense and difficulties involved in proving in a lega] proceeding the actual loss suffered by the Develpper if the Work is not completed o�� time. Accordingly, instead of requiring any such proof , Gontraotor agrees tl�at as liquidated damages far delay (but not as a penalty), Contractor shall pay Develbper One Thousand Five Hundred Dollars ($1,500.00) for each day that expires after the time specified in Paragraph 3,2 for Final Acceptance until the City issues the Final Letter of Acceptance. 44 Artiele 4. Cd�tTRACT PRICE 45 Developer agrees to pay Contractar for perform�utce af #he W�rk in accordance v�rith the Contract 46 Documents an amouttt in current funds of five hundred sixt� -une thausand. �ive hundred seventG 47 four d4liars and fortvi cents ($561 574.40}. 48 Article 5. CONTRACT DOCUMENTS 49 S.l CONTENTS: 50 A. The Contract Docuinents which comprise the entire agreement between Developer and 51 Contractor concerning the Wark con�ist af the following: 52 1. This Agreement. 53 2. Atta�hments to this Agraement: 54 a. Bid Fonn (As provided by Developer) 55 1} PrapQsal Form (DAP Version) Sb 2) Prequalification Statement 57 3) State and Federal documents 58 b, Insurance ACORD Form(s) 59 c. Payment Bond {DAP Version) GO d. Per%rmance �ond (DAP �Tersion) 61 e. Maii�tenance B�nd (DAP Version) 62 f. Power of Attarney for the Bonds 63 g. VJarker's Compensation Affidavit b4 h. MBE andlar SBE Commitment Farm (If required) G5 3, Standard City General Conditiuns of the Construction Contract for Develaper 66 Awarded Projects. G7 4. Supplementary Conditions. �� 5. Speeifieations specifically made a part of the Contract Docurnents by attachment 69 or, if not attached, as incorporated by reference and described in the Table of 70 Cantants of the Project's Contract Documents. '� 1 6. Drawings. 72 7. Addenda. 73 8. Documentation submitted by Gontractor prior to Notice af Award, 74 9. The fr�llowing which may be delivered or issued after the Effective Date af the 75 Agreement and, if issued, become an incorporated part of lhe Contract Documents: CCl'1' OG FORT WDRTft Nc��ihstar Section 2 Phase 2 STAR'D�RD CUNS1YtUC"fLON SI'ECIfICATlON I]OCl1MENTS — DEVELOPER hWARDED PROJGC'fS CPN 10262i Revised June lf, 2016 Qp5343-3 Developer Awarded ProjectAgrecmcnt Page 3 of 4 76 a. Notice ta Praceed. 77 b. Field Orders. 78 c. Change Qrders. 79 d. Letter of Final Acceptance. 80 81 Article G. 1NDEIVINIFICATION 82 6�1 Contractor covenants and agrees ta indemnify, hold harmless and defend, at its orrn 83 expense, the city, its officers, servants and employees, from and against any and ail 84 ciaims arising out oF, or alleged to arise out of, the work and services to be performed 85 by the contractor, its oflicers, agents, employees, subcor�tractors, licenses or invitees 86 under this contract. This indemnificaNa� rovision is s�ecificall � intended to o erate 87 and be eff'ective even if it is alleeed or ��roven that atl or sotne of the dama2es beine 88 sou�ht were caused,, in whole or in nart, bv anv act, omission or neelisence of the cit►�. 89 This indemnity provision is intended to include, without limitation, indemnity fo� 90 costs, expenseS and legal fees incurred by the city in defending against such claims and 9l causes of actions. 92 93 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 94 the city, its gfficers, servants and employees, from and against any and all lass, damage 95 or destruction of propert�r of #he ci#y, arising out of, or alleged to arise out of, the work 96 and services to be performed by the contractor, its officcrs, agents, employees, 97 subcontractors, licensees or invitees under thi� contract, 'Y`his indemni�cation 98 nro��isian is snecifieal[v intended to operate and be ef%ctive even if i# is alle�ed or 99 nroven that all or some of xhe damaQes bein� soucht were caused, in whole or in oart, 100 b�� an � act omission or ne�Ii ence of the cit •. 10] 102 Article 7. MISCELLANEOUS 103 7.1 Terrns. 104 Terms used in this Agreement are defined in Articie 1 of the Standard City Conditions of IUS the Gonstruction Cantract �or Developer Awarded Projects. l OG 7.2 Assignment of Gontraci. 107 This Agreement, including all of the Confract Doouments may not be a�signed by the 10& Co�ltractor without the advanced express written consent of the Deveioper. 1 D9 7.3 Successors and Assigns. 1l0 Developer and Contractor each binds itself, its partners, successors, assigns and lega] 111 representatives to the other party hereto, in respect to all covenants, agreements and 1 l2 obligations contained in the Gontract Documents. 113 7.4 Severability. 114 Any provision or part of the Contract Documents held ta be unconstitutionalt �oid or 115 unenforceable by� � court of competent jurisdiction shall be deemed stricken, and al] 11G remaining pmvisions shall continue to be valid and binding upon DEVEL�PER and 117 CONTRACTOR. C1TY OF FORT WOR1l-I Norihstar Section 2 Phese 2 STANUARll CONSTRUCTION SPECIFICAT�t?N DQCIJMF.NTS —�EVELOPEit AlVAl2D1:L7 f'RDILCTS CPN 102621 Revised June Ib, 2016 fla s1 �3 . a ncvelop2r A��arded Pro�eci Ageeement Page 4 n£4 11 R 7.5 Governin� Law a��d Vemae, ll9 120 12i 122 123 l24 125 �zs 127 l28 129 130 i�l This Agreement, ilicluding all c�f tlie Contract DacumenYs is perfc�rmable in the State c�f Tcxas. Venue sl�all be 'T'an•ant Co���ity, Texas, or the United States Distrial Court for the Northern District of Texas, Fort Warth Division. 7,6 A�tthority to Sign. Cortt��actnr shall attach evidenc� of' authority to sign Agraement, if other than duly authorized signa2ory c�f thc Cuntractor. ITJ W11'NE55 Wf-[�R�.I�F, Developer and Contractor ha�e executed this A�reement in �nultiple Caunterparts. 'Fhis Agreement is effective as af tite last date signed by the Parkies {"Effective Date"). Contractar. Gilco Contractin�, Inc. a ' . �. PSi: �/ - �- (Signature) -- Leia McQuien (Printed Name) Devaiopei : Merita�e Homes of Texas. i.1.0 �v: ( �r tu DaVid Au�.hinbau�.h (Printed rfante) Tic1e: ViGe President, Operations _ Tit�e, Wice President, Land Company Nanie; Gitco Contracting, Inc. Gompany name: Maritage I�iomes Af Texas, [.LC _ Address: 6331 SouthweSt Boulevard _ Addt'ess: 8$4a C� Cress 1�'aters Blvd, Suite 100 Cii�/State/Z�_ Benbroo�C, Texas 76132 9/14/2020 Date 132 CiE} /State/Zip: Dal(as, Texas 75019 l � 2�i 1 ZD --- Date I C[`1'Y (7C� �DRl WC)RTH idorthstar Sectiun 2 Yhase 2 STr�.NDARD CONS"PRUC'I'1(7N �PECIF[CATfO�19�Ol�UMENTS DEV�LOPERAINARDFD I�RUJ6CT5 CPN I02521 Reeis��c! lune l6, 3016 L I}.�'�.' 1 i 4¢' ��`��it���:. -- S'•JR�'Y This Power of A[[arnPy iimils the aets �rf thase named herein, and they have na authority to �ind the L'ampany except in the manner and to lhe exlent herein slaled. Liperty Mulual Insurance Campany The Ohio Casualty Insurance Cpmpany West American Insurance Cflmpany PawE� aF arro�N�v L'erti�ca[e Nn: 82pQ743 iCNpWN AI.L PER56N5 BY THCSE PRESENTS: 7hat ine Ohio Casualty Insuranca Ccnfpany is a �orporaEion du�y o�yarsie�;d undei �he Idws o` �hH S[aie nf Nev� Ha�nF;shir�, thdl L�aeriy It�utual Insiirance Company is a �nrparaticn du�y organized under Ihe law, nf the SfaEr; of Massach��setts, and West American Insurance Company is a corpora�a� d�ly organi2ed under Eho laws of ll�e 5fale o[ Indiana f.he�ein r.oller,fively �alled the "Cnmpanies`j, pursuanf fa and �y aulhority herein sel!orth, does here6y name, constitu[e and appoin�, Kubi�i liorales, Unr2 L•. L'nrncll, 5ophui�c I lunter.'Ci�ia Lf�15��un, Tac�ir Pc[ranef�, R�c:jrdn J. Rcyna, ]nshua Saunders, Ke1��A _�H'csthr�nk �� � ............. .....-- - �.. all oi fhe ciiy uf flnl I �s sfale of 'I'}C each individuaily if there he mare fhan one named, its true ard lawlul altorney-in-►ac! ta make. execu[e, seal, a�knaw�.edgc and delivcr, for and on its beha]( as surety and as �ts ar.� and deed, any antl all undedakings, bonds, recognizan�es antl olher surely ohl,ga� �ns, in pursuan�e of rri�s� pr�senls and snall hv as hind�rg uFon the Campanies as �f I�ey have heen duly signed ty ;he presitleni and attested by the secretary of U�e Gompanies in �heir nwn prdper persons. 1N WITHE55 WNEREOf, Ihis Pawer of �lttarcey has been su6scr 6ed by an aulhorized ofiicer ar n�dai o! €hP Companies and the cnrporate seals nf the Gom�anies have �ee� affixed theretv this ! 9�I, day vf hlarcli , 2i119 . m m � �4 State of PENNSYLVANIA � County of MONFuC1hAERY Ss Liberty Mutual i�suran�e Campany L 5KS[l� Lt�[ rnrs� �, �s+su,p The Oliio CasualEy lnsurance Company �,J�-oKPOk.a,��'� y`�P�o�P°'�a,�"�y [,P oR'O+a,R�'� WeslAmerican Insuranr.eCompany �_ `sa m � 3 'a r[�" w i sn M j'i 1912� Q n 1919 � � 1991 n ;� �/,, r L L W � Q � f � / �� s5 �" 3 y �9 4 � � � . Fu:,. ,lT ^1CH�I5 ab d`a4Nvs� da YS N�,�.+xA yb ��.i°y .�� f 8�7 { 1'� 3e+'1 a�,a '�M • Y�� gy' —._ � �avid M. Carey, Assistant Socretary .� m N � � � � c �� C]r� this i�tli day oi hi�r�l� 2[! I�] hefore me personally appeared �aui:i P�1 Carey, who acluiavledged E�irnsel[to t�P tl+� Assist�nl Ser,relary af Liherty h,fu�ual :nsuranr,e � o� Company. The Ohio Casualty Gompany, a�d lA'es� Ameriean Insurance Carnpaiiy, arid lkial he, as sucli, 6eing authori�ed so m dn, e:ecu�e Eli� h�reyniny ins�rurnenl fx !ha purposes �. � �� lherein eon#ained hy signing on hehalf of the carporafions hy himself as a duly aulhorized nffccr. c�.� w �� IN WIl NE55 WMER�UF. I ha��F herE:untn S�ehsr,rih�rt my name and affiketi my npiarial seal a� I(inc� af Prvssia. Pennsylvania, on [he day and year firs� ahnve written �� . � C � . _.. � � � . p� � Q ` . - . - --- . � C[3MMONWEALTfi OF PENNSYLVRNIR Q �: . � _ ...................._—...—_........___._.......____........... � � � votrsrai5eal • /,/{ � � '�'O DY � � , Te:_�sd Pasteul:: N�:.:y �ul,li:- "%._. S7 C 4 � .:r Lcve+•xercriwp. .. . c:c�iriy ! 6y: I,C•�./.Cl�.� (1�,����PJ � [� ?•a. i u, cr„-�.t�t-, e,: E:�i�T -�2a za2 � � ��� � E � m . - ._.� �eresa Pastella, Nofary Put�lic o� � _ ._ .. . ...... . � _ r •:z..:�:..:-�� .�,-r.:;.�,N�. � � N O � v _ _ tn O �� This Pcwer of Attomay is mado and axr3ccutc� purs�anl tu and hy author�[y of the fol:owing 8ylav�s and AuthnrizaGons of Thc Oluo Casualty Insuranee Companp, Liherty A�tulual � � ❑.� In;uranoo Cwnpany, and Wesl Ameri:an Insu�ance Cornpany whichi resolutians are now �r� full [oice and effecl reading as follows: rr w �� ARTICLE 1V - DFFiCERS: SectsOn 12. Power af,��torney. �'�`�, o� Any officer or o�her cffaal oi fhe Corpara�ion authorized lor thal purpose in wri�ng by the Chairman ar the Presidenl, and subjec[ �o sueh limitation as Ihe Chairman or [he �� -o �. Presiden� may pres�rihe, shall appoint sur.h attorneys-in-fac[, as may hp neecssary �o acE in hphaif flf Ihe Carporation to make, execute, seal, acknowledge and deliver as sure:y } o i� � any and all undertakir.gs, hands, remgnizanses and olher surety ohliga�ions Sudi attomeys in-fad, suhjed to Ehe limitations set forth in 11�eii respecEive powers of attomey, sh.all �� ��' have fuli power to hind tho Cerporatian 6y thcir signa[ur4 and execution ol any sueh inslrumenis and to a�[acfi UiereEfl Ihe seal af the Corparation. Wfien sa execuled, such "0O � � ins�ruments shalf he as hinding as iF signed hy fha Pres�den[ and a8ested to by �he Secra�ary. Any power or au�hority granted to any representative or attorney in-fac; untler the � m provisions af lhis ar�cle may he revoked at any timE by 1he 8aard. �bz Chairman, the President or hy the officer or o�r.�rs g�anting sueh power or authority o a RRTICf f klll - Fxr.r.ution nf Contrac[s: Seclinn 5. 5urety BDnds and Undertakings. �� Any affice� af 1}id Cumpany aulhoGzee! lor ll3at purpase �n writing hy lhe cl�a�rma3� ar the presidenk and suh;ect lu suci� limitatiais as fhe chairman or 1he presidanf may prescr�L•e, H � shall appnint sur.h aflnmeys-in-fact, as m�y he necess�ry ta a�! in �elialf of ihe Company io make, exer;ute, seal, acknowledge and del�uer as surr.ty any and all undertakings, bonds, recognizances and nther sarety obliga�:ons 5uch attorneys-in-fad sis6jer,t ta lhe limitafinns se1 forth in !lieir respecti�e powers af attarney, shall have icll power t� bind Ifie Cnmpany by [lseir siyna[ure and exer.ution o# any such insfrumen�s and ta at[ar.h Ihereto Ihe seal of Ihe Company. When so exec�F[ed such +nstrumenls shall be as 6inding as if sig�ed hy Ihe president antl attested hy ��e secre�ary. Cerlifi�ate oF �esignatiun - 7hs President of the Company, acling pursuanf to the Bylaws of Ihe Company, aulhorizes Oavid M. Carey. Assisl�nt 5ecretary to appaint sueh atfomeys•in- fac� as may �e necessar� lo ae� on hehalf af pte Cornpariy lo make, executa, seal, aekn�wledge and deli��� as surefy any and al� unJerWki�iys, 6ands: recoynizances antl olher surety obligations. Authorita[ion - By unanimrnis r.onsenf nf 1iiP!:ompany's Brrard of �irectws, the Company consenls lhat facsimile pr mer.hanically repraduced s gna�ure of any 2ssistan� 5ear�tary ol Ihe Company, wfierever a�pearing ��p�n a[x�rfifE�d cnpy nf any power of attciney issued 6y the Company in connQr.linn with surety txmds, sliall he vrlkr� ani! hin[tiny upon [ie Corripnny wi!]i Ihe Same fprce and effeC[ ay f�augh rnanually aff�xed. I, Renee C. !_lewellyn, Ihe undersigned, AssisEanl Secretary, The Qhio Cas�alty Insurance Campany, Li6erty �Auluaf fnsurance Company, aizd Wesi American lnsurar.ce Company da hereby eertify fhat'ha original pawer of attorney of which U�e {oreyoii�g Es a full, true �nd correci copy or tlie F'evuer of AL'wney executetf hy said Campanies. is in F�II force 3nd effect and has na� bcen revoked. IN 7ESTIMONY Y,UhIFREpF, I have hereunlo se[ my hand and affxud the seals of said CUmpani[�s lfiia day oi �.`�p'4c.° a�aR'9'lrc� y�lPconNV q�'P4y �'PNo Pv �R9yc+ � ? �o F� � � `�a m � 3 `°v fi � 1912 �� � 1919 n � 1991 � G,��.Gr�. Y� � 3 y= ,� a d � _ �yTSS'�CH�s�` da � ���A61P`''y a Y NaIANa b� 8y� _"_ " ' '— —' a�� e�a 3y� * h�,a s��'� *��,d Renee C. Llewe lyn, ILssislanf 5eere€ary LMS-12E11'S LMiC O��IC N�AIC Y1ulu Cn Ofi2096 _ _• L���rt�� ����.�t���al, _ --- _ �--- - - �u�t�rr TEXAS IM�'�RTAN'I' ND'�'IC� To p��taitt is�f�rrm�iti�n t�i� mal:e a compl�int: Yoii may cull toll-ti�ee for iri(Ui-malion ar ic� malce � c�mplainl al f-�77-751-2G4U Yoti ma} alsa �vritc io: 2?Oa fteriaEssai�ce E31vd., �te. �[}�} Kin; af Prussia, PA l�i=�[�G-?755 Ynu inay contact lhe Texas Deparlincnt af lns�u-anc� ta o�ilain intt�rmatioz� ��n �nmpanies. cavcrages. ri�,hts or cnmpl��ints at 1-$UD-252-3439 Yn�E zz7ay writc thc '���xas Dcpartinent c�f Ensus�an�e Cc�risii�r�er 1'rt�tectit�n t 1 l 1- I A} P. O. 8n� 149091 At�tititl, 'i'X 7$714-t](]91 I�AX: {512.) �9Q-1007 W'eb: http:���4�ww.tdi.tex�s.�o�° E-mail; C;ansuinerl'rc�te�tinnwrcr'.tdi.texas.�n�� 1'€21=M[lJM �R C'LA1M D[SP[JT�S: 51�auld you liave a dispute co�i�erriin� a�t���r premium ��r atx�ut ci [;Id1rT1 y�u sh��ul�i Cirsi cc�nta�i tli� a�,ei�t or call 1-�Ll{�-8�3-fi44{�. f f lhe dispute is nnr resol�ed, you inay contact tl�� Texas Departn7eFit of' I��surance. A'l"['AC'E� '1'f�15 N[�'T"ICE 7"O YUUIt P()i.IC'Y": This n�tice is for i�1tn�-malion n«ia and does not bccomc � part ar coiidition c�f th� aita�h�d ci�,cum�r�t. TEXA S E1VI5� IMPQIt l'ANTE 1'ara t�hiener int�r'macion a para st�rneter una q�ieja: []stcd }�«ede Ilamar al ni�mer�� de leleFona �ratis para infi�rma�ian ❑ para so�neter una queja �I ! -877-751-2640 LJsled tamk�ien puedr �scri�+ir a: 22[�0 Reriaissac�ce 131�d„ S[e. 4UQ Kin� c�f I'russia, PA 19�U6-2755 Puede cnmunica�'sc con el Iie��ai'famentn de Sf'�Li['i?5 de Texas para obtei�er inFarmaciori a�erca de cnm��nias, caherturas, derechos o quejas al [ -Sq[i-?SZ-3439 Puede escribir al Uepa�-tainenta de Seguras de Texas Ct�nsumer F'r��t��ti�m {1 l 1- I A} 1'. C3. Bo� 149t?�) I A�sstin, TX 78714-9U91 FE1x # (5l2} 490-10[]7 W e b: l,tip:; lw �v_�yrtc3 i. t�xti5. �Uv I::-iriail; C'nnsF�merPrntectionr?tdi.texas.gov DfSF'UTAS �CIRRF PRfMAS C]RF.CL�fIMC3S: 5i ticna una disputa ca�lccrnicnte a su prinza o a un rcclamo, duhc ct�mi.inicarse Gnn el a��nt� � prizn�rn. Si ncy se res��el�e la dis�ut�, p�iede etttone�s �nii�unica�-se �on el d�partamento ('C'[]1} i]NA ESTF AVIS[] A 5U i'C]f.l"/„A: Estc a�isc� �s sc�l« para ��ropositn cle infnrmacion y nn se conr•iet-te en parte ❑ c�mdicinzi c�ct do�umentu adjunt�. NP7ad86941 �a�fs•r52s2 4wi5 20-0099 3rd December 20 3rd December 20 20-0099 3rd December 20 3rd December 20 20-0099 3rd December 20 1 � � � � {; 7 4 r7 � �] IE �2 IS t :{ !; jfi 17 l3 f9 �r1 21 2? ?.; {�{�r� I'1-.:: P.1:�141'tn���[.'F fiflUC1 l'����� ' r,i . 1'1'�lf?itI�AS, f'rin��.��'rii FJii1Li7 f[�Clf�Ti� �ep[�ir s�r r�coF�.iri��t rhe 1�'�}rk in ��hnke nr i�� rar�. uE�tm �eceivinti� !i��tic.: iram !h� I)L'li'�l)}3�f'rlllC��lZI C.lil' i�I lI3C ii�td l:i�r�oFa[ aitv tin�c ��ithi�� thL. R9ai�ilenani:e P�riad. NO�V 'T'Hl:it��'dRF.. ihe conditio« t�f [liis nhli��iilL3t7 ]� SLI��I I�IiI[ if ��PlI1Ci?�l� Sj1SII remedy ,�r�y c�tfet[i�'c ��r�ITCIi, tl�f �4'�11C�111111L'I} !1[7Ili4 LViIS �7]L�Vic!c��i t�}' l.?�velo��cr c.�� C.it�. tt� a c��m�letion sacisfactczry ta �he City�, lli�n [his abli��ili�si s}�.�II t7ec�>>te iz��l`: �ii�� �uid; utl7rr�tiise iu �en��{ir3 in Fu[1 l��ce a�ick e€'f'ect. 1'12U�'[l7h;17, F[Q�Vi:�'C�t, !t I�II1lC1[J�II 5j7f3�I t�lll �(1 L�7 Cl'j�tifi OE' 1'eGfFll�[1'L��t �t��y time:l;� it«tice� d��f'ecti�e 1,V<�rk, it i5 a���ed tl�a� tf3e L)C4'�IUj]t!' O� � lIy ma� rau5� �ny and :ill suc:#i cle�e.cti�c �l'ork ta h� �•c���irc.d aixilc�r 3•ecnnstruc�ed ��•'stii ail r;sso�iate;! ct�s*s zherenf bein�.; hQn�e i�, tl�c Pri�7�i,�al an�! tlie Surety undei• tllis vletin�c����ncc F3und: and PR(7'�'TI]C� i'L;[tTlii,R, lftr.t i1�a3i} les�a31 �zction i�c filL.� c�ii tfais f3c�i�c�, v�i�ue tifiall iie i» �1'arrani Cc�unty, -i'exas ur t13� tFnittcl 3tates ❑i5u•icl C'uz�rt C«r ftsr Nartli�r€i [Jistric� of'Te�as, f���rt Wt�rth I]i��iSii,Ei; anci i'H[)�'ti)t;l) FLi1�TIII:1�, tha[ this nbEi�a[icm yltall i�e coilti�iui���s in �taturc �i7d Succes�i�� rccov�ries ma� be haii Ilcrec��i tor sL«�c.titiire brear.11�s. l'f i'}' [.if Fi]it f 14't.ti{ I ki 5"I:��C7:�RUCI'I�Y LC?Nil]-�i()1t� - F]::VF=LOi'£it AL4':�R17F.f] f'R[7J?_Cl:ti Ite"iudlantiatrt 31.?i�l' Vt�iz: n i5 i,�R sr:�`-ri«n � s�� �<<sr � �IE1'f'i2�?.IECI''�U 1G'�6'_I 3rd December 20 STR E ET LI G HTS CO NTRACT DOCUMENTS I N DEPEN DENT UTI LITY CONSTRUCTION, I NC. 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. httq://www.ethics.state.tx.us/forms/CIQ pdf httq://www.ethics.state.tx.us/forms/CIS pdf � ❑ ❑ � ❑ ❑ BIDDER: CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, TX 76119 END OF SECTION By: R' rd Wolfe Signature: - ) Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 � + 00 8in FORM Paye t ot 3 SECTION 00 41 00 BID FORM TO: Far North Fort Worth Municipai l c/o: Welch Engineering, Inc. 1308 Norwood Drive, Suite 20Q Bedford, Texas 76022 FOR: Northstar Section 2, Phase 2 Utility, Paving and Street Light Improvements for Far North Fort Worth Municipal Utility District No. 1 City Project No.: 102621 UnitslSections Unit I: Water Improvements Unit II: 5anitary Sewer Improvements Un�t III: Drainage Improvements Unit IV: Paving Improvements Unit V: Street Lighting Improvements Unit Vi: Traffic Signal Improvements Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in th s Bid and in accordance with the other terms and conditions of the Contract Dxuments. 2. BIDDER Acknowledgements and Certrtcation 2.1. In submitting this Bid, Bidder accepts ail of the terms and conditions of the INVITATION TO BIDOERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond, 2.2. Bidder is aware of all costs to provide the required insurance, wili do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisciosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association. organization, or corporation. 2.4. Bidder has not directly or indirectly induced or sol cited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, coqusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public o�ciai n the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to estabiish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. "collusive practice" means a scheme cr arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive CITY OF FORT VVORTN STANDARO CONSTRUCTION SPECIFICATIpN DOCUMENTS Fortn Revised 2015082' 00 4? 00_OC 43 13_00 a2 d3_00 13 37_GO 15 ?�_00 35 t�_BW Proposal Workbookxls oua� ao B�D i=^RM Paye 2 oi 3 levels. d. "ccercive practice" means harming or :hreatening to harm, directiy or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the foliowing work types must be pertormed only by prequalified contractors and subcontractors: a. Street LigMi�tg . . _ . . ,. . _, .. , , . _; b. c. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 45 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and;or achievement of Milestones� within the times specified in the Agreement. 5. Attached to this Bid The fdlowing documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section Gu 43 13 iss�e�:1 by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposai Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid} f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Co�tract Documents for the following bid amount. In the space provided below, please enter the totai bid amount fa this project. Only this figure will be read publidy by the City at the bid opening. CITY OF FORT 'NORTH STANDARD CONSTRUCTION SPEC�FiCATION DOCUMENTS Form Revised 2015082t 00 !? UO OQ 43 1�_OC �2 a3_00 13 37_OU .15 12_00 35 13_8M Proposal WoAcbook.xls oc a an nic r-��ti� Paye 3 c(3 6.2. It is understood and agreed by the Sidder in signing this proposal that the total bid amount entered below is subject to verrfication andlor modification by multipiying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling ail of the extended amounts. 6.3. Evaluation of Alternate Bid Items N/A Total Base Bid $165,240.00 Alternate Bid N/A Deductive Altemate N/A Additive Alternate N/A Total Bid $165,240.00 7. Bid Submittal This eid is submitted on pg/��020 Respectfully s �tted. By: fSignature) Richard Wotfe (Printed Name) Title: pr� CompanY� Independent Utility Construction. �nC. �'�-� Address: 5109 Sun Valley Drive Fort Worth, TX 76119 State of Incorporation: Te� Email- �j�ti���.� Phone: $�����4 , .,�.•. � . . END OF SECTION by the entity named below. Corporate Seal: ``,��itlui�rri�� ����� Gp{�1STR(/�+� ��iii `�. ,ty �,. ....,, � /� �. `��j f'�Q'P �Rq j: i' �'; = 4 � � V �;c' � � W : SEAL = � _ —a: :o= �� : :.�: . � y� y�ti�� 197 ��• ,�y �� �j Q� �N�w���� O `�� ''���� �ii�TEXAs`������ CITV OF FORT WOR7H STANDARD CONSTRUCTION SPECIFiCATION OdCUMENTS Form Revised 20�5082' OC 3' OC_00 4J i� 00 41 43_00 d3 37_00 4� ? 2_00 35 iJ_Bd ProQosat Workbook zls ,.� C,. =...'- LtS�2'K�.�ivT.\L .,... "i' SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID v�,,;�« ��.�,, :��:�,:�,,,�„�:, Bidder's Application �3����r., i>,�,,�,;,,� ��idlial It:�ill . . ���.ci�ir,ttiur. l�nitot f;iJ D�>�'r'tn!�on l'nii YriCo Rid l'aiui• \'o ,.c� ;�n \n \l �nurc `)c m�ih UNIT V: STREET LIGH'ING IMPROVEMENTS 1 2605.3015 2" CON�T PVC SCH 80 (Ti .�.6 05 33 LF 337Q 11.93 =�0.204. `. J 2 3441.3303 Rdwy Ilium Founda;ion TY7 34 41 2G EA 28 1,017.00 28�4�6.'-''-' 3 3441.3035 Fumish/ Instal! Utility Nlashingtcn Pos[Iir.F 34 41 20 Series Lumiraire Full Cutoff LED and Pole � 28 2.825.00 79,100.V0 4 3441.1502 Ground Box Type B, wi Apror; '�4 41 10 EA 4 599.00 2,396.00 5 3441.1408 NO 6 Insulate Elec Condr 34 41 10 LF 10110 1 49 15 063 90 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 t'! 1'Y r* YUN .' '1t iN ; i: � i.\\U:UtU C�!�� I F!C-( i Ul� �'r't( U�K".1 iM �� l.w x_ t�>IF V I 5� Ui�.\��LOYLR .\K�.U{llEU YR! U6( i� F.rm \-et,.,m \In "_ _Ul�: SUM ( $165,240.OQ An.t_ it 9dP,r.>uJ D.�P.zh o i] tJ C�.�P-UfU:•F.� rFh.��.LL 1'�. ' t' SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Projcet [�rm [ntbrmation Itidli:t \o. D�.a ripti� �n Bid .lummrr� UNIT L WATER ih1PROVEMENTS UNIT II: SAN�TARY SE'�VER IMPROVEMENTS UNIT I11: DRAINAGE IMPROVEM1tEN i S UNIT IV PAVING i1v1PR0�'EMENTS UNIT V: STREET _iGHTiNG IMPROV�MENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS -fo41 Cun�Iruclioo Bicl 1'hiz Bid 'rc xubmittrd A� thr cntih� pmed hcl���� : BIDDF:R: Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, TX 76119 Bidder's Application ii�ddcr:, P�ni�,,al �F+ttitication i'nit of Ilic tic�•tian \u \(ca>ur�• Quantit�� � �nit Price liid \'aiuc S 5 5 $ S 5 ' / �;� � �' ard Wolfe rrn.E:: resi nt �>.� �:: 09-15-202a IWA fWA NJA wA 165,240_00 fWA Contrxtor aKrre� lo coepkle 1�'ORK for FI\.�L ACCEP7:\\('C witbi� ('U�"1'R�CT commexa tu rua » provided 'u t�e Ce�erai Co�l'anx 4�_ N orl:iAq dar. afler I�e dale M 6e� t�e 1:VD UF tii:(`f10\ � �7 )' r1F FWt r q1Ht7H tiL1�:11tUCUV�lRCClRY� SPFY Q�II'.�fM.�\ UU(t'�IE�iS - DECFLUtEA.��1".VtUtU PR��hc i i f.m \'�.,km 4a. __` _o�o ro�: t� B�i h�wnul D:�t cl. BID BOND The American Institute of Architects, AIA Document No. A310 (February, 19�0 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Independent Utility Construction Inc. as Principat hereinafter cailed the Principal, and Westfield Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, TX as Obliaee, hereinafter called the Obligee, in th� s„r:� of Five Percent of Bi� Amount �S°ie) Dollars ($ ------------------- }, for the payment of which sum well and truly to be made, the said Principai and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Northstar Section 2 Phase 2 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this lSth day of September 2020 INDEP �TDENT UTILITY COI�TSTRUCTION, INC. Principal (Seall �� �� By: � . /�j�, Name/Title (', �_n:�'-� �,; - ; _ �� WESTFIELD INSURANCE COMPANY . " Surety (Seal) By: r ,;�; Kyle W. Sweeney Attorney-in-Fact �nw rvwcrc vr s�� ��tuv[r JVt'tKtitUtJ ANY PREVIOUS POWER BEARING IHIS SNMt POWER j� ANp ISSUED PRIOR TO 0412011i, FOR ANY PERSON OR PFRSONS P�AMED 6ELOVJ. Genera! Powe r of Attorney CERTIFIED COPY POb"JFR N0. 4220d52 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Wes,field Center, Ohio Know Ali Nien by ihese Presents, 7hat VdE;TFIcLD INSURANCE COMPANY, W=S'FIELD NATIONA.I_ IhJSURAl�CE CO�.APANY and OH!O FARMERS INSURANCE COMP�i�lY, corp,�ations, hereinafter referred to individually as a"Company" and :oilect�vely as "Con-:panies,"' duly organized and existing under the laws of tf�e S[ar� �; (�hio, and having its principal office in Westfield Center, Medir2 County, Oh�o, tlo by ihese presents make, constitute and aopoint CHARLES D. SWEENEY, MICHAEL A. SW[ENEY, KYLE W_ SWEENEY, ELfZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and S�a[e of TX its true and lawfui Rttomey!s)-in-Fact, with full potiver and authorfty hereby con�erred in its name, place and stead, to execute, acknowledye and deliver any and ali bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONpS. and to bind any of the Comp�ni�s thereby as f�.�lly and to fie same extent as if such bonds were sianed by the President, sealed with the corporate seal of the applicabie Company and duly attesteC, by its Secretary, hereby ratifying and confirming ali that the said Attomey(,)-in-Fact may do in the premises. Said appointr�ent is made under and by authority of the foliowing resolution adopted by rha g�arc o� Directors o! each of tne WESTFI�LD INSURANCE COMPANY, YJES7FIELD NA�IONAL INSURANCE COMPANY and OHIC FARMERS IMSURANCE C0�9PANY: "Be ff Resolved, that the President, any Senior Executive; any Secretary or any Fidelity & Surety Operations Execuiive or other Executive shali be and is hereby vesteC with ful� power and authorfty to appoint any one or more suitable persons as Attorney(s}-in-Fact to represent and ari for and on behalf of the Company subject to the follow.ing provisions: The Afiorney-in-Fact. may be given ful: power and authoriry for and in the name of and on behalf of the Company, [o execute; zc'r.nov✓ledge and deliver, any and all bonds, recognizances, con�racts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents cancelino or terminating the Company's liability thereunder, and any such insiruments so execuled by any sor,h Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Se.;reiary." "Be ii Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relatiny thereto by Facsfmile, and any power of attomey or certificate bearing facsimile signztures or facsimile seal shall be valid and binding upon Uie Company with respect to any bond or undertaking to which i± is attached." (=ach adopted at a meeting held on February 8, 2000). M l�Jitness Whereof, WESTFIELD INSURANCE COMPANY, WESTF�ELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be here[o affixed this 20th day of APRIL A.D., 2011 . Corporate �.•+`S�A�"'•�.,,, S ea I s �a « �rC� %'=a Affixed �v ��� .s3.• . Q� �•�v►t ��� ia �;�f •�'•ti � `ft le�: State of Ohio '""""��� County of Medina ss.: :vo'P�tint.��,�" LS �,i . �.. _ Z.= :c~n; ��t1L :m= =�il: �n; � • •:O , , *,,,, WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAI INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY � ` • gY= Richard L. Kinnaird, Jr., Nationai Surety Leade� and Senior Executive On Ghis 20th day of APRIL A.U., 2011 before me personally came Richard L. Kinnaird, Jr. [o me known, who, being by me duty sworn, did depose and say, that he resides in Medina, Ohio; that he is Seniof EXeCutive of WESTFIELD INSURANCE COMPANY, WES7FIELD NATIONAL INSURANCE COMPANY and OH10 FARMERS INSURANCE COMPANY, the companies described in and which exea�ted the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Nofarial „„,,,,,� Seal •�`P�R\ A � �~�. � Affxed ,�P� \��11r�//`rF,I' 0;�. �:q= Z: �ri+ ,_—: r State of Ot�io =: N ,�' ��cr,� � wlliam J. Kahelin, A rney at Law, Notary Public : �, �y� � My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: �., yr 0,�,.•; ,_ � O f _,, I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and corred copy of a Power of Atr�rney, executed by said Companies, which is still in full force and effect; and turthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. ln Wriness Whereof, I have hereunto set my hand and affixed the seals of said Compani�; at Westfield Center, Ofiio, cn�s 15�h day of CPnteTllb�A.D., 2�2� �„ ,��\asun.i"k�•.;, ;.�••��;�����`';;;•-. F � ;, ��.,,.. . _ ,.�SG.: �°`� ��� • a: ; o:•' '.:,y': , s _ �•- . ; ��,��`'� �a u � SEAL �` ` 1'U� �; .rn_ �� .. �ac� � �.�' J� ": ur� . .:o : , •.-�' t k ��d•��' � i���.� `����Ksu�;c�� :�� �H�j��?�3 ;s3: 184g : _; �� ..._ �f - �i^� t � � t �-`a.�U�..--o se�ary Frank A. C«rrinc, Secretary BPOAC2 (comUined) (d6-Q2) �0 43 37 bENDOR COMPLIANCE 7C STAiE UW Page 1 of 1 SECTION 00 �13 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 �vas adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder. nonresident bidders (out-of-state contractors whose corporate offices or principal piace of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principai place of business is located. The appropriate blanks in Section A must be fiiled out by all nonresident bidders in order for your bid to meet speci�cations. The failure of nonresident bidders to do so will automatically disqualify that bidder, Resident bidders must check the box in Section B. A. Nonresident bidders in the State of . our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The pnncipal place of business of our company or our parent company or majority owner is in the State of Texas.2S.1 BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, TX 76119 BY� ichard Wolfe �� � / (Sig TiUe: President Date: � — � �--� 1 E\D OF SECTIO� CITY O� FORT'NOR?H STMIDARO CONSTRUCTION SPECIFICATION DOCUMENTS Fortn Revised 2p1 1pfQ7 00 b1 CO_00 d3 ' 3_00 42 43_00 43 3_00 45 12_00 35 13_Sid Proposal Workbook.xls �H1 1> ; I • I I�Ii�Df.RS PRf-:(1( AL(ftt.\I7(t\'ti Pa��� I ul : sECTio� oo as ii BIDDERS PREQL;ALIF[CATIONS 1. Summar�•, all cantractors are required ro be prec�ualitied by the City prior to submittin�, bids. To bc cligib(c to bid thc contractor must submit Scction f.)0 �� I 3. prcqualification Statcmen[ far the �vurk type(s) listed �� ith thcir Bid. .4ny contractor ar subcontractor who is not prequalitied for the work type(sl listed nnist submit S�etion (iO -4� I;. Bidd�r Prequalification Applica[ion in accorda�u� ���iih the r�.��tiirciilents 6�1..,�.;,. Thc prcqualitication proccss �� ill cstablish a b!�I Ill11I[ �i,���ci on ; tc�i,r.i��a' ::.:.i;.,,;�;c�n :�;;:.i tinancial analysis ofthe contractor. The int��rmat+on mu;t be;ubmiu�d se�cn (') da�s prior to du datc of thc opcning of bids. For esamplc. a contractor ���ishin� to submit bids on projects to be opened on the 7th of April must tile the information by the 31 st day of �1arch in ordcr to bid on thcsc prujccts. In urdrr ro c.�pcditc and facilitatc �h� appro.al of a Biddcr's Prequalitication Application. the follo�� ing must accotnpatty the submission. a. A complctc sct ofauditcd or rc��ic��cd tinancial statcmcnts. ( I ) Classitied Balance Shce� (2) fncome Statement (3) Statc►nent of Cash Flo�vs (4) $tatement of Retained Earnings (5) 'votcs to thc Financial Statcmcnts. if anv b. A certitied copy of the tinn's or«anizational docwnents (C�orporate Chartcr, Arti�les of Incorporation, Articics af Organization, Ccrtiticatc of Formation. LLC Rceulations, Ccrtiticatc ofLimitcd Partncrship Agrccmcnt). c. A complctcd Biddcr Pnqualification Application. (1) T'hc firm's Tcxas Taxpaycr (dcntification Numbcr as issucd by thc Tcsas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification numbcr � isit thc Tcxas Com�trollcr of Public Accounts onlinc at thc follo�ti in�, web address �vu�ti.�vindaw.sta�c.tx.w tacpermiu and fill out the application to apply for your Tcxas tax [D. (�) Th� tirm's e-mail address and fax number, (3) 1'he tirn�'s DUNS number as issucd by Dun K Bradstreet. This number is uscd by thc City for rcquircd reporting on Fcdcral Aid projccts. Thc DUNS number may be obtained at w�«w.dnb.co►n. d. Rcsumcs rcflccting thc construction cxpericncc of thc principlcs of thc firm for firms submitting their initial prequalific�tion. These resumes should incfude the size and scopc of thc work performcd. e. Other information as requested by the City. 2. Prequalification Requirements a. F'rnancrnl ,S�a�emen�.s. Financial statement submission must be pro� id�d in accordancc with thc following: ( t) Thc City rcquires that thc original Financial 5tatcmcnt or a ccrtiticd copy bc submittcd for considcration. CrfY(.)[ f(:�Rt �1'c1R"fi1 \ctRlliSf:IRS[CTt�\?P[1:151. _' ti1:�?vU:\RI)Cl)XtiIRf'l"I'fOV SPkiC11IC:\f(()�i IX.ICI'!11PKlS CII1� PROJI�.C'f Vu. ItJ_r;'I Rectxdlulc I.'_�111 lill- � H[DDI:ItS PBI?�Zl :. V iFi� .,. I. b.l'� �. Pa:;c ? ol ? (?) To be satisfactory, the tinancial statements must be audiied or re�ie��ed by an indcpcndcnt, ccrtiticd public accounting Firm rcgistcrcd and in ��ood standing in anv statc. Currcnt Tcxas statucs also rcquirc that accountiu� tinns performin� audits or re� ie���s on busincss entities w�ithin thc Statc of Tcxas bc pro�xrly liccnscd or rr4�ist�rcd �vith thc Tcras Stat� Board of Public Account�nc�. f3j The accounting tirm shoufd sta[c in the audit rcport or re��ie��� �vhether the contracror is an indi� idual. corporation. or limi[ed liabilitv cotnuanv. (4) Financial Statements must be prescnted in �;.5. cioiinr; :�t ihc c��rrent rat4 of ecchan�� of the Balanee Sheet date. (�) T'hc Cit� will not rccoLnizc any ccrtiiicci pu�,,iic a�c�_;;�;iai�.; iis independ�.nt �vho is not, in fa�t, independ�n[_ (F) Thc accountant's opinio:� on thc tinancial statcmcnts of thc contractin_i company should statc that thc audit or rc� icw has becn conductcd in V accordancc w�ith auditing standards �cncra(ly acccptcd in thc [lnitcd $tates of America. This must be stated in the accountin� fimi's opinion. It s'hould: ( l) cxpress an unqualificd opinion, or (_') czpress a qualiticd opinion on thc statcmcnts takcn as a ti ho(c. (7) Thc City rescr�rs thc ri�ht to rcquirc a nc�v statcm�nt at any timc. (�) Thc tinancial statc�ncnt must bc prcparcd as of thc last day of any month, not ►nore than one year oid and must be on tile «�ith the City 16 months thcrcaftcr. in accordancc �� ith Paragraph l. (9) The Citv will determinc a contracror's bidding capacity for the purposes of awarding cantracts. Bidding capacity is detern�ined by multiplying the positi��e net �� orking capita) (�vorkin� capitaf = current assets — cunent liabilitiesl by a factor of 1O. Only those statements reFlcctin�, a positi�e net ���orking capita( po5i�i�n �vill be considered satisfactory for prcqualification purposcs. (10) In the case that a bidding date falls �vithin the time a new financial statcmcnt is bcing prcparcd, thr prccious statrmcnt shall bc updatcd ���i�h proper � crification. l�i�lcJci• 1'reyrrulrficc��iun .9pplica�iun. A Biddcr Prcqualificatiun �pplication must bc submittcd along ���ith auditcd or rcvicwcd financial statcmcnts by firms �vishing to bc eli�ible to bid on alf c�asses of construction and maintcnance projects. Inco►nplete �pplications �vilt bc rcjcctcd. ( I) [n �hose schedules ��-here there is nothing to report, the notation of "Nonc" or "�I;'A" should bc inscrtcd. (') A►ninimum of five (S) references of re(ated w�ork mi�st be pro�ided. (3) Submission of an cquipmcnt schcdulc which indicatcs cquipmcnt undcr the control of the Contractor and which is rclated to the type of �vork for whi�h the Contactor is sc;eking prequaliticatiun. The schedule must inchide the manufacturer. model and general common description of each piece of equipment. .Abbre� iations or mzans of describing equipment other than pro� ided above �vi(1 not be accepted. 3. Eligibilit�� to Bid a. Thc City slial! bc thc solc judgc as tc a contractor's prcqua(ification. b. Thc City mav r�jcct. suspcnd, or modify any prcqualitication for failurc by thc contracror to dcmonstratc acccptablc financial abilit}r or pertiormancc. c. Thc City �iill issuc a lcttcr as to thc status of thc prcqualitication appro�al. Cff1' <)I fORT �I"i�RTil \c�R Il IST.�R SECTt�\ ' plL\tiC ? ti l'.\\1):\RU CO\ti IR['CTN�ti tiNECIPIC:\ IT(�ti IXKI �11 \!S CI I Y' PRU)1{C7 \O. 10'6? I Kr� i+.�d Jul� I.?01 I - iNl �> i ( . Rll)I)F.RS PH}'.Q[ :\L[! ICAII��\'� Pa��e ; ol � d. If a contracror has a� alid prequalification letter, the contracror will be e(i�lible to bid thc prcqualificd �vork typcs until dic cxpiration datc statcd in thc Icttcr. E�D OF SECT10\' C(I1' � aI 1'c'�RT 11'C�N tI l \ORTIISI.�R �ECTU\ ? PlL�tiC '_ tiI.\\O:\RI)Cl)\SIR('�i(t�\`PF�I1I�.\(Tii\Ixi�I \II\!ti CII'YPRt1IE:Cf\U.{q_'b?I Rc� i.c�! lult 1. ?(Il 1 00 45 12 810 FORM Page 1 of t SECTION 00 45 12 PREQUALIFICATION S7ATEMENT Each Bidder for a City precurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to uti ize for the major work rype(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Street Lighting Independent Utility Construction Inc 04-03!202� The undersigned hereby certifies that the contractors and�or subcontractors described in the table above are currently prequalified for the work types !isted, BIDDER: Independent Utiiity Constructio�, Inc. 5109 Su� Valiey Drive Fort Worth, TX 76119 BY� ' ard Wo(fe � (Signat TiUe: President � � Date: � — � � r . �, CITY O� Fp�` `/v'ORTH STMi�ARD C�NSTRUCTION SP°CIFICATION DOCUh1EYTS Form Revised 20+.2012f END OF SECTION 00 41 � 00 43 13 00 42 43_00 43 37_00 45 12 00 35 13_Bid Proposal Workbook.xls 0o as z6 - i CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 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 3� SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides warker's compensation insurance coverage for all of its employees employed on City Project No. 102621. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Indenendent Utilitv Construction, Inc. By: ' ard Wolfe Company (Please Print) 5109 Sun Vallev Drive Signature: '� � Address Fort W�rth, Texas 761 19 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT § 0 BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Independent Utility Construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. �� � ��r��p ER MY HAND A ��' AL OF OFFICE his I� day of - l:`�t� h� � , 20��'L`' �'`, �. � ---�-- ����""��,, CHRISTINA GARCIA �2'�PPY' PUB� i Ot[ �-,�Notary Public, State of Texas =N�;:�.'Q= Comm. Expires 12-20-2020 �%.',TFOFt``:� Notary ID 130940785 nn���r• END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 in and for the State of Texas ,?<-� Northstar Section 2, Phase 2 City Project No. 102621 12/03/2020 005243-2 Developer Awarded Project Agreement Page 2 of 4 32 3.3 Liquidated damages 33 34 35 36 37 38 39 40 41 42 43 44 Contractor recognizes that time is of the sssence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the deIays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer One Thousand Five Hundred Dollazs ($1,500.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance unti] the City issues the Final Letter of Acceptance. Article 4. CONTRACT PRICE 45 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 46 Documents an amount in cunent funds of one hundred si� �-five thousand_ two hundred fortv 47 dollars and zero cents ($165,240.00j. 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between Developer and Contractor conceming the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer} 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) 5tate and Federal documents b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond {DAP Version) £ Power of Attorney far the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specificafions specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 71 6. Drawings. 72 7. Addenda. 73 8. Documentation submitted by Contractor prior to Notice of Award. 74 9. The following which may be delivered or issued after the Effective Date of the 75 Agreement and, if issued, become an incorporated part of the Contract Documents: CITY OF FORT WORTH Northstar Section 2 Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN ] 02621 Kevised June 16, 2016 005243-3 Developer Awazded Project Agreement Page 3 of 4 76 a. Notice to Proceed. 77 b. Field Orders. 7g c. Change Orders. 79 d. Letter of Final Acceptance. 80 S 1 Article 6. INDEMNIFICATION 82 83 84 85 86 S7 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its offcers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification rovision is s ecificall►� intended to o erate and be effective even if it is alle ed or roven that all or some of the dama es bein sou ht were caused in whole or in art b• an act omission or ne li ence of the cit �. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own eapense, 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, su6contractors, licensees or invitees under this contract. This indemnification provision is sneciticallv intended to overate and be effective even if it is alleged or roven that all or some of the dama es beia sou ht wece caused in whole or in art b an�� act, omission or n li ence of the cit �. Article 7. MISCELLANEOUS 103 7.1 Terms. 104 Terms used in this Agreernent are defined in Article l of the Standard City Conditions of 105 the Construction Contract for Developer Awarded Projects. 106 7.2 Assignment of Contract. 107 This Agreement, including all of the Contract Documents may not be assigned by the 108 Contractor without the advanced express written consent of the Developer. 109 7.3 Successors and Assigns. lI0 Developer and Contractor each binds itself, its partners, successors, assigns and legal 111 representatives to the other party hereto, in respect to all covenants, agreements and 112 obligations contained in the Contract Documents. 113 7.4 Severability. 114 Any provision or part of the Contract Documents held to be unconstitutional, void or 115 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 116 remaining provisions shall continue to be valid and binding upon DEVELOPER and 117 CONTRACTOR. CITY OF FORT WORTH Northstar Section 2 Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 102fi21 Revised June 16,201b 005243-4 Developer Awarded Project Agreement Page 4 of 4 118 7.5 Governing Law and Venue. 119 This Agreement, including all of the Contrac# Documents is performable in the State of 120 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 121 Northem District of Texas, Fort Worth Division. 122 123 7.b Authority to Sign. 124 125 126 127 128 129 130 131 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Developer: Inde eri ent Utilitv Construction, Inc. Meritaee Homes of Texas, LLC Bv: 1 � g : (Sig re) (. ' nature) —_ ., David Au hinba h (Printed Name) 132 Title: P�� � �ent Company Name: Independent Utility Construction, Inc. Address: 5109 Sun Vallev Drive City/State/Zip: Fort Worth, Texas 76119 �°�- '�� �;� _____ Date `,``��tiu lu � uq��, ,`����,���ONSTRUC ��'�. ....... ti� �\��.•¢�] �9 • ��p��'i i �/a. � '9%';%�� =Q;USEAL`�;�� =�; :a- = v' s • o- ••. T 97g .'�.�y�.�� 'j�'.��0� �'••......•.•O,�y``�. '�i���� �iEXA 5 `, `����`* (Printed Name) Title: Vice President, Land Company name: Meritage Homes of Texas, LLC Address: 8840 Cypress Waters Blvd, Suite 100 City/State/Zip: Da11as, Texas 75019 2 Z� Date CITY OF FORT WORZ'EI Northstar Section 2 Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 102621 Revised June l6, 2016 IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection�a tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. POWER # AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER N0. 4220052 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know Alf Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a'"Company" and collectively as 'Companies," duly organized and exfsting under the laws of the State of Ohio, and having its pri�hcipal office in Westfield Center, Medina County, Ohlo, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or o[her instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - . LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the.premises. Said appointment fs made under and by authority of the foilowing resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be !f Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety OperaYions Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-fn-Fact to represent and act for and on behalf of the Company subject to the foliowing provisions: The Attorney-in-Fact. may be given fuli power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such des(gnated person and the seal of the Company heretofore or hereafter afiixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS IMSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . Corporate =�••asUR,(�r'�•'•, Affixed �v ''� .w cFo '4_ �'� F.J�� t?� s f �;� ,��'ti, � r,r�fZ'�i State of Ohio �•"'. County of Medina ss.: : p P��C�NAL.�NSG�', : .�=� .y � - �ui c �r = z : : c~n; w7Ef� 1 . :m _ � � : .tO `. ..* . �11ARTEQ f0 s ; 1846 ; . ,_� _, = . WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY �� ` \ . By: Richard L. Kinnaird, Jr., Nationa! Surety Leade� and Senior Executive On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior ExeCtitive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OH10 FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Nota ri al ` N,,,.....�.,, � Seal •`' R� A L �""s,, � Affixed ,�P' "'�/ '.`S : O r \�. �%'. 9 `- z: = �`'". � . � • wlliam J. Kahelin, A rney at Law, Notary Public State of Ohio `-:N d� ��� p My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: .� ; 4T��Fo� I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Atto�ney are in full force and effect. In Wrtness Whereof, I have hereunto set my hand and affixed the seals c;f sa'td Comparii��s at Westfield Center, Ohio, this day of � ��;a?�t�.tp� : � O `••. � ••��� � ��,���� J ��. ••-1� N� ,{S ";�N�i�' ............. ,•`�p��; /�y''', �•'QS��isli�/�4 �O. ,SG� ; ;�F. ..•• "`7� '�: :Z-= :`Q' �{�T � �' SEAL, �� - : ". L �'o : � �: : o; �:. i�ae :; ~ .... •F �n.n� .�n.. � � �`� � 1 se��, Frank A. Garr�nc, Se�retary BPOAC2 (combinedj (06-02) 20-00993rdDecember20 3rdDecember20 20-00993rdDecember20 3rdDecember20 20-00993rdDecember20 00 62 19 - 2 MAINTFNANCE BOND Page 2 of 3 Bond No. 098370W 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 �3 WHEREAS, Pr�incipal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of t11e need thereof at any time within the Maintenance Period. NOW THEREFORE, tl�e condition of this obligation is such that if Principal shall 1•emedy any defective Work, for whicl� timely notice was provided by Developer or City, to a completion satisfacto�y to the City, then this obligation shall become null and void; otherwise to remain in full focce and effect. PROVIDED, HOWEVER, if Principal shall fail so to repaic or reconstruct any ti�nely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety �mder this Maii�tenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereo�� for successive bre�ches. CITY OF FORT WOR7 H STANDARD CITY CONDITIONS — DEVELOPER AWARDL-D PROIEC"I S Revised .lanuar}� 31 _ 2012 Northstar Section 2 Phase 2 Cit�� Project No_ 102621 3rdDecember20 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 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  Article 2 – 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  Article 4 – 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 ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A.Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1.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 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 l. 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. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1)$100,000 each accident/occurrence 2)$100,000 Disease - each employee 3)$500,000 Disease - policy limit B.Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1.For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2.Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a.$1,000,000 each occurrence b.$2,000,000 aggregate limit 3.The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4.The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C.Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1.Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a.Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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:_______________________________________________________ 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. b.Each Occurrence: : _____________________________________ 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- n/a n/a n/a 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2)it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2.Substitute Items: a.If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b.Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c.Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1)shall certify that the proposed substitute item will: i.perform adequately the functions and achieve the results called for by the general design; ii.be similar in substance to that specified; iii.be suited to the same use as that specified; and 2)will state: i.the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii.whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii.whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3)will identify: i.all variations of the proposed substitute item from that specified; ii.available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D.Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall 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: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Not Required for this Contract. 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 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D.Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E.Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, 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. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 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. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. 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, 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 4. No additional contract time will be given for substitution. 5. 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 City’s opinion, acceptance will require substantial revision of the original design d. In the City’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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 Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised August 17, 2012 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B.Deviations from this City of Fort Worth Standard Specification 1. 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. 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 execution of the Agreement and before Work is started. 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.Project Representative 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 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 e.Other City representatives f.Others as appropriate 4. Construction Schedule a.Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. 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 l.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. M/WBE or MBE/SBE procedures hh. Final Acceptance ii.Final Payment jj. Questions or Comments NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 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 NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - 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. 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.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] 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a.Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1.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. 01 33 00 - 2 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B.Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b.For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2)08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C.Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b.Field construction criteria c.Catalog numbers and similar data d.Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a.The Contractor's Company name b.Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D.Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3.Order a. Cover Sheet 1)Description of Packet 2) Contractor Certification b.List of items / Table of Contents c.Product Data /Shop Drawings/Samples /Calculations E.Submittal Content 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 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 01 33 00 - 4 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 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 1.As specified in individual Sections, include, but are not necessarily limited to: a.Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I.Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2.The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J.Submittal Distribution 1.Electronic Distribution a.Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2)Hard Copies a)3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c.Product Data 1)Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a)3 copies for all submittals d.Samples 1)Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 a.Shop Drawings 1)Distributed to the City 2) Copies a)8 copies for mechanical submittals b) 7 copies for all other submittals c)If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1)Distributed to the City 2) Copies a)4 copies c. Samples 1)Distributed to the Project Representative 2) Copies a)Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a.Provide number of copies as directed by the City but not exceeding the number previously specified. K.Submittal Review 1.The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a.Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c.Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a.All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4.If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5.Submittals will be returned to the Contractor under 1 of the following codes: a.Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 01 33 00 - 6 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 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 City at least 7 Calendar Days prior to release for manufacture. 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 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) 1.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.Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a.Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and increasing sequentially with each additional transmittal. 4.Sufficient information shall be attached to permit a written response without further information. 5.The City will log each request and will review the request. a.If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 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] 01 33 00 - 8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - 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 1. 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 City’s Buzzsaw site, or another external FTP site approved by the City. 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a)1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a)Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a)Distribute 3 hard copies to City’s Project Representative 4.Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a.Name of pit b. Date of delivery c.Material delivered B.Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - 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. 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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 1. Prior to installation traffic control: a.Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D.Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E.Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F.Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - 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 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a.Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a.Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A.Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A.Reference Standards 1. Reference standards cited in this 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. 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 B.Construction Activities resulting in: 1. Less than 1 acre of disturbance a.Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a.Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a)Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a)Section 31 25 00 b) The Drawings c)TXR150000 General Permit d) SWPPP e)TCEQ requirements 3. 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 31 25 00 b) The Drawings c)TXR150000 General Permit d) SWPPP e)TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a)Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A.SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a.Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a)City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 B.Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. References for Product Requirements and City Standard Products List B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard Products List B.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. C.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. D.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. E.See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised December 20, 2012 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 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a.Handling b. Exposure to elements or harsh environments B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A.Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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. 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised February 14, 2018 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - 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) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “Construction Staking”. 2)Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c.The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of “cut sheets” using the City’s standard template. 2. Construction Survey a.Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3.As-Built Survey a.Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “As-Built Survey”. 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised February 14, 2018 2)Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c.The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A.Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2.As-built Survey –The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking – The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4.Survey “Field Checks” – Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B.Technical References 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City’s Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A.The Contractor’s selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A.Submittals, if required, shall be in accordance with Section 01 33 00. B.All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A.Field Quality Control Submittals 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised February 14, 2018 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2.Submit “Cut-Sheets” conforming to the standard template provided by the City (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B.As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A –Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a.Contact City’s Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b.It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a.Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B.Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a.Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a.Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised February 14, 2018 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C.As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a.Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor’s responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c.For sewer mains and water mains 12” and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a.The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a)Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a)Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater – Not Applicable 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised February 14, 2018 b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a)Rim and flowline elevations and coordinates for each manhole 2) Water Lines a)Cathodic protection test stations b) Sampling stations c)Meter boxes/vaults (All sizes) d) Fire hydrants e)Valves (gate, butterfly, etc.) f)Air Release valves (Manhole rim and vent pipe) g)Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i)Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a)Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater – Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a.Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c.A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a.AutoCAD (.dwg) b. ESRI Shapefile (.shp) 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised February 14, 2018 c.CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a.Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c.Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e.The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B.Surveying instruments shall be kept in close adjustment according to manufacturer’s specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client’s plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised February 14, 2018 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A.If the Contractor’s work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a.Contractor shall perform replacements and/or restorations. b.The City may require at any time a survey “Field Check” of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 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. This includes easements and right of way, if noted on the plans. B.Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A.Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 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 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised February 14, 2018 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M.Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A.Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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. 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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.Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a.Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D.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. 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.The procedure for closing out a contract B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 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. 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 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 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E.Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a.Final Payment Request b. Statement of Contract Time c.Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e.Pipe Report (if required) f.Contractor’s Evaluation of City g.Performance Evaluation of Contractor F.Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - 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. 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 3.To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4.Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A.Storage and Handling Requirements 1.Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2.In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a.In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A.Job set 1.Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B.Final Record Documents 1.At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A.Maintenance of Job Set 1.Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 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, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4.Making entries on Drawings a.Record any deviations from Contract Documents. b.Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c.Date all entries. d.Call attention to the entry by a "cloud" drawn around the area or areas affected. e.In the event of overlapping changes, use different colors for the overlapping changes. 5.Conversion of schematic layouts a.In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1)Final physical arrangement is determined by the Contractor, subject to the City's approval. 2)However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b.Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1)Final physical arrangement is determined by the Contractor, subject to the City's approval. 2)Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3)Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c.The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B.Final Project Record Documents 1.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. 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR SECTION 2 PHASE 2 CITY PROJECT NO. 102621 Revised July 1, 2011 c.Call attention to each entry by drawing a "cloud" around the area or areas affected. 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 CITY OF FORT WORTH Northstar Section 2, Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102621 Revised July 1, 2011 APPENDIX GC-4.01 City of Fort Worth Standard Products List GC-4.02 Geotechnical Exploration Report CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 12, 2019 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 13 30" DI MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" DI MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" DI MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" DI MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" DI MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" DI MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.08/24/17 33 05 13.01 30" DI MH Ring and Cover (Hinge & Lock) CompositeSewperCoverSCDH 3000, Std. Dbl Hinge Non-Metalic Ring and Cover w/Lock HD/FRP Composite30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"*33 39 10 Manhole, Precast ConcreteForterra(formerly Gifford-Hill, Hanson )ASTM C 47848"04/26/00 33 39 10 MH, Single Offset Seal JointForterra(formerly Gifford-Hill, Hanson )Type F Dwg 35-0048-001ASTM C 47848" Diam MH09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"* From Original Standard Products ListClick to Return to the Table of Content6 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeCertain-Teed Products CorpASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeNapco Manufacturing CorpASTM D 3034, D 17844" & 8"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26 and SDR-35 ASTM F 789, ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"33-31-20 PVC Sewer PipeRoyal Building ProductsRoyal Seal Solid Wall Pipe SDR 26 & 35ASTM 30344" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDr-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationPS 46 ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 303411/17/99E100-2Closed Profile PVC PipeDiamond Plastics CorporationASTM 1803/F79418" to 48"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"* From Original Standard Products ListClick to Return to the Table of Content21 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"* From Original Standard Products ListClick to Return to the Table of Content30 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35 GEOTECHNICAL EXPLORATION NORTHSTAR – SECTION 2, PHASE 2 North of Spring Way Drive Haslet, Texas ALPHA Report No. W200997 May 27, 2020 Prepared for: MERITAGE HOMES OF TEXAS, LLC 8840 Cypress Waters Boulevard, Suite 100 Dallas, Texas 75019 Attention: Mr. Robert Hall Prepared By: Geotechnical Construction Materials Environmental TBPE Firm No. 813 5058 Brush Creek Road Fort Worth, Texas 76119 Tel: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Dallas • Fort Worth • Houston • San Antonio May 27, 2020 Meritage Homes of Texas, LLC 8840 Cypress Waters Boulevard, Suite 100 Dallas, Texas 75019 Attention: Mr. Robert Hall Re: Geotechnical Exploration Northstar – Section 2, Phase 2 North of Spring Way Drive Haslet, Texas ALPHA Report No. W200997 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Robert Hall and Mr. David Aughinbaugh with Authorization Agreement (Contract No. 69719299) and performed in accordance with ALPHA Proposal No. 76297, dated March 5, 2020. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of residential foundations. ALPHA TESTING, INC. appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, ALPHA TESTING, INC. May 27, 2020 Kimberly Fyffe Brian J. Hoyt, P.E. Geotechnical Project Manager Geotechnical Department Manager BJH/KLF/en Copies: (1-PDF) Client TABLE OF CONTENTS ALPHA REPORT NO. W200997 PURPOSE AND SCOPE .................................................................................................... 1 PROJECT CHARACTERISTICS ...................................................................................... 1 FIELD EXPLORATION .................................................................................................... 1 LABORATORY TESTS .................................................................................................... 2 GENERAL SUBSURFACE CONDITIONS ...................................................................... 2 DESIGN Recommendations ............................................................................................... 2 6.1 Slab-on-Grade Foundations .................................................................................... 3 6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade .................... 4 6.3 Drainage and Other Considerations ........................................................................ 4 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES............................. 5 7.1 Site Preparation and Grading .................................................................................. 5 7.2 Foundation Excavations .......................................................................................... 7 7.3 Fill Compaction ...................................................................................................... 7 7.4 Utilities .................................................................................................................... 8 7.5 Groundwater ........................................................................................................... 8 LIMITATIONS ................................................................................................................... 8 APPENDIX A-1 Methods of Field Exploration Boring Location Plan – Figure 1 B-1 Methods of Laboratory Testing Swell Test Results – Figure 2 Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W200997 1 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (“ALPHA”) to evaluate for Meritage Homes of Texas, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of geotechnical design parameters for the subject construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the project site. Engineering analyses were performed from results of the field exploration and laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests PROJECT CHARACTERISTICS It is proposed to develop a residential subdivision (Northstar – Section 2, Phase 2) on a tract of land generally located about 510 ft north of the intersection of Spring Way Drive and Meadow Springs Drive and south of Phase 3 in Haslet, Texas. A site plan illustrating the subject site is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time of the field exploration, the site generally consisted of an undeveloped tract of land. No information regarding previous development on the site was provided to us. Grading plans prepared by LJA Engineering, Inc. (Northstar Section 2, Phase 2 – Sheets 47, 48, and 49, dated January 2020) indicate the site slopes down to the east by about 13 ft (Appx. Elev. 856 ft to 843 ft). The referenced grading plans also indicate cutting and filling of up to 3 ft will be required to achieve final grade in the building pads. Present plans provide for the construction of new residential buildings. The new structures are expected to create light loads to be carried by the foundations. It is also anticipated the new structures will be supported using post-tensioned slab-on-grade foundations designed for potential seasonal movements of 4½ inches or less. No below grade slabs are planned. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 28 test borings. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. ALPHA Report No. W200997 2 Subsurface types encountered during the field exploration are presented on the Log of Boring sheets (boring logs) included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for residential foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented either on the Log of Boring sheets or on summary data sheets in the Appendix. GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the project site lies within the undivided Fort Worth Limestone and Duck Creek formation. This undivided formation generally consists of alternating layers of limestone and marl (limey shale). Residual overburden soils associated with these undivided formations generally consist of clay soils characterized by moderate to high shrink-swell potential. Subsurface conditions encountered in most of the borings generally consisted of clay to depths of about 2 ft to 6 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 8, 9, and 15 generally consisted of limestone extending to the 20 ft termination depth. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the boring logs provided in the Appendix. DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the project criteria change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. ALPHA Report No. W200997 3 The following design recommendations were evaluated based on final grades as indicated on the referenced grading plans. Cutting and filling on the site other than depicted on the referenced grading plans can alter the recommended foundation design parameters. Therefore, it is recommended our office be provided with final grading plans prior to construction to verify appropriate design parameters are utilized for final foundation design. 6.1 Slab-on-Grade Foundations Slab-on-grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 2.0 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native clay, on limestone or on fill placed as recommended in Section 7.3. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movements occur in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post- tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab-on-grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab-on-grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I and II and delineated on the Boring Location Plan, Figure 1. Subgrade improvement in the respective Zones (see Figure 1) should be performed using the information summarized in Table A. TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement ZONE ESTIMATED POTENTIAL MOVEMENT, INCHES IMPROVEMENT REQUIRED TO REDUCE MOVEMENTS TO 4½ INCHES I Up to 3 No Improvement Required II Up to 4½ No Improvement Required Potential seasonal movements were estimated using results from absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in-situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by ALPHA Report No. W200997 4 Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding our estimates could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 40 or less. If the plasticity index of material used to raise the grade is higher than 40, potential movements could be higher than our estimates. 6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade Tables B and C contain information for design of the post-tensioned, slab-on-grade foundations. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement = 3 inches in Zone I Edge Lift Center Lift Edge Moisture Distance (em), ft 3.9 7.5 Differential Soil Movement (ym), inches 1.6 (swell) 1.2 (Shrink) TABLE C PTI Design Parameters Potential Seasonal Movement = 4½ inches in Zone II Edge Lift Center Lift Edge Moisture Distance (em), ft 4.0 7.8 Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink) 6.3 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post-construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. ALPHA Report No. W200997 5 Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab systems.  Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structures.  Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing.  Moisture conditions should be maintained “constant” around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report.  Planter box structures placed adjacent to building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy.  Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading Limestone was encountered at or near the ground surface in the borings. We expect limestone will encountered during grading and general excavation at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. ALPHA Report No. W200997 6 All areas supporting slab foundations, flatwork or areas to receive new fill should be properly prepared.  After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed.  The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil.  Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well-compacted material as outlined in Section 7.3.  Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. ALPHA Report No. W200997 7 Due to the nature of the clay soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, excavations should be slightly deepened and cleaned, in order to provide a fresh bearing surface. 7.3 Fill Compaction Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. ALPHA Report No. W200997 8 7.4 Utilities Where utility lines are deeper than 10 ft dep, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Groundwater was not encountered in the borings. However, from our experience shallow groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA Report No. W200997 9 ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such intended use. Any such third party using this report after obtaining ALPHA’s written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. APPENDIX ALPHA Report No. W200997 A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 15 test borings were performed for this geotechnical exploration. The approximate locations of the borings are shown on the Boring Location Plan, Figure 1. The test boring locations were staked using a handheld GPS unit or by pacing/taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. A modified version of the Texas Cone Penetration (TCP) test was completed in the field to determine the apparent in-place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT strength correlations. In this case, ALPHA TESTING, INC. has modified the procedure by using a 140-pound hammer dropping 30-inches for completion of the field test. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheets as “TX Cone” (reference TxDOT Test Method TEX 132-E, as modified). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. BORING LOCATION PLAN GEOTECHNICAL EXPLORATION NORTHSTAR - SECTION 2, PHASE 2 NORTH OF SPRING WAY DRIVE HASLET, TEXAS ALPHA PROJECT NO. W200997 FIGURE 1 B-21 B-23 B-22 B-24 B-25 B-26 B-27 B-28 B-11 B-13B-12 B-14 B-15 B-16 B-17 B-18 B-19 B-20 B-1 B-3 B-2 B-4 B-5 B-6 B-7 B-8 B-9 B-10 SPRING WAY DRIVE I I I I I I I I I I I I III II II II II II I II IIIIII B-21 B-23 B-22 B-24 B-25 B-26 B-27 B-28 B-11 B-13B-12 B-14 B-15 B-16 B-17 B-18 B-19 B-20 B-1 B-3 B-2 B-4 B-5 B-6 B-7 B-8 B-9 B-10 SPRING WAY DRIVE I I I I I I I I I I I I III II II II II II I II IIIIII N APPROXIMATE BORING LOCATION ZONE II I ZONE I II NO IMPROVEMENT REQUIRED NO IMPROVEMENT REQUIRED ALPHA Report No. W200997 B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216) and Atterberg-limit tests (ASTM D 4318) were performed on selected samples. In addition, pocket-penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further analyzed by absorption swell tests in general accordance with ASTM D 4546. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell tests are provided on the Swell Test Data sheet, Figure 2 included in this Appendix. SWELL TEST RESULTS FIGURE 2W200997 - Northstar Section 2 Phase 2 Off BNSF RR, North of Meadow Spring Drive, Haslet, TX 3 1 125 Brown CLAY 71 25 46 24% 30% 1.3% 7 1 125 Brown CLAY 89 27 62 28% 29% 1.7% 20 3 375 Brown CLAY 77 27 50 32% 34% 0.0% 21 3 375 Brown and Light Brown CLAY 70 21 49 22% 23% 0.0% 23 3 375 Brown CLAY 72 22 50 33% 33% 0.0% 25 3 375 Brown CLAY 64 22 42 35% 38% 0.0% Boring No. Sample Depth (ft) Pressure (psf, vert.) Material Description Liquid Limit Plastic Limit Plasticity Index Initial Moisture Final Moisture Free Swell Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 1 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.25 36 58 21 37 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 2 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 100/5.0" 100/4.0" 100/3.0" 100/2.0" 100/1.0" 100/0.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 3 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.0 27 71 25 46 1.3 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 4 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.75 33 100/7.0" 100/5.0" 100/4.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 5 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 69 22 47 100/6.0" 100/4.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 6 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 100/5.0" 100/4.0" 100/3.0" 100/3.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 7 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.25 30 89 27 62 1.7 100/5.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 8 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 100/6.0" 100/4.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 9 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 10 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 22 100/5.0" 100/4.0" 100/4.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 11 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 68 24 44 100/7.0" 100/5.0" 100/4.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 12 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+17 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 13 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 58 21 37 100/7.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 14 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+27 100/7.0" 100/5.0" 100/4.0" 100/3.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 15 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.25 25 73 24 49 100/6.0" 100/6.0" 100/4.0" 100/3.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 16 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.75 35 100/6.0" 100/5.0" 100/5.0" 100/3.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 17 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.25 28 60 22 38 100/6.0" 100/5.0" 100/4.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 18 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 23 100/6.0" 100/4.0" 100/4.0" 100/3.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 19 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 24 67 24 43 100/7.0" 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 20 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 4.5 26 77 27 50 0.0 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 21 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown and Light Brown CLAY with limestone fragments 6.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.25 35 3.0 24 70 21 49 0.0 3.0 16 100/5.0" 100/3.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 22 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+27 100/6.0" 100/5.0" 100/4.0" 100/2.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 23 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.25 33 2.0 32 72 22 50 0.0 100/3.5" 100/2.875" 100/2.0" 100/1.75" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 24 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 1.75 27 2.25 19 54 18 36 100/3.5" 100/3.25" 100/2.0" 100/1.75" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 25 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 2.0 37 1.75 34 64 22 42 0.0 100/3.75" 100/3.5" 100/2.0" 100/1.0" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 26 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 9.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 1.75 36 3.5 21 100/3.5" 100/2.5" 100/1.75" 100/1.5" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 27 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 1.5 35 1.5 34 77 25 52 100/3.25" 100/2.5" 100/3.0" 100/1.75" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 28 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 1.5 31 1.5 35 77 25 52 100/3.75" 100/2.75" 100/2.0" 100/2.50" 100/1.0" Sheet 1 of 1 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT Dallas • Fort Worth • Houston • San Antonio Geotechnical Construction Materials Environmental TBPE Firm No. 813 5058 Brush Creek Road Fort Worth, Texas 76119 Tel: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com June 12, 2020 Meritage Homes of Texas, LLC 8840 Cypress Waters Boulevard, Suite 100 Dallas, Texas 75019 Attention: Mr. Robert Hall Re: Pavement Recommendations Northstar – Section 2, Phase 2 North of Spring Way Drive Fort Worth, Texas ALPHA Report No. W200997-A Submitted herein are the recommended pavement sections for the proposed subdivision (Northstar – Section 2, Phase 2). The proposed subdivision is generally located about 510 ft north of the intersection of Spring Way Drive and Meadow Springs Drive and south of Phase 3 in Fort Worth, Texas. This study was authorized by Mr. Robert Hall and Mr. David Aughinbaugh with Authorization Agreement (Contract No. 69719299) and performed in accordance with ALPHA Proposal No. 76297 dated March 5, 2020. This report is an extension of ALPHA Report No. W200997 dated May 27, 2020 containing geotechnical recommendations for residential foundations. The purpose of this study is to develop pavement sections for the planned streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed streets within the subdivision could be classified as “Residential - Urban”, “Collector” or “Arterial”, as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (ALPHA) to evaluate for Meritage Homes of Texas, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. ALHA Report No. W200997-A 2 Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 6 7½ 10 28-day Concrete Compressive Strength (psi) 3,600 3,600 3,600 Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime Application Rate (lbs per sq yd) 30 36 36 Reinforcing Bar No. 3 3 4 Reinforcing Bar Spacing (in) 18 18 18 Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 28 test borings to a depth of about 20 ft each. The test borings were performed in general accordance with ASTM D 420 using standard rotary drilling equipment. The approximate location of each boring is shown on the attached Boring Location Plan, Figure 1. Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. ALHA Report No. W200997-A 3 LABORATORY TESTS Bulk samples were obtained from the site near the vicinity of Boring 23 to be tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations:  Moisture Content (ASTM D 2216)  Atterberg-Limits (ASTM D 4318)  Sulfate Content (TX-145-E Part II)  Lime Series (Plasticity Index vs. Lime Content) In addition to conventional laboratory testing to assess engineering properties of the soils obtained, the bulk samples were used for moisture-density relationship testing (standard Proctor, ASTM D 698) and California Bearing Ratio testing (CBR, ASTM D 1183). Individual test results are presented on the attached Log of Boring or summary data sheets. GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the project site lies within the undivided Fort Worth Limestone and Duck Creek formation. This undivided formation generally consists of alternating layers of limestone and marl (limey shale). Residual overburden soils associated with these undivided formations generally consist of clay soils characterized by moderate to hi gh shrink-swell potential. Subsurface conditions encountered in most of the borings generally consisted of clay to depths of about 2 ft to 6 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 8, 9, and 15 generally consisted of limestone extending to the 20 ft termination depth. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was not encountered in the borings. However, it is common to encounter seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the attached boring logs. ALHA Report No. W200997-A 4 ENGINEERING ANALYSIS AND RECOMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Subgrade Preparation Based on review of the borings and preliminary grading plans prepared by LJA Engineering, Inc. (Northstar Section 2, Phase 2 – Sheets 47 through 49 dated January 2020) and conditions encountered in the borings, it is expected the pavement subgrade could consist of clay soils or similar onsite materials used for grading the site. The pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively. Residential Urban streets should mixed with a minimum 30 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. The recommended application rate is the minimum required by the City of Fort Worth. Collector/Arterial streets should be mixed with 36 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. This equates to about 6 percent lime based on an in place dry soil unit weight of 100 pcf. The results of lime series tests performed on representative clay samples are attached (Figure 4). We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil-lime mixture is at/or below 15. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades as could experience soil-related potential seasonal movements of up to 4½ inches depending on the depth of limestone from final grade. Potential seasonal movements are discussed in more detail in ALPHA Report No. W200997 performed for the residential foundations to be constructed at the site. ALHA Report No. W200997-A 5 Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on-site lime stabilized clay cuttings, on-site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. California Bearing Ratio (CBR) tests performed for this specific project indicate the CBR values for the natural clay soil tested could be about 2.9 to 3.0 (Figure 3). Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section.  Compressive strength of concrete 3,600 psi at 28 days  Modulus of Elasticity 4,000,000 psi  Modulus of Rupture 620 psi  Modulus of Subgrade Reaction* 280 pci  Load Transfer Co-efficient 3.0  Drainage Coefficient 1.0  Initial PSI 4.5  Terminal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial)  Standard Deviation 0.39  Reliability 85 percent *Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous section. Using the Street Classification of “Residential-Urban” as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25 -year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavement to be about 930,000. Using the Street Classification of “Collector” as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. Using the Street Classification of “Arterial” as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. ALHA Report No. W200997-A 6 If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7½-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 5 ± 1 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw-cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A single sample obtained from the bulk sample was tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE B Soluble Sulfates Sample No. Boring No. Depth, ft Material Type Soluble Sulfate, mg/Kg (ppm) 1 23 0-2 Brown Clay 58 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. ALHA Report No. W200997-A 7 Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Grading Limestone was encountered at or near the ground surface in most of the borings. We expect limestone will encountered during grading and general excavation at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof-roll should be removed and replaced with well-compacted material as outlined in the Fill Compaction section. Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills, especially where utilities are planned below pavement. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. ALHA Report No. W200997-A 8 The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the ex cavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section. Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone or other rock-like materials used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of limestone or other rock-like materials used as fill is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. In general, processed limestone used as fill should have a maximum particle size of 6 inches. However, any processed limestone used as fill within 3 ft of the final pavement subgrade elevation should have a maximum particle size of 3 inches. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. ALHA Report No. W200997-A 9 Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or steeper and greater than 5 ft in height, field density and moisture content tests should be performed on each lift. Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Free groundwater was not encountered in the borings. However, from our experience, shallow groundwater seepage could be encountered from the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades t o evaluate the need for such drains. ALHA Report No. W200997-A 10 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such intended use. Any such third party using this report after obtaining ALPHA’s written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. ALHA Report No. W200997-A 11 CLOSURE All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, INC. June 12, 2020 Kimberly Fyffe Brian J. Hoyt, P.E. Geotechnical Project Manager Geotechnical Department Manager BJH/KLF/en Copies: (1-PDF) Client Attachments: Boring Location Plan – Figure 1 Moisture - Density Relationship – Figure 2 California Bearing Ratio (CBR) – Figure 3 Mechanical Lime Series – Figure 4 WinPAS Analysis Results Log of Borings (Borings 1 through 28) Key to Soil Symbols and Classifications BORING LOCATION PLANGEOTECHNICAL EXPLORATIONNORTHSTAR - SECTION 2, PHASE 2NORTH OF SPRING WAY DRIVEFORT WORTH, TEXASALPHA PROJECT NO. W200997-AFIGURE 1B-21B-23B-22B-24B-25B-26B-27B-28B-11B-13B-12B-14B-15B-16B-17B-18B-19B-20 B-1 B-3 B-2 B-4 B-5 B-6 B-7 B-8 B-9 B-10 SPRING WAY DRIVEB-21B-23B-22B-24B-25B-26B-27B-28B-11B-13B-12B-14B-15B-16B-17B-18B-19B-20 B-1 B-3 B-2 B-4 B-5 B-6 B-7 B-8 B-9 B-10 SPRING WAY DRIVENAPPROXIMATE BORING LOCATION 04/07/20 CLASSIFICATION: SAMPLE LOCATION: TEST METHOD:ASTM D698-B TESTED FOR: SOIL ID NUMBER: 89.3 PCF 24.9 % LIQUID LIMIT: 65 PROJECT: PLASTIC LIMIT: 25 PLASTICITY INDEX: 76% Respectfully Submitted, Brian Hoyt ALPHA TESTING, INC.FIGURE 2 5058 Brush Creek Road Fort Worth, Texas 76119 Geotechnical I Construction Materials I Environmental www.alphatesting.com TBPE Firm No. 813 At Boring 23 MAXIMUM DRY UNIT WEIGHT: % FINER THAN NO. 200 SIEVE: OPTIMUM MOISTURE CONTENT: MATERIAL DESCRIPTION: CH OUR REPORT NO.: Our test results and reports are for the exclusive use of the Client (and their designated recipients on file in our office) and shall not be reproduced and/or distributed except with express approval of Alpha. The use of our name and test results must receive our written approval. Test results and reports apply only to the samples tested and/or observed, and are not indicative of the qualities of apparently identical or similar specimens. 40 Meritage Homes of Texas, LLC - DFW Dallas, Texas Northstar Section 2 Phase 2 Haslet, Texas W200997- Reddish Brown Clay with Sand 72 77 82 87 92 97 102 107 7% 12% 17% 22% 27% 32% 37% 42%DRY UNIT WEIGHT (lbs/cu.ft.)MOISTURE CONTENT MOISTURE DENSITY RELATIONSHIP CBR @ 0.20 Inches = 2.90% FIGURE 3 Material Description: Brown Clay Sample Location: Boring 23 CBR @ 0.10 Inches = 3.00% Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No:W200997-A Date:06/05/20 0 10 20 30 40 50 60 70 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in FIGURE 4 PI 42 20 15 10 6 % Lime 0% 2% 4% 6% 8% Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No:W200997-A Date:06/05/20 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15%PIPercent Dry Weight of Lime WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Residential Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 5.91 930,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.00 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:12:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Collector Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 7.52 3,000,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.25 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:11:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Arterial Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 9.87 13,000,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.50 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:09:59PM Engineer: Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 1 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.25 36 58 21 37 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 2 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 100/5.0" 100/4.0" 100/3.0" 100/2.0" 100/1.0" 100/0.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 3 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.0 27 71 25 46 1.3 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 4 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.75 33 100/7.0" 100/5.0" 100/4.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 5 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 69 22 47 100/6.0" 100/4.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 6 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 100/5.0" 100/4.0" 100/3.0" 100/3.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 7 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.25 30 89 27 62 1.7 100/5.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 8 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 100/6.0" 100/4.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 9 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 10 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 22 100/5.0" 100/4.0" 100/4.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 11 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 68 24 44 100/7.0" 100/5.0" 100/4.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 12 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+17 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 13 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 58 21 37 100/7.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 14 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+27 100/7.0" 100/5.0" 100/4.0" 100/3.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 15 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.25 25 73 24 49 100/6.0" 100/6.0" 100/4.0" 100/3.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 16 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.75 35 100/6.0" 100/5.0" 100/5.0" 100/3.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 17 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.25 28 60 22 38 100/6.0" 100/5.0" 100/4.0" 100/2.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 18 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 23 100/6.0" 100/4.0" 100/4.0" 100/3.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 19 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 24 67 24 43 100/7.0" 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 20 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 4.5 26 77 27 50 0.0 100/6.0" 100/5.0" 100/3.0" 100/2.0" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 21 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown and Light Brown CLAY with limestone fragments 6.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.25 35 3.0 24 70 21 49 0.0 3.0 16 100/5.0" 100/3.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 22 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+27 100/6.0" 100/5.0" 100/4.0" 100/2.0" 100/2.0" 100/2.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 23 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.25 33 2.0 32 72 22 50 0.0 100/3.5" 100/2.875" 100/2.0" 100/1.75" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 24 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 1.75 27 2.25 19 54 18 36 100/3.5" 100/3.25" 100/2.0" 100/1.75" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 25 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 2.0 37 1.75 34 64 22 42 0.0 100/3.75" 100/3.5" 100/2.0" 100/1.0" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 26 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 9.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 1.75 36 3.5 21 100/3.5" 100/2.5" 100/1.75" 100/1.5" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 27 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 1.5 35 1.5 34 77 25 52 100/3.25" 100/2.5" 100/3.0" 100/1.75" 100/1.0" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Meritage Homes of Texas, LLC - DFW Northstar Section 2 Phase 2 4/30/2020 4/30/2020 CONTINUOUS FLIGHT AUGER 28 W200997 Haslet, TX 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 1.5 31 1.5 35 77 25 52 100/3.75" 100/2.75" 100/2.0" 100/2.50" 100/1.0" Sheet 1 of 1 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT