Loading...
HomeMy WebLinkAboutContract 56654-PM1CSC No. 56654-PM 1 F��RT��RTH C�NTR�CT Fou THE C�NSTRLTCTI�N �F NORTHSTAR SECTI�N 2_ PHASE 3 LTTILITY_ PAVING AND STREET LIGHT IMPRDVEMENTS Cit�� Fz�oject Na. 1U3319 IPAC'21-0048 FID �ia. 3a114-�200431-103319-E07GS5 Nlattie Parker Da�id C'ooke Ma��or Ciry 11'Ianager Christapher P. Harder, P.E. Director, Viiater Departnlent Williarn .Tahnson Director, TI'7I15�]�1rtSt1DI1 �lI]C� Pl1bI1C L+V�I'�C5 D��]SL't1IleI]t PrePared for The City nf Fort VLTorth July ZV21 LJA ENGINEERING TEXAS REGISTRATI�N F-138� 3017 West 7`� Sheet, Suite 300 Fart Worth. Texas 7G 107 � ��'s� oF r��v��� . h: �� ��.s � *:� � �;* ,. ............................. BLAKE BRADLEY ,.,,,,,,,,,,,,,,,,,,,,,,,,,,,,, �:. 126033 =�,,¢' � �.r� '� 1 �+ � Pd SF.�' �e��i ���.�a:�onrA� �`�� 12 13 2a21 ❑FFICIAL REC�R� CITY SECRETARY FT. W�RTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised March 22, 2021 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 03/09/2020 00 21 13 Instructions to Bidders 01/05/2021 00 31 15 Engineer Project Schedule 07/20/2018 00 32 15 Construction Project Schedule 07/20/2018 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 03/09/2020 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 07/01/2011 00 45 12 Prequalification Statement 07/01/2011 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Minority/Women Business Enterprise Goal 01/01/2021 00 52 43 Agreement 09/06/2019 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 07/01/2011 00 62 14 Payment Bond 07/01/2011 00 62 19 Maintenance Bond 07/01/2011 00 72 00 General Conditions 03/09/2020 00 73 00 Supplementary Conditions 03/09/2020 00 73 10 Standard City Conditions of the Construction Contract for Developer Award 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Progress Schedule 07/01/2011 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 12/20/2012 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised March 22, 2021 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 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: 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 00 00 Site Clearing 03/22/2021 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 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised March 22, 2021 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 32 13 13 Concrete Paving 03/19/2021 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 02/26/2021 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 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised March 22, 2021 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 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 09/23/2020 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 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised March 22, 2021 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 6 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised March 22, 2021 Appendix GC 4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC 4.04 Underground Facilities GC 4.06 Hazardous Environmental Condition at Site GC 6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC 6.09 Permits and Utilities GC 6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION 00 11 13 - 1 INVITATION TO BIDDERS Page 1 of 2 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 103319 Revised December 22, 2016 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction NORTHSTAR SECTION 2, PHASE 3 UTILITY, PAVING AND STREET LIGHT IMPROVEMENTS will be received electronically by the FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1: Electronic Submission until 11:00 a.m., CST, Wednesday, July 28, 2021. Bids will be publicly read aloud at 11:00 a.m., CST, Wednesday, July 28, 2021 via https://bids.lja.com. Bidders must register on this website to submit an electronic bid. Contractors will electronically enter into the bid proposal, found at https://bids.lja.com, their proposed pricing and upload sections 00 41 00 Bid Form, 00 43 13 Bid Bond, 00 42 43 Proposal Form, 00 43 37 Vendor Compliance to State Law Non Resident Bidder, 00 45 12 Prequalification Statement, 00 35 13 Conflict of Interest Statement. Electronic bids do not include bids submitted by telegraphic or facsimile transmission. 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 bids will be publicly read aloud only via audio conference at 11:00 a.m., CST, Wednesday, July 28, 2021. To join the audio conference, dial 1 (346) 202-6170 and enter conference ID number 854 332 662#. GENERAL DESCRIPTION OF WORK The major work will consist of the following: The project is an extension of New Development for Water, Sanitary Sewer, Storm Drainage, Street Paving and Street Lights. You can bid this project separately either Utilities, Paving or Street Lights or all three. The City, the MUD, and the Contractor agree that the public infrastructure being constructed under the Contract are being constructed for the benefit of the MUD with ownership and maintenance of the water and sewer public infrastructure to be transferred to the City under a utility conveyance from the MUD to the CITY after final acceptance of the water and sewer public infrastructure by the City. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 00 21 13 – INSTRUCTIONS TO BIDDERS. Each bid must be accompanied by a certified or cashier’s check, from a responsible bank in the State of Texas, or a bid bond, issued by a surety legally authorized to do business in the State of Texas, equal to 5% of the total bid amount. Make the cashier’s check, certified check or bid bond payable to FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1. Copies of the Bidding and Contract Documents may be acquired at: https://bids.lja.com. The cost of Bidding and Contract Documents is $50.00. The Developer, Meritage Homes of Texas, LLC will be the Payor for the project for the Owner. 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 2 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No: 103319 Revised December 22, 2016 PREBID CONFERENCE A mandatory prebid audio conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, time and location: DATE: Thursday, July 22, 2021 TIME: 11:00 A.M. C.S.T. LOCATION: Welch Engineering Inc. 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 11:00 a.m. CST, Thursday, July 22, 2021 as outlined below: To join the audio conference, dial 1 (346) 202-6170 and enter conference ID number 588 252 418#. To view the presentation, download Microsoft Teams at https://www.microsoft.com/en-us/microsoft-365/microsoft-teams/download-app. CITY'S RIGHT TO ACCEPT OR REJECT BIDS FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1 reserves the right to waive irregularities and to accept or reject bids. Require forms Section 00 41 00; Section 00 42 43; Section 00 43 13; Section 00 43 37 and Section 00 45 12 with 5% Bid Bond. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Gregg Thawley, P.E. LJA Engineering, Inc. Email: GThawley@LJA.com Phone: 214-451-0859 ADVERTISEMENT DATES July 14, 2021 July 21, 2021 END OF SECTION 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 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://apps.fortworthtexas.gov/ProjectResources/ 42 43 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at; 44 https://apps.fortworthtexas.gov/ProjectResources/ 45 46 3.1.3. Water and Sanitary Sewer – Requirements document located at; 47 https://apps.fortworthtexas.gov/ProjectResources/ 48 49 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised August 21, 2015 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 1 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 2 45 11, BIDDERS PREQUALIFICATIONS. 3 4 3.2.1. Submission of and/or questions related to prequalification should be addressed to 5 the City contact as provided in Paragraph 6.1. 6 7 8 3.3. The City/M.U.D. reserves the right to require any pre-qualified contractor who is the 9 apparent low bidder(s) for a project to submit such additional information as the City, in 10 its sole discretion may require, including but not limited to manpower and equipment 11 records, information about key personnel to be assigned to the project, and construction 12 schedule, to assist the City in evaluating and assessing the ability of the apparent low 13 bidder(s) to deliver a quality product and successfully complete projects for the amount 14 bid within the stipulated time frame. Failure to submit the additional information, if 15 requested, may be grounds for rejecting the apparent low bidder as non-responsive. 16 17 3.4. In addition to prequalification, additional requirements for qualification may be required 18 within various sections of the Contract Documents. 19 20 3.5. Special qualifications required for this project include the following: N/A 21 22 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 23 24 4.1. Before submitting a Bid, each Bidder shall: 25 26 4.1.1. Examine and carefully study the Contract Documents and other related data 27 identified in the Bidding Documents (including "technical data" referred to in 28 Paragraph 4.2. below). No information given by Developer/City or any 29 representative of the Developer/City other than that contained in the Contract 30 Documents and officially promulgated addenda thereto, shall be binding upon the 31 Developer/City. 32 33 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 34 site conditions that may affect cost, progress, performance or furnishing of the 35 Work. 36 37 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 38 progress, performance or furnishing of the Work. 39 40 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 41 Stat. 252, 42 U.S.C. 2000d to 2000d 4 and Title 49, Code of Federal Regulations, 42 Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 43 Nondiscrimination in Federally assisted programs of the Department of 44 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 45 affirmatively insure that in any contract entered into pursuant to this advertisement, 46 minority business enterprises will be afforded full opportunity to submit bids in 47 response to this invitation and will not be discriminated against on the grounds of 48 race, color, or national origin in consideration of award. 49 50 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised August 21, 2015 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 1 contiguous to the Site and all drawings of physical conditions relating to existing 2 surface or subsurface structures at the Site (except Underground Facilities) that 3 have been identified in the Contract Documents as containing reliable "technical 4 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 5 at the Site that have been identified in the Contract Documents as containing 6 reliable "technical data." 7 8 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 9 the information which the City will furnish. All additional information and data 10 which the City will supply after promulgation of the formal Contract Documents 11 shall be issued in the form of written addenda and shall become part of the Contract 12 Documents just as though such addenda were actually written into the original 13 Contract Documents. No information given by the City other than that contained in 14 the Contract Documents and officially promulgated addenda thereto, shall be 15 binding upon the City. 16 17 4.1.7. Perform independent research, investigations, tests, borings, and such other means 18 as may be necessary to gain a complete knowledge of the conditions which will be 19 encountered during the construction of the project. Bidder must fill all holes and 20 clean up and restore the site to its former conditions upon completion of such 21 explorations, investigations, tests and studies. 22 23 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 24 cost of doing the Work, time required for its completion, and obtain all information 25 required to make a proposal. Bidders shall rely exclusively and solely upon their 26 own estimates, investigation, research, tests, explorations, and other data which are 27 necessary for full and complete information upon which the proposal is to be based. 28 It is understood that the submission of a proposal is prima-facie evidence that the 29 Bidder has made the investigation, examinations and tests herein required. Claims 30 for additional compensation due to variations between conditions actually 31 encountered in construction and as indicated in the Contract Documents will not be 32 allowed. 33 34 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 35 between the Contract Documents and such other related documents. The Contractor 36 shall not take advantage of any gross error or omission in the Contract Documents, 37 and the City shall be permitted to make such corrections or interpretations as may 38 be deemed necessary for fulfillment of the intent of the Contract Documents. 39 40 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of: 41 42 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 43 the site which have been utilized by Developer in preparation of the Contract 44 Documents. The logs of Soil Borings, if any, on the plans are for general 45 information only. Neither the Developer nor the Engineer guarantee that the data 46 shown is representative of conditions which actually exist. 47 48 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised August 21, 2015 4.2.2. those drawings of physical conditions in or relating to existing surface and 1 subsurface structures (except Underground Facilities) which are at or contiguous to 2 the site that have been utilized by Developer in preparation of the Contract 3 Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Bidder is responsible for any interpretation or conclusion drawn from 7 any "technical data" or any other data, interpretations, opinions or information. 8 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means, methods, techniques, sequences or 13 procedures of construction (if any) that may be shown or indicated or expressly required 14 by the Contract Documents, (iii) that Bidder has given Developer written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by Developer are acceptable to Bidder, and when said 17 conflicts, etc., have not been resolved through the interpretations by Developer as 18 described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient 19 to indicate and convey understanding of all terms and conditions for performing and 20 furnishing the Work. 21 22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material , unless 24 specifically identified in the Contract Documents. 25 26 5. Availability of Lands for Work, Etc. 27 28 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 29 access thereto and other lands designated for use by Contractor in performing the Work 30 are identified in the Contract Documents. All additional lands and access thereto 31 required for temporary construction facilities, construction equipment or storage of 32 materials and equipment to be incorporated in the Work are to be obtained and paid for 33 by Contractor. Easements for permanent structures or permanent changes in existing 34 facilities are to be obtained and paid for by Developer. 35 36 6. Interpretations and Addenda 37 38 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 39 Developer’s/City’s representative. Interpretations or clarifications considered necessary 40 by Developer in response to such questions will be issued by Addenda delivered to all 41 parties recorded by Developer as having received the Bidding Documents. Only 42 questions answered by formal written Addenda will be binding. Oral and other 43 interpretations or clarifications will be without legal effect. 44 45 Address questions to: 46 47 Attn: Gregg Thawley, P.E., LJA Engineering, Inc. 48 Email: GThawley@LJA.com 49 Phone: 214-451-0859 50 51 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised August 21, 2015 Attn: Patrick J. Buckley, P.E., IPRC 1 Email: Patrick.Buckley@fortworthtexas.gov 2 Phone: 817-392-2443 3 4 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 5 Developer/City/M.U.D. 6 7 6.3. Addenda or clarifications may be posted via LJA Engineering, Inc. at https://bids.lja.com. 8 9 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 10 INVITATION TO BIDDERS. Representatives of Developer will be present to discuss 11 the Project. Bidders are encouraged to attend and participate in the conference. 12 Developer’s representative will transmit to all prospective Bidders of record such 13 Addenda as Developer considers necessary in response to questions arising at the 14 conference. Oral statements may not be relied upon and will not be binding or legally 15 effective. 16 17 7. Bid Security 18 19 7.1. Each Bid must be accompanied by Bid Bond made payable to Developer in an amount of 20 five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety 21 meeting the requirements as listed in the General Conditions. 22 23 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 24 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 25 Agreement within 10 days after the Notice of Award, Developer may consider Bidder to 26 be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be 27 forfeited. Such forfeiture shall be Developer’s exclusive remedy if Bidder defaults. The 28 Bid Bond of all other Bidders whom Developer believes to have a reasonable chance of 29 receiving the award will be retained by Developer until final contract execution. 30 31 8. Contract Times 32 The number of days within which, or the dates by which, Milestones are to be achieved in 33 accordance with the General Requirements and the Work is to be completed and ready for 34 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 35 attached Bid Form. 36 37 9. Liquidated Damages 38 Provisions for liquidated damages are set forth in the Agreement. 39 40 10. Substitute and "Or-Equal" Items 41 The Contract, if awarded, will be on the basis of materials and equipment described in the 42 Bidding Documents without consideration of possible substitute or "or-equal" items. 43 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-44 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 45 City, application for such acceptance will not be considered by City until after the Effective 46 Date of the Agreement. The procedure for submission of any such application by Contractor 47 and consideration by City is set forth in Section 01 25 00 of the General Requirements. 48 49 50 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised August 21, 2015 11. Bid Form 1 2 11.1. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 3 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 4 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 5 price item listed therein. In the case of optional alternatives, the words "No Bid," 6 "No Change," or "Not Applicable" may be entered legibly, in ink or type, for which 7 the Bidder proposes to do the work contemplated or furnish materials required. 8 9 11.2. Bids by corporations shall be executed in the corporate name by the president or a 10 vice-president or other corporate officer accompanied by evidence of authority to 11 sign. The corporate seal shall be affixed. The corporate address and state of 12 incorporation shall be shown below the signature. 13 14 11.3. Bids by partnerships shall be executed in the partnership name and signed by a 15 partner, whose title must appear under the signature accompanied by evidence of 16 authority to sign. The official name and address of the partnership shall be shown 17 below the signature. 18 19 11.4. Bids by limited liability companies shall be executed in the name of the firm by a 20 member and accompanied by evidence of authority to sign. The name and state of 21 formation of the firm and the official address of the firm shall be shown. 22 23 11.5. Bids by individuals shall show the Bidder's name and official address. 24 25 11.6. Bids by joint ventures shall be executed by each joint venturer in the manner 26 indicated on the Bid Form. The official address of the joint venture shall be shown. 27 28 11.7. All names shall be typed or printed in ink below the signature. 29 30 11.8. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 31 which shall be filled in on the Bid Form. 32 33 11.9. Postal and e-mail addresses and telephone number for communications regarding the 34 Bid shall be shown. 35 36 11.10. Evidence of authority to conduct business as a Nonresident Bidder in the state of 37 Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance 38 to State Law Non Resident Bidder. 39 40 12. Submission of Bids 41 Bids shall be submitted on the prescribed Bid Form and proposal form, provided with the 42 Bidding Documents, at the time and place indicated in the Advertisement or INVITATION 43 TO BIDDERS, addressed to Welch Engineering, Inc., and shall be enclosed in an opaque 44 sealed envelope marked with the City Project Number, Project title, the name and address of 45 Bidder, and accompanied by the Bid security ; if required, and other required documents. 46 47 48 49 50 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised August 21, 2015 13. Modification and Withdrawal of Bids 1 2 13.1. Bids cannot be withdrawn prior to the time set for bid opening. A request for 3 withdrawal must be made in writing by an appropriate document duly executed in the 4 manner that a Bid must be executed and delivered to the place where Bids are to be 5 submitted at any time prior to the opening of Bids. After all Bids not requested for 6 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal 7 request has been properly filed may, at the option of the Developer/City, be returned 8 unopened. 9 10 13.2. Bidders may modify their Bid by electronic communication at any time prior to the 11 time set for the closing of Bid receipt. 12 13 14. Opening of Bids 14 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 15 abstract of the amounts of the base Bids and major alternates (if any) will be made available 16 to Bidders after the opening of Bids. 17 18 15. Bids to Remain Subject to Acceptance 19 All Bids will remain subject to acceptance for the time period specified for Notice of Award 20 and execution and delivery of a complete Agreement by Successful Bidder. 21 Developer/City/M.U.D. may, at their sole discretion, release any Bid and nullify the Bid 22 security prior to that date. 23 24 16. Evaluation of Bids and Award of Contract 25 26 16.1. Developer/City/M.U.D. reserves the right to reject any or all Bids, including without 27 limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or 28 conditional Bids and to reject the Bid of any Bidder if Developer/City believes that it 29 would not be in the best interest of the Project to make an award to that Bidder, 30 whether because the Bid is not responsive or the Bidder is unqualified or of doubtful 31 financial ability or fails to meet any other pertinent standard or criteria established by 32 City. Developer/City also reserves the right to waive informalities not involving 33 price, contract time or changes in the Work with the Successful Bidder. 34 Discrepancies between the multiplication of units of Work and unit prices will be 35 resolved in favor of the unit prices. Discrepancies between the indicated sum of any 36 column of figures and the correct sum thereof will be resolved in favor of the correct 37 sum. 38 39 16.1.1. Any or all bids will be rejected if Developer/City has reason to believe that 40 collusion exists among the Bidders, Bidder is an interested party to any litigation 41 against Developer/City, Developer/City or Bidder may have a claim against the 42 other or be engaged in litigation, Bidder is in arrears on any existing contract or 43 has defaulted on a previous contract, Bidder has performed a prior contract in an 44 unsatisfactory manner, or Bidder has uncompleted work which in the judgment 45 of the Developer/City will prevent or hinder the prompt completion of additional 46 work if awarded. 47 48 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103319 Revised August 21, 2015 16.2. Developer/City may consider the qualifications and experience of Subcontractors, 1 Suppliers, and other persons and organizations proposed for those portions of the 2 Work as to which the identity of Subcontractors, Suppliers, and other persons and 3 organizations must be submitted as provided in the Contract Documents or upon the 4 request of the Developer/City. Developer/City also may consider the operating costs, 5 maintenance requirements, performance data and guarantees of major items of 6 materials and equipment proposed for incorporation in the Work when such data is 7 required to be submitted prior to the Notice of Award. 8 9 16.3. Developer/City may conduct such investigations as Developer/City deems necessary 10 to assist in the evaluation of any Bid and to establish the responsibility, 11 qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers 12 and other persons and organizations to perform and furnish the Work in accordance 13 with the Contract Documents to Developer’s/City's satisfaction within the prescribed 14 time. 15 16 16.4. Failure or refusal to comply with the requirements may result in rejection of Bid. 17 18 17. Signing of Agreement 19 When Developer issues a Notice of Award to the Successful Bidder, it will be accompanied 20 by the required number of unsigned counterparts of the Agreement. The Contractor shall sign 21 and deliver the required number of counterparts of the Agreement to Developer’s 22 representative with the required Bonds, Certificates of Insurance, and all other required 23 documentation. 24 25 26 27 END OF SECTION 28 UTILITY CONTRACT DOCUMENTS ACADIA SERVICES, LLC. Dfl3513-1 Cf]NFGICT [7F INTEREST AFFII}AVTI' I'age 1 of t SECTI[)N 04 3513 L'C]NFLICT �F ]NTEREST AFFIDAVIT Eaclz bidder, oiferor or respandent [hereiitafter referred ta as "You") tn a City of Fort Warth pro�ur�inci�t may be r�qutircd to carnpletc a Cnnflict of Interest Questiannaire �tlic attaclicd C'I� Fnrm} andlor a Lncal Go�ernment t)i�cer Conflicts �isclosure Stateinent (the attached CI5 Form} pursuant to state law. You are ur�ed to co�isult wit� �ounsel regardin� [he appli�ability of Fhese fornis to your c�mpany. The r�fcrenced farms may be download�d from the links provided below. htt :Ilwww.ethi�s.state.tx.uslfonnslC , df htt :Ilwww.ethics.state.tx.uslformslClS, df 0 C'IQ Forni dnes not apply Q CIQ Form is on �le with City Sccretary Q ClQ Fonii is being pro�ided ta the City Setretary � � � CIQ Farm docs nnt apply CIS Form is on File with City Secretary C`[S Forn� is laeing pro�idcd to the City 5ccr�tary SIDDER: / �< <J�.sC PT�V r4a � � � � Company G7a"b 13i��[ 2 f Address IL���G�t ��r�s, T� �G ���- CitylStatelZip Sy: �� 6I {Please Prii�t] Signature: , TitIC: �%1 Sr��,� (Please Prsi}t) END (7� S�CTION Ci'i'Y C}F FC7RT W[}A I7i Northstar Sectinn 2, Phase 3 S"I'ANDARD CC1NSl'RL]CTIOtti 5PECiFICATIC)N C]C7CUMENTS Cily Project No. i03319 Rc�isod August 21, 2a18 Ofl 4� 00 glp FdRM Page 1 Qf 17 TO: The Purchasing Manager clo: The Purchasing I]ivisian 2�0 Texas Street City of Fort Worth, Texas 761a2 FOR: City Praject Na.: 1 D3319 SECTION 00 41 00 81❑ FDRM Northstar, 5ection 2 Phase 3 Utility, Paving and Street Light Impro�ements Unitsl5ections: Unit I: Water impra�ements Unit 11: 5anitary Sewer Impra�ements llnit III: flrainage Impro�emer�ts Unit IV: Pa�ing Impro�ements lJnit V: StreeE Lighting Impro�ements Unit VI: Traffic 5ignal Improvements 1. Enter Into Agreement The undersigned eidder proposes and agrees, if this Bid is accepted, to enter inta an Agreement with City in the form incfuded in the 6iciding Qocuments to perfarm and furnish all Work as specified ar indicated in the Contract �ocuments for the 6id Price and within the Contract Time indicated in this Bid and in accvrdance with the Qther terms and Ganditions of the Contract �ocuments, 2. BIDDER Acknowledgements and Certifieation 2.1. In subrraitting this Bid, $idder accepts all of the terms and conditions of Yhe INVITATiON TO BIC?aERS and INSTRUCTI�NS Ta BlDDERS, including without limitation those dealing with the disposition of 6id Bond. 2.2. Bidder is aware af all costs to provide the required insuran�e, will do so pending oontract award, and wiil provide a valid insurance certkficate meeting aii requirements within 14 days of notificatian of award. 2.3. Bidder certi�es that this Bid is genuine and nat made in the interest of or an behaff of any undisclosed individual or entity and is not submitted in c�nformity with any cvllusive agreemes�t ar rules of any group, asso�iation, arganixation, ar carpora{ian. �.4. Bldcier has not direatly or indirectly induced or solicited any Qther Bidder to submit a false or sh�m Bid. 2.5. Bidder has nok solicited ar induced any individual or entity to refrain from �idding. 2.6. Bidder has nat engaged in corrupt, fraudulent, callusive, dr eoercive practices in campeting fvr the Cantract. Far the purposes af this Paragraph: a. "corrupt practi�e" means the offering, giving, receiving, or saliciiing of any thing at value likely to influence the actian vf a puk�li� officlal in the bidding process. h. "fraudulent praGtice" means an intentional misrepresentation of facts made {a] to inFluence the bidding pro�ess to the detriment of Ci#y (bj fa establish Bid pri�es at artifi�ial nan-competiti�e le�els, ar [c} to depri�e City of the benefits of free and apen competition. c. "collusi�e practice" means a scheme or arrangement �etween two or more Bidciers, with or withaut the knowledge af City, a purpnse of which is to estahlish Sid prices ak aRificial, non-competitive CI7Y �F FORT WOft7H STAN�ARp CdNSTRl1CTI�N SPECIFfCATION oOCUMEhiTS Form Re�ised March 9, 2020 Ofl 41 06 00 A2 43 00 d3 73 OD 43 37 a0 45 92 Bid Form 00 41 00 BID FORM Page 2 of 3 d. a. b. c. d. 4.1. 80 4.2. a. b. c. d. e. f. g. h. 6.1. 6.2. "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. The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Paving Utility 3. Prequalification Street Lighting Traffic Signal 4. Time of Completion The Work will be complete for Final Acceptance within working days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 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. Prequalification Statement, Section 00 45 12 Conflict of Interest Affidavit, Section 00 35 13 5. Attached to this Bid The following documents are attached to and made a part of this Bid: *If necessary, CIQ or CIS forms are to be provided directly to City Secretary This Bid Form, Section 00 41 00 Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 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. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 MWBE Forms (optional at time of bid) Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form 0o a i o0 BI� FORM Page 3 0( 17 fi.2. It is unde�stoad and agreed by the 6idder in signing this prvposal t�at fhe total bid amount entered belaw is suqject to �erification andlar modiflcation k�y multiplying the unif bid prices fvr ea�h pay item �y the respecti�e estimated quantities shown in this proposal and then tataling all of the extended amounts. 6.3. E�aluation of Alternate Bid Items �use this if applical�ie, otherwiss delete� Total Base 6id �use this if applicable, ptherwise delete Alternate Bid �use this if applicable, otherwise delete� �educti�e Alternate�use this if applicahie, otherwise Additi�e Alternate �use this if appli�ahle, otherwise Tptal 6id ?. 6id 5ubmitEal This Bid is subrnitted an J�i � Z''l� T.� z 1 Month �ay, Year �o.oa$ �Z3, 7� 3 $O.aO $0.00 $a.ao $QAO � � Z � � � S hy the entity named below. Respectfully suhmitted, sy:_ [Signature} �� ,. Printed Name Here �,� [�,�Ef jPrinted Name} Receip# is acknowledged vf the Initial fqllowin Addenda: Addendum f�o. 1� 7 2� � C Addendum No. 2: Addendum No. 3: Addendum No. 4: Tit1e: Ti�e Here ����.�, F Company: Company Name F{ere �c��.�, �,, �.i,r,�� Lk Carporate 5eal: Address: Address Here � 7i� ' 37 {..� �� Address Here or Space �-` � [ F � � ,�c �r3' � �� l �• O City, State �ip Code Here 5fate af kncorporafivn: State Here � T� Email: Your Emaii Address Here �j r� � 0 � ��r.�,s �'� � w^-• Phone: Your Phone Plumber Here �`�[ '] �� Z� .'� 5�( ENa OF S�CTION CITY aF FOF2T WORTH STAIVDARd CflNSTRUCTIpN SPECVFICATIaN aOCl1MENT5 Form Revised AM1a�ch 9, 2020 00 41 0{1 OD A2 43 QO 43 13 OD 0.3 37 a0 45 92 Bid Form a� a2 a� nnr - eu� rRorc�sa�. PaGe I of7 gECT1�N Ufl 42 43 Develvpar Awarded Projects - PROPOSAt F�RM UNIT PRICE S1D Bidder's Applicativn 3 1 ►�� crry nr• eoR t woKtN 51'ANf )ARI) CClfd57RllC"1�lUi�f SYLCSf-1C'ATIUN IH7CLM}=iJ3'S • 17LV FL[]PI.� ft AIVARDF.i] YR016L TS f-oim Versian Muy 22, J�t9 00 42 a3_Sid Propnsxl_ UAP_Revisod nn aP a3 E11n - Blf7 PRUPUSAI Fa�;e ? n C' SECTION 00 42 43 pe�eioper Awarded Projects - PROP�SAL FORM UNIT PRICE B1D Bidder's Application Projc�l ltcm IFiformation Biddcr's Proposal Bidlist Item L�nii of [3id IIescnp��nn S�ccit7cacinn Sec�iun nu- 4,��asurc Quan�ily �'���� pri�c Bid Value No. UNIT II: SANITARY SEWER IMPRQV�MENTS 1 3331.4115 8" Sewer P+pe 33 11 1Q, 33 31 12, LF 2828 Yf� �� 4� ��,� 2 33ti1.a�a2 Post-CCTV inspection 33 b1 39 LF 3Q73 Z, { fy {r 3 3301.01fl1 A+ianhale Vacuum 7esHng 33 D1 3a EA i5 �. �.] �f �y � 4 3365.0309 Trench Safely 33 05 1a LF 3fl73 I G!�� 5 3331.3101 4" Sewer Service 33 31 50 EA 87 ��'r 7(� � e zS $ 3331.ai tfi 8" 5ewer Pipe, CSS Ba�kfiil 33 11 1 D, 33 3i 12, LF 245 � 1 v Z(,� ?�O � 3339.1003 Extra Depth 4' Manhafe 33 39 10, 33 39 2Q VF �� z7� 1����G g 3339.10Di 4' iNanhoke 33 39 1Q, 33 39 2fl EA 15 s(� �pp � y ��op g 9999.qD02 Coneciian to Existing 5ewer Line 0� QO 00 EA 2 x' p�a �[� . o0 10 11 12 13 14 15 1$ 17 18 19 20 21 22 23 24 25 zs a� �s 29 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 44 TOTAL IJHIT 11: SANITARY SEWER IMPROVENlEN75 � �7_� ?�S r.rry nF r•nxr woRrH S-3�A N I lAiil] CON57'8UC'�I� IUN SPLC IF iC'A-['1UN 3 HH' ll MF.NTS - I7� V LiLOPE.R A W AA I7i"17 PR03 EC 1'S Fnnn Versi.m M�y 22. 2019 UV 42 93 f3id 1'raposal_i)AP_F[ewsed � OOi2d] I)M • fiII71�RUPC75Af. Fage ? 01 ? SECTIO�1 OU 42 A3 �e�eloper Awarded Prajects - PROPdSAL FORM UNIT PRICE BlD Bidder's Application � L t 5, � G �' CSTY [1F f•ORT W[]RT11 Sl-ANI)ARf]L'VM1iS'TRllL'�1�16NSiYCINlCA-C1ONL7UC[1MENT5-17LVk�.I.[71�EHAWARI]EfSPHOlEC7'S pqA243 Qid]'ropusal.[]AP_Revised f•omt Vr�siau Msy 2'. 20] 9 ao ax a3 17 A I^ - I i] I7 !° kOP65A l. Yage i ��f' SECiIDN 00 42 43 beveloper Awarded Projects - PRdPUSAL FORM UN�T PRICE BID Bidder`s Appli�atinn Pr��y�xt hcm inlurma�i�u� Siddcr� Pru}�nsak Sidlisl iic'n4 pescriplion Specificatian Scciiun No. Unil of Bid Unit Price 8id Value no Measure (1uan�i�y Sid Summary UlVIT I: WAT�R IMPRDVEMENiS UNIT II: SANITARY SEWER IMPRflVEMEN75 t1lVIT Ifl: DRAINAGE 1MPRdVEMENTS UM1lIT IV: PAVfAtG INfPRbVEMENTS L1NIT V: STREE7 LIGHTING IIuIPR�VEMENTS UNIi VI: TRAF�iC SIGNAL IMPR�VEMENTS This Rid 'ss sok�mitied b�• the en1i1� saamed hetaw: �7�� �tE 3 � y� 733 Z}5��.6.p Tolal Cunvaructian 8lQDER: Ht'� �tiamc oT PrineEpal Hcrr� �r�.� (,.L.Ti.L � •_Cuin}�xm tiame Hcrr� �.�ddress liere� �Signaturr flcrc� � � �Address Here nr Blsnlc� 1�1'l�l-E: �Titic Nerr7 p�G��,� w y r(_31y, 5[atc Zip C'ode Herc� AA7'F:: �f3xtr Ifrre� 7fz,jzr ea C:un�rac[or agrres tn compirtr W'Cll2K for F1h1Al_ AC:C.'EF7'AIVC'k Hithin # days working dayx ufter �he datr when the C'UNT IiACT commences tn run as prn�ided io the [=eneral Conditinns. F.ND f?F SEC"1'ION CITY [7F FO1tT WDRTH STAN F]AR P CpNti7"H 11CTION SPF:C I PIC'A I'FON W CVM ENTS - bL• V LLOPEft R W AR f lh.i7 PROJ CC1'S Fnmti V�rs�on Mny 22, 2U]9 00 42a3_Fiid Pmpasal_L1nF Aeviscd 0043 f3 BID BOND Page 4 af t7 SECTI�N a0 43 13 BI� 60N❑ F(NQW ALL BY 7HESE PRESENTS: That we, Acadia Services LLC , known as "Bidde�" herein and FCCI insuran�e Com an a c�rpvrate surety duly authorized to do business in the State of 7exas, lcnow� as "5uret�' herein, are held and firmly hound unto the �ity of Fart Worth, a muni�ipai carporation created pursuant tfl the laws of iexas, knvwn as "City" herein, in the pena! sum of fi�e percent (5°Ia� of Bidder's maximum bid price, in lawful maney of fhe United 5tates, to be paid in Fort WartFr, Tarrant �ounty, Texas for the payment of which sum well and truly to be made, we bind aursel�es, our helrs, executvrs, administrators, su�cessors and assigns, jointly and se�erakty, firmly �y these presents. WHEREAS, the Principal has submitted a bid or prvposal tQ perform Work for the follawing project designated as Northstar, 5e�tian 2 Phase 3 Utiiity, Pa�ing and StreOt Light Improvements N�W, THEREF�RE, the conditlon of this abligation is such that if the Gity shaal award the Contract fvr the faregoing project to the Principal, and the Principal shall satisfy akV requirements and �onditions required for the exe�utian of the Contract and shall enter into fhe Cantract in writing with the City in accordance with the terms of such same, then this ❑bligation shall he and 6ecome null and �did. If, however, the Principal fails to execute such Contract in accardar►ce with the terms af sarr�e ar fails ta satisfy all requirements and car�di#ians required for the execution af the Contract, this bond shall be�orne the property of the City, without rec.�urse of the Principal andlor 5urety, nat to axceed tFre penalty hereof, and shall he used to �ompensate City for the differen�e between Prin�ipal's total bid amvunt ar�d the rtext sefected bidder's tatal hid amaunt. RROVIOE� FURTHER, that if any legal actian be filed on this Bond, venue shall lie in Tarrant County, Texas or the United Stafes �istri�t Court far #he iVorth�m Districf af Texas, Fort Wvrth ❑i�isian. IN WITHESS WHEREDF, the Prin�ipal and the Surety have SIGNE� a�d SEALE� this instrument by duly authorized agents and af€icers vn this the �$t� day af r] ,�021. P�21NC1PAL: Acad'sa Sen+ices, LLC BY: Signatura ATTES7: n r 1�'rc Si �c.-� f !J rn � L G -�-�L � Witness a#v Princ�pal Name and �itle CE7Y OF FORT W�R7Fi STAN�ARD CONSTRl1CTIpN SPECIFICATIC]M d�CUMEN75 Form Revised 20171149 00 47 00 00 42 43 �0 43 13 �(} 43 3i 00 45 T2 Bid Fd[m 00 a3 13 BI� 6DP1❑ Page 5 of 17 �_ Witness as ta 5urety AttaGh Pnwer �f Attqrney �5urety} for Altomey-in-Fa�t Address: �5754 Boule�ard �6 Ri�hland Hills, T3C 7618Q SURE7Y: FCCI Insurance Company ,'•. ' �.1..�..1 ? . ., �f y�,.:, � � BY: ,.ti,�.n�wHrepM Signature ' .,.���tANCE�Q,.�. ,• PQI�• • Kaylcr Parise, Attomey-iii-Fa�t ;''���-G�� �'�; ��=3 Name and Tiile � = U z ��; �� ;� Address' 630D llni�versiry Parkway , � 5arasota, FL 342�� � ��Cj¢ _ ; ��''•. , ..•• � a� .''* '��ORiD� �`'' �hq�,,......w�t�+V Telephane Number: ����25-3224 _ 'Note: If signed by an affi�er of the Suraty Company, there must �e on ftle a certified extract from the �y laws shvwing that this persan has authority to sign such obligation. If Surety's physical ac3dress is different from its maiking address, bofh must be provided. The date of the band shaEl not be pnar ta the date the Contract is awarded. F�rn oF s�crro� CETY OF FORT W�RTH STAhF6Ai2O CONSTRUCTIpIV $PECIFICATIpN QpCiJMENF5 Farm Rewisad 2D 171168 00 A 1 fl0 OU 42 43 00 43 13 �0 43 37 OD 45 12 Sid Furm ��� I� ��su��� crtvup GENERAL P4WER �F ATTQRNEY Know al4 men by these presents: That the FCCI Insurance Campany, a Corporation arganized and existing under the laws of the State oF Flarida [the °Corporatiori'j does make, constitute and appQint: Allen Bale; Frank Cruz; Jahn R Wilson; Juanita Austin; Rainy Heady; Greg A Wiikerson; John R Wilsar�; Niicki Adams; Crystal Carlsvn; 8anni S#affard; Eunlce Duong; Tocid ❑urst; Talia ❑'Abramo; Johnny W Grabner; Kayle� Parise Each, its true and lawful Attorney-In-Fact, la make, exec�te, seal and deli�er, far and an its hehai'� as surety, and as its a�t and deed in all bonds and undertakings provided that no band ar undertaking ❑r eontract of suretyship exe�uted under this authQrity shall exceed the sum of {not t� ex�eed $10,Q�Q,��O.tiq}: $1 �,40fl,fl40.0� This Pawer of Atiarn�y is made an[3 exe�uted hy autharity of a Resolution adapted by the Board of Qirectors. That resolufion alsa authori�ed any Further action by the ofFicers of the Campany necessary to efFect such transactian. T�e signaiures below and the seal af the Corpora#ian may be affixed by facsimiae, and any such facsimile signatures ar facsimile seal shall be binding upon fhe Corparati�n when sa affixed and in the future with regard to any band, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insuran�e Company has caused these presents to be signed by its r4uly authorixed officers and its carporate Seal ta �e hereun#o affixed, this 23rd day af July , 2024 . ALtE5t: �lia.c� �_ C.��J��� ;:�:,V?nrvC��o,, �- 'v: c���w�rF �v`: � --- Christina ❑. Welch, President �"� SCAL � x Christopher 5houcair, FCCI [nsurance Company ��� j141 '�! EVP, CFO, Treasurer, 5ecretary �''•...FtaR��P;' :' �CCI Insurance Campany 5tafe of Fsarida ....:.... Caunty of 5arasota Bef4re me this day persanally appeared Christina C�. Wel�h, who is personafly knawn to me and who exe�uted the faregoing dacument #or the p�rposes expressed iherein. My commission expires: 212T12�23 r�a.n �csm. �e r�mar ��P�¢py snaw NycwH,:..� aa �eaw: ENpkef WR7�J�i1 ''.._ T cc�7,�?, r�.:7 rti a`� Notary Public State of Florida Caunty of Sarasota Bef�re me this day persanally appeared Christopher 5houcair, wh❑ is personally known to rr�e and wh❑ executed ihe faregaing document for the purposes expressed iherein. No1ay RAGc31W o' F1wiW My commission expires: 21�712023 P•�y�� `, � ,� �o�..� � ���3 a eapimovtrnox3 CERTIFICATE �_.. '`_ �r c�,a �n-. � Notary Public T I, the undersigned 5ecretary of FCCi 1r3surance Campany, a Florida Cvrporation, QD HEREBY CERTfFY that the foregaing Power of Attarney remains in full for�e and has not b�en re�akecl; and furtherrrtare that the Fek�ruary 27, 2�2� Resolution of the Board of Directars, referenced in said Power of Attorney, is naw in force. Dated this 28th day �f July , 2i12 i _ �'.�`� Christopher 5haucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company i avn+a-sss2-NA-oa. �rtoxo ►f f'i17� : : ► �i:I��iC� Zo ohtain informatiQn or make a complaint: Yau may call �CCI Insuranc� Group's [FCCIJ" tall-free telephane r�umber far information ar to make a complaint at � -8Q�-�2fi-3224. You may alsa write ta F�CI lnsurance Group Comp4iance Department e-maif at 5#ateCamplaints fcci-arauo.�am. Far Claims, yau may write to FCCf Insurance Group Clasm �epartment e-mail at newclaimC�fcci-qroup.cam. You may contaCt the Texas ❑epartment af lnsurance ta obtain infarmation an companies, co�erages, rights or �ompiaints at 1-8��-252-3439. You may write the Texas Qepartmen# of Insurance: PD Box 1491 d4 Au sti n TX 787'� 4-9'I �4 Fax: '�-512-490-1007 Weh: http:lJwww.tdi.texas.qov E-mail: ConsumerPr�tectiansCc�tdi,texas.��ov RREMIUM OR CLAIM DISPLJTES Shauld y�u ha�e a dispute Gancerning your premium or about a �lairr► yau should contact FCC! first. �f the d�spute is not resolved, yau may contact the Texas �epartment of Insurance. ATTACH TH15 NDTICE TD YOLlR BON❑ This notice is for infarmafion oniy and does nQt become a par# or conditian af the ai#ached doGumer�ts. *The FCCI Insurance Group includes the �ollowing insurance carriers: 6rierfield Insurance Company, FCCI Advantage Insurance Cvmpany, FCCI Commercial Insuran�e Company, FCCI Insuranoe Campany, Mpnroe Guaranty insurance Campany, and National 7rust Insurance Co►npany. 1-8{7-T?(-21690-1VTP-d7 15 Page 1 Df 1 Capyright 2fl15 FCCI Insurance Group. QO 43 37 VEHROR GRMPLIAiyCE TO STATE L4W �ag0 76 of 17 SECTi�N 00 43 3T VENDOR C�MPLIANC� TO STATE LAW NDN RESi�EI�T BIQdER Texas Government Code Chapter 2252 was adopted for the award af �ontracts to nor�resident bidders. This law provides that, in order to be awarded a contract as Iow bidder, nonresident k�idders [out-of-state contractvrs whose corporate offices ❑r principal place af business are outside the 5tate of Texas} qid projeats for canstruction, impravements, supplies or services in Texas a# an amount iower than the lawest Texas resident bidder by the same ar-nount that a�exas resident bidder wauld be required to underbid a nonresident bidder in ❑rder to obtain a comparable contract in the 5tate which the nonresidenYs principal plaGe of business is lacated. The appropriate blanks in Section A must be filled aut k�y all nonresident i�idders in order for your bid ta meet spe�ificatians. The failure of nonresident bidders to do sa will automatically disquaiify that bidder. Resident bidders must check the box in Se�tion B. A, Nonresident bidders in the State of State Hsre or Blank , our principal place af business, are; required to be °Io Here petcent IQwer than resident bidders by 5tate Law. A copy of the statute is attached. Nonresident bidders in the State of 5tate Here ar $kanic , our principal place of business, are not required to underbid resident t�idders. 8. The principal place of business of our �ompany or our parent company or majority awner is in the State of Texas. � BI�flER: Company Name Here L� t•, �,.c �� v;,� y L� � By: Printed Name Nere ��+�{ �-� � Address �iere (, 7 SD ��,,, �( 2,4 � Address Hese or 5pa�e (Signafure) City, 5tate Zip Code Here R:`� �+'� r�•<<j � T� 741 yr� Title: 7itle Fiere ���1+' �r� �' aate: _ ? �L� 717- i E1VD UF SECTIDN CITY qF FORT WORTH STAN�ARD C�NS7RL}CTION SPECIFICATIflN aQGL}MENTS Form Re�ised 20170627 OU 47 Otl OQ A2 43 RO 43 73 pQ 43 37 a0 45 l2 Bid form p[1 AS 11 - I BIDDSHS PREQliALIFICATIUNS Page ] 01 3 sEc�rior� ao as i i BIT]DERS PRFQUALIFIC'ATI�NS 1. 5ummary. All Gor�tractors are required ta Ue prequalifed by the City prior to submitting bids. To he eligible to hsd the coi�tractar must submit Section 00 45 I2, Prequalificatiati 5tatement for the work type(s) jisted witfi tl7eir Bid. Any �nntractor nr subcontractar wha is not prequalified far t�e work type(s} listcd must subinit Section [�0 45 13, Sidder Prequalification Application in a�cordan�e with the requirernents below. The prequalificatiQn prncc:ss will establish a 6id limit based nn a technical e�aluation aiid �nancial a�ialysis of the �ontractnr, The infnrmation mtist be sut�mitted se�en {7} days priar to the d�te of�the opening nf bids. For exainple, a contractor wishing to stibmit bids an projects to be ope:ned on thc 7tlz of April must file thc information by the 31 st day of March in nrder to bid on tl��s� prajects, ln order to expedite and facilitate the approval af a$iddcr's Prequalificatiot� Applicatian, thc follawing must accasnpany the subrnission. a. ��omplete set oi' audited or re�iewed finan�ial statements. { i } Classitied Salance Sheet (2} Incomc Statement (3) Stateinent af'Cash Flows {4} Statemcnt af Rctained �arnings (5} Notcs to the Financial Statements, if any b. A certified capy ofthe finn's arganizatianal dacumez�ts (Corporate �harter, Articles of Incorporatian, Arti�ics of Organization, C ertificate of Fcrr�natiQn, LLC Regufatic�ns, Certi�cate of Limited Partnershi� A�reement}. c. A compl�ted Bidder Prequalifi�ation Application, { i} 'f�he firrn's'['exas Tax�aycr ldentiticatian Number as issucd by the T�xas Comptrnller of Ptiblic Ac;counts. To obtain a Texas Taxpayer ld�ntification number �is'st tlie Texas Comptrollcr of PuUlic Accounts online at the fnllowing web address www.wi�3dow.state.tx.usltax ermitl and tili out the applicatic�n to apply for ycnir Texas tax Ill. (2] The firm's e-mail address and fax number. (3} The f i1n's DL1NS �iuini�er as issued by Dun & Bradstreet. This nu�rber is used �y the City %r required reporting on Fcderal Aid projects. The DiJNS nurnber may be abtained at www.d�b.�om. d. Resumes reflecting the constructian experience af the principles af the firin for fii7ns su�mitting their initial prequalification. These resumes shauld include the size and scnpe af tli� work p�rfonned. e. Othcr infonnatinn as rcquestec� by the City. 2. Preyuakiiscation Requirements a. I'ir�ancia! State�nenls. Pinancial state�nent subinissioi� must be pro�ided in accordance with t.he fnllnwing: (] ) The City requires that the original Financial Statemcnt ar a certified copy be submitted for s:critsiderativn. ['l't'Y [7F f'[lR'I' WflR'I'i! Northstar 5ectiniz 2, !'hasc 3 S'I'A!FDARD C4NSTRiI['1 IC]N SPF.•.CfPfCAT[ON D�CI]MENTS City Projcct Na. 1[]3319 Re�iscd Jufy 1, 2�i I OQ4511-2 B3DDER5 PREQUA1..iE�1C'AT�C)I�iS Page 2 oi 3 (2) Ta be satisfactpry, the �nancial statenaei�ts must be audited ar re�iewed by an independent, ce��ified public ac:cnunting finn registered and in good standing in any state. Current Texas statues alsa require tl�at ac�nunting #`irtns perfanning audits ar rc�iews on busincss cntities within the State of Texas be properly licensed ar registered with tho 'I'exas State F3oard of Public 1�ccousitancy. [3) The accouzziing firm s]Snuld state in the audit reparl or re�iew wl�ethcr the �ontractnr is an indi�idual, �orparation, or limited liability company. (4j Financial Statements must be presented in [J.S. dollars at the current rate oi' exchange nf the Balance Sheet date. (5} Thc City will nat recognize any certifsed public accountant as independciit who is not, in fact, indepcndent. (6) The accountant's apinion on th� �nancial statements of thc contra�ting; company should stale that the audit or re�icw has been conductcd in accordance with auditing standards generally accepted in the lJnited 5tates of America. �'his must be stated in the accounting firm's opinio��. It shauld: (1 } express an ui�qualificd opinion, or (2} express a qualit"sed apinio�� on tlzo statements taken as a whole. (7} Thc City reservcs the rigiit to require a new siatement at any time. {8) The financial statement naust be prepared as of the last day of any manth, not more tl�an o�se year old and must he an file with tlie �ity 1 G ma�zths thereafter, in accordance with Yaragraph l. (9) The City will determine a contractar's hidding capacity 1nr the purposes of awarding cantracts. Biddin� capacity is detennined by multiplyin�; th� pasiti�c net working capital (wnrking capital =�uz'rcnt assets — currcnt liabilities} by a factor nf 10. On1y those statements re#�ccting a pasiti�e net worki�zg capital position wil] be considered satisfactory for prequalificaTian put-�ases. (10} ln tl�e case tkiat a bidt�in� date falis within tlic tirt�e a iiew financial statemesit ts being pr�pared, th� pre�ious statement shall be updatcd with proper �erifica#inn. b. I3idrlei• P�-ey:�alifr.catinii Application. A Bidder Prequalification Application txiust l�e subrnitted ainng with atidited or re�iewed �nancial statements by fiin�s wisl�ing to be eligibie to bid on all �lasses of construction and maintenance �rojects. lncomplete Applicaiions will he rejected. (1 } ]n ttiose sciicdules wherc there is »othing to repQrt, thc notation of "Nonc" ar "NIA" should be inserted. (2) A minimuil� of fi�e (5} refere��ccs of relatcd wark must be pra�ided. {3] 5ubmissia�i n� an equi�me��t s�hedul� whiclz indicates equipment under the conirol nf the Cont���tor and which ts related to the type of work for which the Contactor is seeking prequalifi�ation. The schedule must include the ma�iuiacturer, model and general comrnon description pf �ach pie�c nf equipmcnt. Abbre�ia#inns ar m�ans of descrihing cquipincnt nther tlian pro�ided abn�e wil] nat be acccpted. 3. �ligihility to Bid a. 1'he City shall be the sale judge as to a contractar's �requalification. b. The Ciry may reject, su5}�end, or modify any prequaliiicativn fbr failure by tl�e contractor to demonstrate ac�eptal�le f�nancial ability ar performance. c. The City will issu� a ietter as to th� status of the prequaiification appra�al. CI'1'Y C]F FOR'I' WflHTI I 1Vorihstar Section 2, Phas� 3 STANI7ARU C'OhSTRilC:1 IaN SPF:CIFICA"i'lON T7(7Ci]MENTS �ity Proje�t 1Vo. 1{]3319 Rc�is�! July 1, 2[ll I aaasii-3 BiDDEAS PRIiQUAL[FICAT[L}NS Page 3 of 3 c�. jf a coi�[ractar has a vaiid pr�quali�catio�i lettcr, t}te contractor will be eligible to bid the preq�ialified work types until the expiration date siated in the Ietter. ENO OF SECTIDN Cl"1'Y C�F F[}R"l' WC]RTiI Nortlistar 5ectian 2, Phasc 3 STANDARD L'[]ItiSTRU('TION SYECIFiCA'['fON DOCU1vf3:NT5 �ity Project No. 103314 [Le�ised luly I, 2[1l1 OD 45 72 BIQ FORM Page 17 of 17 5EC71DN 40 45 12 PREQUALIFICA7I�N STATEMEN7 Each Bidder for a City pro�urement is required to camplete the inforrr�atian below by identifying the prequalified contractQrs andlor suhcontractors wham they intend to utilize for the major work type�s} listed. Major Wark Type Cor�tractorlSubconfractor Company Name Prequalification �xpiration qate Paving Campany Name Here or space Date Here or space � �..�rr �erve�4L3, L[,C ���o��a�� Lltility Campany Name }�ere or spac� ❑ate Nere or space Sfreet Lighting Com{3any Name Here or space aate Nere or spar,e � TrafFic Signal 4 Company Narne Here ar space �ate Here or space The undersigned hereby certlfies fhat the �ontractars andlor subcontractors described in the tahle abave are currently prequalitied for the wark #ypes listed. BIDDER: Company �kame Here �j t ��+`c �lr'v �t�5 � L � � Address Nere �, `7 S� � � - � � � Address Here or 5pace /j��� {h� ��p��� r,�` City, State Zip Code Here � �� ��d By: Printed Name Here '`" r"� ��� ' {SignatureJ Title: Title He�e �� �j'� ►� � � ❑ate: 7IL `'I � r �Hp o� sE���a� CE7Y pF FpRT WdR7H S7AN�Ai2� CdfVSTRIJCTIQIJ SPECIFICATiON DOCLJMEIdiS Form Re�ised 29120120 p0 41 60 OU 42 43 QD 43 13 Oa 43 37 a0 45 12 Bid Form ao as zr, - � CDi�TRACT[]R CC)�iPLfA�I['E ��'ETki 1V{]RK[:R'S C[]ivtPL�NSA"I'fON i�All' Page I pf 1 2 3 �t 5 G 7 8 9 l� 11 i2 13 14 1� 16 �7 l$ l9 2Q 2i 22 23 �4 25 2b 27 28 29 30 31 32 33 34 35 3G 37 38 39 4D SECTID�I U� 45 26 C�NTRACT�R �OMPLIANCF WITH WnRKER'S �OMPENS�ITIC]N LA�V Purs�sant to Texas Labor Code Section 4Q�.095(a}, as acnencled, Cosi�ractor certifies that it �arovides «rorkc��'s coi�ipensation tnsuranc� cot�erage fai• a11 of its employees employed on City Pi�oject h'o. � �3319. Cantractor furtl�er certifies tnat, p��rstiant to Texas T.�abar Cnde, Section 4�6.096(b), as atnended, it «�ii1 �ro�°ide to City its subcaniractor's certi�cates a�' �o�npIiaFice with ���orker's corn�ensatsan �Q�'erage. C(3�ITR.�CTf]R: _.. _. _ . . .—:i�adia Ser� ices� .._ .�_____ g�': _—� ✓ �� � � r �� - --- C:ampany (Please Print) � � 5� ,U � y u� � � S i�nature: ��.- - - -- --- Address _� r`G � �►._.� �� l��- _..��•�� Title: 1'1 [,Si ���� CityrState�'Zip � (Please Print} �'HF STATE �F T�XAS CQUN"CY OF TARRANT � �� BEFC]RE ME the un�ersigiied authority, on this day persozSally° appeared �__��}-���" _ , know�i to ��ze to be the perso�� whose �a�ne is subscribed t� tt�e foregoing i str�iment, and ackc�o���ledged to n�e that taels}ie executed the sa�ne as tlie act and deed of C.�..�.�� �,r for the pur�oses and considez�ation therein expressed and i» the capacity therein stated. GIV�N UNU�R MY I-IAND AND SEAL �� OFFICF this �.___ _t�a}� of �ec.�.mb�r , zo21. �'Y a�� Josie 4lvera ., s......., __ — '• z� MyGommission Expires Nat P�i�li� in and fvr tl�e State af Texas a �.-�'e 671701xt123 :• �o-vF� Ip Na.i32a81238 ;,,,�.., EN�] QF SECTIDN C1TY QF FORT �VUR7'H STA�II}ARD CONS'fkUC'TIDN SP�CiFICATiOIv DOCUME�iTS Re�ised April 2, 2D14 Northstar Section 2, Phase 3 City Projecl No. 1[13319 �� 12/9/2021 oos�a3-z De�eloper Awarded �roject A�;reemeni Page 2 0£4 32 3.3 Liquidated damages 33 34 35 36 37 38 3g 40 41 �? 43 Contractor recogniaes t�at time is of the essence of this Agreem�nt and that De�elaper will suffer financial loss if the Work is nat coznpleted within the times speci�ed in 1'aragraph 3.2 abo�e, �lus any extension thereof allo��e� in accQrdan�e with Article 10 of the Standard City Canditions of the Constructian Contract for De�eloper Awarded Projects. The Contractor also recognizes the delays, expe�se and diffi�ulties invalved in praving in a Iegal prnceeding the a�t«al loss su�#ered by �he De�elaper if the Wark is nat completed on time. Accordingiy, instead of requiring any s��ch prnnf , Contractor agrees that as liquidated damages for t�elay (but n�t as a penalty}, CQntractor shall pay Developer One Thousand Fi�e Hundred Dallars �$1,5��.00} for each day thai expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issucs thc Final Letter af A�ceptance. 44 Article 4. CD�iTRACT PRICE 45 Dc�cloper agrees to pay Contra�tar for performance af the Wt�rk in accordarcce with thc Conl:ract 46 I]acuments an amount in current funds �f Nine hundred and twenty-three thousand seven 47 hundred and nineky three Dailars [$9Z3,793]. 48 Article 5. CONTRACT D�CUMENTS 49 5.1 CQNTENTS: 5� A. The Contz-act Dacuments which coxnprise the er�tire agrccment between Ue�clop�r and 51 Cantractor con�erning the Work c4nsist c�f the foilowing: 52 l . This Agre�mcnt. S3 54 55 56 5? 58 59 bU 6i 52 63 b4 b5 65 57 68 69 70 2. AttacI�rz�ents to ihis Agrecment: a. Eid Form (As pro�ided by I]e�elaper} i } Prapasal PQrm (DAP Version} 2) Prec�ualificatian 5tatement 3) State ar�d FederaI documents b. Insurance E�,C�RD Farm(s} c. Payment Bond (�AP Version} d. Perfoz-rx�ancc Sond �DAP Versiar�} e. Maintenance Band tDAP Vcrsion} f. �ower of Attorncy For the SUnds g. Warker's C�mpensation Affida�it h. MSE andlar SBE ��zttmitment Farm (If reqnired} 3. S#andard City Gcneral Conditions of thc Cansiruction Cantraci for De�elo�er Awarr�ed �'rojects. 4. 5uppie�nentary Canditians. 5. Specifications specifically made a part of the Contract llocur�tcnts by attachment or, if not attached, as incorporated by reference anc� descri�ed in the Table of Cantents of the Project's Contract Do�ume�ts. 71 6. Drawings. 72 7. Addenda. 73 8. Docurnentation submit#ed by Contractor prior to Natice af Award. 74 9. The follo��zng which rnay i�e deli�ere� or issued after the Effecti�e Date of the 75 Agreement and, if issued, become aa� iiicarparated pa�i of the Cantract Documents: C 1TY OF FdRT WORTH Northstar 5cation 2 Phase 3 5'T'AIVL}Ai�F} CONSTAi]C�TIpN SYECIx1CATIDii DOCi7MENT5 — 1]�;VELDPER AWARt7N U PRDJEC:TS CPh' ] 033] 9 Re�ised ]ranc 16, 201fi �L DO �2 43 - 3 I]c�reioper Awarded Pmjert Abreement Page 3 af 4 7b 77 78 79 8Q si 82 83 �4 85 86 87 88 89 9[� 91 92 R3 94 95 95 97 98 99 100 ldl I (32 a. Notice to Praceed. h. Fieid drders. c. Change �rders. d. JLctter of FznaL Acceptance. A����i� �. �Nn�,M�rr��cAx�orr 5.i Cantra�tvr ca�enants and agrees to ir►demnify, hold harmless and defend, at its awn expense, the city, its af�cers, servants a�d emplayees, fram and against any and a[! �lai�nns arising out of, or alleged to arise out nf, the work and serv'tces to be performed by the contractor, its of�cers, agents, emplayees, subcantractors, licenses or in�itees u�der this contract. This indemn't�cation pro�isian is speci�cally intended ta nt�erate and be effecti�e e�en if it is a�le ed ar rfl�en th�t all ar same nf the dama es bein snv�ht were caused, in whole ❑r in part, b� anv act, omission or ne�lf�,.encc of the city, T�is indemnity pro�ision is intended tu incl�de, wit�out limita�ion, i�demnity fvr costs, eypenses and legal fees incurred by the city in defenriing against such claims and causes of ac�ions. G.2 CnntraeYor co�enagts and agrees to indemnify and hold harmiess, at its awn expense, the city, its nffcers, ser�ants and empla,yees, frvm and against any and all loss, damage ar destructtan of property of the city, arising o�et af; or alieged ta arise out of, the wark and ser�ices to be perfarmec� by the contractvr, its afiicers, age�ts, employees, subcnntracinrs, �icensees ar in�itees under this eontra�t. This indcmnification rov'rsian is s ecificall i�tended t❑ n erate and be effecti�e e�en it� it is alle�ed ar prn�en _thai all or some af the damages bein� sau�ht ��ere ca�sed, in ��hole or in part, b� an�_act, amission or ne�li�ence of the citv. Article 7. MISCELLANFDUS I03 7.1 Terms. lfl4 Terms used in this Agreement are defined in Article 1 of the Standard City Coiiditions af 105 the Ca�struction Contract for De�re�aper Awarded Prajects. ] D6 7.2 Assigtlttlent nf Contract. 1�7 This Agreement, including aI] of the Contract Documents rrzay not be assigned by t�e 108 Contra�tor withaut the ad�an�ed cxpress wni#ten conseni of thc T3e�el�per. 109 7.3 Successars and Assigrts. 110 Developer and Contractor ea�h binds iiself, its partners, successors, assigns and legal I11 representatives tr� the other party hereto, in respect ta alt �ovena�ts, agreements and 1 12 obligativns cvi�taiized iii the Caniract I]ocuzn�nts. � 13 7.4 5ev�rabiiity. 114 Any pror�isian or part of the Contract Documents held to be un�onstitutional, �oid Qr 1 F5 �nenforceable by a court of �ompetent juxis�iction shail be deemed stricken, and all 116 remainir�b pro�isions shall continue to be �alid and binding vpon DEVELDPER and ] l7 C4NTRr1CTOR. CITY C}F FpRT WpATH Northstar Scction 2 PliHse 3 STANT]ARll CONSTRUCTIOTF SPF.CIFICATIOIV DdCi]MENTS — llLVELUPER AWARI]F:'U PA�JECTS CP1d Ip3319 Revised June 1fi.2016 L�� 0o s2 43 - 4 Ilevdopat Awarded Ptnj� ;Igreement Pagc 4 nf d 118 7.5 Governing Law and Venue. 2�9 This Agreement, including all of the Cantract Do�uinents is perfarrnable in ttie State �f 12D Texas. uenue shall be Te.rrant County, �exas, or the Unitcd 5tates District Co�art fo� the I21 1�Iorrhern Disirict Q£Texas, Fart Worth LiI�iSion, 1?.2 123 7.d l4uE�orityto Si.gn. 124 Cantra�tor shalI attach evidence of auihori�y fo sign Agceem�nt, ii ather tlzan duly I23 authorized. sigt3atQry of t�e Contractar, 126 127 rzs ��s 136 13l Il�d WITNE55 W���REQF, Dev�laper and Cantraoto�r ha�e execuGed this Agreemeat in inultipte �o���. This Agreement is effecki�e as of #he last date signed hy ihe Pariies ("E#%ctive Date"]. Contractvr: �earlaa 5ervices, LLC B�: �Signature) _ AL � tPrir�ted Name) De��loper: rita Homes of'I'exas, LLC $: na#ure) David Au hiohau h (Printed Namc) Tifle: ���L ,j� � _ Tide_ DiviSion lfice Presiden# Cnmpany Name: �, rf.•c fi�y/u,s ��� Company name: 1Vleritage Hnmes raf Texas, i.i,C Address: G 7 i.5_ . I��Lei '� � Addr�ss: 8$4� res5 Wafers Bl��, Suite �0�1 Ci IStatel�i :�,�G � t Cit �1StatelL' ; I]a11as, T'3� ?5D19 � ��sizo2 � �� � � �� Ge�'G��� � �?.D � l Da#e Date �32 CITY C3F FDAT WORTH NarthS[ar Settion 2 PLase 3 ST'ANDARD CdNS'PRUCTIOAI SPECIF'ICATI�t+I DQ�►y'('S - DEVELpPisR AWARI3ED [']ZQ3'LCI$ CPN f 633 ] 9 Revised 1t�ae ]b, 20]6 �� Poli�y No. CPP100069335-00 CDMMERCVAL GENERAL LIABILITY CGL 121 t44 13} THIS EIVaaRSEMENT CHANGES THE POLICY. PLEASE REA❑ IT CAREFIJLLY. AD[31TI�NAL INSURED - DVIINERS, LESSEES OR C�NTRACTQRS - AUT�MATIC STATUS WHEN REQUIRED IN CDNTRACT �R AGREEMEIVT - ONG�INC OPERATI�NS AND PRO�LJCTS-CaMPLETEa �PERATI�NS �TEXAS LIMITED SOLE NEGLIGEIVCE} This endarsement madifies insurance provided under the following: Cili�►Ll►il�:��111�e3�►1�:7s1��1=1:�1���'<iIi1�1�:7s[e7�7i7:�►►►I A. 5ection II — Whn Is An Insured is amended ta include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organizatian have agreed in writing in a �antrac# or agreement in effect during the term of this poliGy that such person or organization be added as an additianal insured on your poli�y; and 2. Any other person or organizatian yau are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person ar organizatian, if any, scheduled above. CGL 121 �a4 13}Includes copyrighted material of the Insurance 5ervices �ffice, Inc., with its permission. Page � of 3 Copyright 2013 FCCI Insurance Graup. ❑U�TE �Informati�n required ta complete this Schedule, if nat shown ab�ve, will be shown in the aeclarations.} Such person(s) or organization(s) is an additional insured only with respect to liability for “bodily injury”, “property damage” or “personal and advertising injury” occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured; or c. “Your work” performed for the additional insured and included in the “products-completed operations hazard” if such coverage is specifically required in the written contract or agreement. With respect to liability of the additional insured for “bodily injury” of an employee or agent of a named insured or the employee of a named insured’s subcontractor, coverage shall apply for the partial or sole negligence of the additional insured, but only if such coverage is specifically required in the written contract or agreement. However, the insurance afforded to such additional insured(s) described above: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; c. Will not be broader than that which is afforded to you under this policy; and d. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV – Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: CGL 121 (04 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 3 Copyright 2013 FCCI Insurance Group. QUOTE An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an “occurrence” or an offense which may result in a claim or “suit” under this insurance, and of any claim or “suit” that does result; 2. Send us copies of all legal papers received in connection with the claim or “suit”, cooperate with us in the investigation or settlement of the claim or defense against the “suit”, and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or “suit” to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or “suit”. F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 121 (04 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. QUOTE IL 060 (07 13) IL 060 (07 13) Copyright 2013 FCCI Insurance Group. Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET NOTIFICATION TO OTHERS OF CANCELLATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM BUSINESSOWNERS COVERAGE FORM COMMERCIAL CRIME COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM COMMERCIAL OUTPUT POLICY COMMERCIAL PROPERTY COVERAGE PART FARM COVERAGE PART FARM UMBRELLA COVERAGE FORM GARAGE COVERAGE FORM LIQUOR LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART If we cancel this policy for any statutorily permitted reason other than nonpayment of premium we will mail notice of cancellation to any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 1. You send us a written request to provide such notice, including the name and address of such person or organization, after the first Named Insured shown in the Declarations receives notice from us of the cancellation of this policy; and, 2. We receive such written request at least 45 days before the effective date of cancellation. We will mail such notice at least 30 days before the effective date of the cancellation. Irrespective of any of the provisions above, nothing herein is intended to vest any right in the person or organization to be given notice, and said person or organization shall have no rights under this policy if he/it does not receive notice per this endorsement. QUOTE Policy No. CPP100069335-00 CG 24 04 05 09 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1  POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations that, in a written contract executed by both parties prior to the date of the accident or loss covered by this policy, require you to obtain this waiver from us. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. QUOTE CPP100069335-00 COMMERCIAL AUTOMOBILE CAU 082 (01 15) CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED – BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II.A.1. Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. QUOTE Policy No. CA100069334-00 IL 060 (07 13) IL 060 (07 13) Copyright 2013 FCCI Insurance Group. Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET NOTIFICATION TO OTHERS OF CANCELLATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM BUSINESSOWNERS COVERAGE FORM COMMERCIAL CRIME COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM COMMERCIAL OUTPUT POLICY COMMERCIAL PROPERTY COVERAGE PART FARM COVERAGE PART FARM UMBRELLA COVERAGE FORM GARAGE COVERAGE FORM LIQUOR LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART If we cancel this policy for any statutorily permitted reason other than nonpayment of premium we will mail notice of cancellation to any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 1. You send us a written request to provide such notice, including the name and address of such person or organization, after the first Named Insured shown in the Declarations receives notice from us of the cancellation of this policy; and, 2. We receive such written request at least 45 days before the effective date of cancellation. We will mail such notice at least 30 days before the effective date of the cancellation. Irrespective of any of the provisions above, nothing herein is intended to vest any right in the person or organization to be given notice, and said person or organization shall have no rights under this policy if he/it does not receive notice per this endorsement. QUOTE Policy No. CA100069334-00 CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): All persons or organizations that, in a written contract executed by both parties prior to the date of the accident or loss covered by this policy, require you to obtain this waiver from us. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. QUOTE Policy No. CA100069334-00 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 06 01 Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 5/1/21 at 12:01 a.m. standard time, forms a part of: Policy no. 0002061806 of Texas Mutual Insurance Company effective on 5/1/21 Issued to: ACADIA SERVICES LLC This is not a bill NCCI Carrier Code: 29939 Authorized representative 4/30/21 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 06 01 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to:PER LIST ON FILE WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 03 04 B Insured copy This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 5/1/21 at 12:01 a.m. standard time, forms a part of: Policy no. 0002061806 of Texas Mutual Insurance Company effective on 5/1/21 Issued to: ACADIA SERVICES LLC This is not a bill NCCI Carrier Code: 29939 Authorized representative 4/30/21 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page 00 62 13 - 1 PERFORMANCE BOND Page 1 of 3 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103319 Revised January 31, 2012 SECTION 00 62 13 1 PERFORMANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we, _________________Acadia Services, LLC ______________, known as 8 “Principal” herein and ______________ FCCI Insurance Company __________________, a 9 corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, 10 known as “Surety” herein (whether one or more), are held and firmly bound unto the Developer, 11 Meritage Homes of Texas, LLC., authorized to do business in Texas (“Developer”) and the City 12 of Fort Worth, a Texas municipal corporation (“City”), in the penal sum of Nine Hundred 13 Twenty-Three Thousand Seven Hundred and Ninety-Three Dollars ($923,793), lawful money of 14 the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum 15 well and truly to be made jointly unto the Developer and the City as dual obligees, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA21-0116; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the day of __, 20___, which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Northstar Section 3, Phase 1. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. 32 219thDecember 9th December 21 nn �z i 3 - 3 r�ExFa�n�.ancE sorrD Pa�e 3 nt 3 The date of tI�e bond shall nat be prior ta the date the Contraci is awarded. CITY L7f� FORT WpRTH Northstar Section 2. Phase 3 STANDA,RL] CITY CQNT]IT10N5—DEVEI..QPERAWARDEI] PRU]�C�'S C'ity Praject No. 1033i9 Acvised January 31. 2012 00 62 14 - 1 PAYMENT BOND Page 1 of 2 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103319 Revised January 31, 2012 SECTION 00 62 14 1 PAYMENT BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 That we, ________________Acadia Services, LLC_________________, known as 7 “Principal” herein, and _______________FCCI Insurance Company____________________, a 8 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 9 Texas, known as “Surety” herein (whether one or more), are held and firmly bound unto the 10 Developer, Meritage Homes of Texas, LLC., authorized to do business in Texas “(Developer”), 11 and the City of Fort Worth, a Texas municipal corporation (“City”), in the penal sum of Nine 12 Hundred Twenty-Three Thousand Seven Hundred and Ninety-Three Dollars ($923,793), lawful 13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 14 which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number CFA21-0116; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the ________day of _________, 20_____, which Contract is hereby 22 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 23 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 24 Work as provided for in said Contract and designated as Northstar Section 3 Phase 1. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 21December9th 9th December 21 00 62 19 - 1 MAINTENANCE BOND Page 1 of 3 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103319 Revised January 31, 2012 SECTION 00 62 19 1 MAINTENANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we________________Acadia Services, LLC_________________, known as 8 “Principal” herein and_______________FCCI Insurance Company____________________, a 9 corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, 10 known as “Surety” herein (whether one or more), are held and firmly bound unto the Meritage 11 Homes of Texas, LLC., authorized to do business in Texas (“Developer”) and the City of Fort 12 Worth, a Texas municipal corporation (“City”), in the sum of Nine Hundred Twenty-Three 13 Thousand Seven Hundred and Ninety-Three Dollars ($923,793), lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly 15 be made jointly unto the Developer and the City as dual obligees and their successors, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA21-0116; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the_____ day of , 20 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the “Work”) as provided for in said Contract and designated as Northstar Section 3, Phase 1; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and 33 34 9th December 21 �fl6219-2 MAlI�TEiVAi��C�; B(]fYD Pagc 2 oi3 1 WHEREAS, Principal binds itself ta repair ar reconstruct the Work in whole or in pa�t Z upon re�eiring notice from t�te Developer andi�r Ciry of t�e need thereof at any time within ti�e 3 Maintenance Period. 4 5 NUW THEREF�RE, the conditian of t�is abligation is such that if Principal sha�� G r�ernedy any defecti�e Work, for wl�ich timely natice was pro�ided by Devel�per or Caty, to a 7 completion satisfactory to the City, then this o�ligation shall be�anne null and void; otherwise ta 8 remain in f3.F11 force and effect, G� 1� PRQ�'TDEU, HOWEVER, if Princ�pa� sha11 fail sa to repair or reconstruct any timely 11 noticed dcfective Work, it is agreed that the Developer or �ity may cause any and aIl such 12 defective Work tQ be repaired andlor reconstructed with alI assvciated casts thereaf being borne 13 by the Prin�ipal and the �urety under this Mai�tenance Bond; and 14 15 PRDVIDED FC]RTHER, tlaat if any legal action be filed an this Sond, r�e�ue shall lie in 16 Tarrant County, Texas or the United S�ates District Court fc�r the Northern District of Texas, Fort 17 Worth Division; and 18 19 PRUVIDED FLTRTHER, that this obligatian shall be cantinuaus in nature and 24 su�cessi��e recvveries rnay be had hereon for successi�e breaches. 21 22 23 CITY dF F[]RT WQRTH Nnrthstar 5cotion 2, Phase 3 STANT]AAp C'ITY COl�TI7f'T'{ONS — DEVF.I.QPER AWARi7FT7 PRU]�CTS City Pmject Itio, Ifl3319 Re�ised Jaz�uary 31, 2012 9th December 21 F� � I� ��SL�� �Ra� GENEI�AL PQWER �F ATT�RNEY Know a�f inen by fhese presen#s: That the FCCI insurance Compar�y, a Corparation ❑rganized and exis#ing under the laws af the 5tate af Fiorida (ihe "Corporation"} does make, constituie and appoint: Ailen 8ale; Frank Cr�sz; John R Wtlsor�; Jua�ita Austin; Rainy Heady; Greg A Wifkersan; John R Wilson; Nikki Adams; Crystal Carlsan; Bonni Staffard; Eunice ❑uong; Todd �urst; Talia ❑'A6ramo; Johnny W Grabner; Kaylee Parise Each, its true and lawful Attorney-In-Fact, to make, execute, seal and del€�er, for ar�d ❑n its behaff as surety, and as its act and deed ir� all honds and undertakings pravided that no bond or undertaking flr contract of sureiyship executed under t€�is authority shall exceed the sum of {not to exceed $10,DOa,dOfl.00}; $'10,000,0�]�,QQ This Power of Attorney !s made and exe�uted by authorify af a Resolutian adapted by the Board of Qirectors. 'ihat resolution also authorized any further action by fhe of#icers of t�e Company necessary to eifect such transaction. The signatures below and the seal af the Carporation may he af�ixed by facsimile, and any such facsimile signatures ar facs#rnile seal shali be binding upon the Corporatior� when s� afFixed ar�d in the fu#ure with regard io any bond, undertaking or contract of surefy ta whic� if is attached. fn witness whereQf, the FCCI Insurance Campany has caused these presents to qe signed by its duly authorized officers and its corporate 5eal to t�e hereunto affixed, this 23rd day af Jul , 2Q2a . � c �, / r ' : ............... �� � � I 1�/J �1 �,v.Aid;:� C ., � 1 Attest: ; ;�i�'.�,�I �:�� �:: !• '' '' - p •.. �, C: Ls•/� .= �'.-'�YC�,y�, .'li,o. .- �:v�-t'-;-� c U i C� fi�'�. 9=; - Christina D. Wel�h, President :�: �EAL •,�i Christa�her5houcair, FCC! Insurance Company �wu EVP, GFO, Treasur�r, 5ecretary �'•..��QR�pP,: � : FCCI Insuran�e Campany State of Florida •�������• Caunty of Sarasota Bafare me this day perso�ally a�peared Christina D. Welch, wF�❑ is personal[y knqwn fo me and wh❑ executed the foregoing do�ument €c�r the purpases expressed therein. My commissian expires: 2I2712023 State �f Florida County of Sarasata � P ���s��a�. �='��5s4s� � �-:.:1 eggy anow j_r ��c�mn+«� n� 7assas PfDfAfy P[1a�IC �a Before rne #his day persona�ly appearer� Christopher Shaucair, who is persanafly knawn to me and wha executed the foregoing document for fhe purposes expressed therein. p� ��r wcc� sw�a �a� L� My corr�mission expires: 2127120�3 ; pB9gY$R��' � �-�.� r� Nry Comrt:sslon GG 283305 �►�*� �'�''�'�"�' Notary Public CERTIFICATE [, the undefsigr�ed Secretary o� FCCI Insurance Gampany, a Flarida Corporatian, QD HEREBY CERTfFY thai t�te faregaing Power of Attarr�ey remains in full farce antl has nat been revoked; and furtherr�ore that the �et�ruary 2i, 2�2D Resolution of the Board of �irectors, referenced in said Pawer of Attorney, is now in farce. Qaied t#�is day �f ,���� Christopher Shoucair, EVP, CFO, Treasurer, 5ecreiary FCCI lnsurance Company i-IflMA-3592-NA-Q4, 71Z�20 IIVIP�RTANT NnT10E To obtain in'Formafion or make a corn�laint: You may cali FCCI insurance Group's �FCCI}'� toll-free telephone number for information ❑r to make a complaint at 1-8�0-226-3224. You may afsQ write tfl FC�I Insuranc� Group CompiEance Department e-maii at StateComplaints � fcci-grou�.com. Far C[aims, yau rE-iay wrife #a FCCI Insurance Group Claim Departrnent e-rnail at newclaim fcci- ro� .corrt, You rttay conta�t the Texas aepartment of Insurance fo obtain information an companies, ca�erages, rights �r compiaints at 1-SQ�-25�-3439. You may writ� the Texas Qepartment of lnsurance: �Q BQx 149104 Austin TX 787'i 4-91 �4 Fax: 1-512-490-1 pa7 Wek�: htEq:llwww.tdi.texas,gov E-maif: Co�sumerProtec#Eons�,tdi_texas.aov PREMIIJM OR CLAIM f]lSPlJTES Shoufd you have a dispute concerning your premium or about a claim you shoufd cantact FCCI firsf. If the dispute is nflt resol�ed, you may c�ntact the Texas Departrnent of insurance. A77AGH THIS NOTICE TO Y�UR B�N❑ This not�ce is for information anly and does not �ecome a part ar conditian of the attached documents. 'The FCGI Insurance Group inclurles the folfowing insurance carriers: grie�eld insurance Company, �CCk Ad�antage Insuran�e Company, FCCI Cvmmer�ial �nsurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Cprnpany, and National Trust lnsurance Company. 1-6D-TX-2169a-NTP-07 �5 Page 1 of 1 Copyright 2�15 FCC! Insurance Group. PAVING CONTRACT DOCUMENTS GILCO CONTRACTING, INC. OU 3� 13 - I CQNFLICT OF [NTEREST AFF1I]AV[T Naae I of I SECTI01�i �D 35 13 CC]111FL1C�' OF INTEREST AF�'I�AV["l' Each bidder, offeror or respandent (l�ereina�ter referred to as "Yau"} ta a City of Fort Wvrth procurement may be required to complete a Cont7ict of Interest Questionnaire {ihe attached C[Q Form} andlor a Local Go�ernment �fticer Conf]icts �isclosure Staterr�ent (the attached CI5 FRrm} purstiant to staTe iaw. You are tjrged to �onsuit with caunsei regarding the applicabiiity of tliese forms to yaur company. "i'fie referenced forms rnay be downloaded frn�n the links provided below. hct :Ilwww,ethics.state.tx.uslformslCl . df http:llwww.eth i �s.state,tx. uslformslCC S.pdf 0 0 0 � 0 0 CIQ Forin does not apply C1Q Form is on File with City Secretary C�Q Form is being prv�ided to the City 5ecretary CfC� Forit� does not apply Cl5 FUrm i� uE� Fi3e with Cit� Secretar� Cl5 Fonn is being pra�ided to tli� City 5ecretary SIQDEIt: Gilco �ontra�tinb, Inc. Company 6331 5outhwest Bl�d. Address Senbraok, Texas 76I32 CitylStatelZip g�,; Leia McQuien Pl ease P ' nt) � 5ignature: Title: Vice President, �perations (Please Print) EIYD �F SECTIO�N L'1T'Y �F FORT W'ORTH Nvrthstar 5ection 2. Phase 3 STANOARa CUNS"I"ILUC�'lC?N SPECtFiCATiON dOCUMENTS C'ily Project Nn. 10.i.i 14 Re� iscd August 2 I, 2D I 8 OQ 47 a0 Blp FpRM Page 1 of 17 TD: The Purchasing Manager Go: The Purchasing Division 20a 7exas 5treet City of Fort Worth, l'exas 751 a2 F�R: City Project Na.: � �3319 s�cTiaN oo ai ao BfQ FORM Northstar, Section 2 Phase 3 Lftility, Paving and 5treet Light Improvements Unitsl5ections: Unit I: Water Improvements Unit II: Sanitary 5ewer Improverrsents Unit III: Drainage Improvements Unit IV: Pa�ing Improvements Unit V: 5treet Lighting Improvements LJnit VI: Tra�fi� 5ignal ImprQ�ements 1. Enter Intv Agreement The undersigned Bidder propases and agrees, if t�is Bid is accepted, tfl enter into an Agreement with City in the farm included in the 6idding ao�uments to perform anci furnish all Work as specifed or indicated ir� the Contract Documents for fhe Bid Price and within the Confract Time indicated in this Bid and in accordan�e with the other terms and conditions of the Contract Dacuments. 2. Bl�DER Acknowledgements and Certification 2.1. In submitting this Bid, 8idder acGep#s al! of the terms and �ondifions of the INVITATI�IV T� 81E7aER5 and INSTRUC�IC7N5 TO BIpDERS, including withaut limikation those dealing with the disposifion o# Bid Bond. 2.2. Bidder is aware of al! costs to provide the required insurance, wiil do so pending contract award, and will provida a �alid insurance �ertificate meetirrg alE requirements within 14 days of noti�catian of award. 2.3. Bidder certifies that this 8i�f is genuine and not made in th� interest af or on behalf af any undisclased individual or entity and is nat submitted in canformity with any �allusi�e agreement ar rules af any group, association, organization, or corporatian. 2.4. Bidder has not directly ar indirectiy induced ar salicited any other Bidder to suhmit a false or sham Bid. 2.5. Bidder has not solicited or induced any indi�idual or entity to refrain from bidding. 2.6. Bidder has not engaged in carrup#, fraudulent, coflusive, or coercive practices in �ompeting for t�e Contract. For the purpases of this Paragraph: a. "rorrupt practice" means the afiering, gi�ing, recei�ing, or sali�iting of any thing vf �aiue likely to influence the actian of a public oificiaf in the bidding process. h. "fraudulent practl�e" means an intentional misrepresentation of facts made [a} to infl�ence the bidding �ro�ess ta the detriment af City [b} to establish Bid prices at artificial non-competitive Eevels, or �c} ta depri�e City of the benefits of free and open competitian. �. "collusive practice" means a s�heme or arrangerrzent between two vr more Bidders, with or without the knowledge of City, a purpose ai which is to establish Bid prices at artificial, non-competitive CITY OF FpRT WRRTH STANpARn C�NSTRUGTIpN SPECIFICAT1pN DpCIJMEN75 Farm Revised March 9, 2020 OU 41 OD 60 42 43 00 43 13 00 43 37 00 45 12 Bid Form 00 41 00 BID FORM Page 2 of 3 d. a. b. c. d. 4.1. 40 4.2. a. b. c. d. e. f. g. h. 6.1. 6.2. "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. The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Paving Utility 3. Prequalification Street Lighting Traffic Signal 4. Time of Completion The Work will be complete for Final Acceptance within working days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 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. Prequalification Statement, Section 00 45 12 Conflict of Interest Affidavit, Section 00 35 13 5. Attached to this Bid The following documents are attached to and made a part of this Bid: *If necessary, CIQ or CIS forms are to be provided directly to City Secretary This Bid Form, Section 00 41 00 Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 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. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 MWBE Forms (optional at time of bid) Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised March 9, 2020 00 41 00 00 42 43 00 43 13 00 43 37 00 45 12 Bid Form na a s ao 83� FORi�1 Page 3 of 17 E.2. I# is understaod and agreed by the Bidder in signing this proposal that the total bid amount entered pelow is subject to verification andlar modifi�ation t�y multiplying the unit bid prices for each pay item by the respe�tive estimated quantities shown in t�sis propasal and then tatafing all of the extended amounts. 6.3. E�aluatian af Alternate Bid Items �use this if applicat�le, otherwise delete� Totai Base Bid �use this if applicable, oth�rwise defete Alternafe Bid �use this if applicable, otherwise delete� Dedu�tive AI#ernate�use this if appli�able, otY�erwise Additive A�ternate �use this if applicable, otherwise Total Bid $595,�92.� 7 $0.�{3 $Q.00 $0.0� $595,092.'( 7 7. Bid Su6mittal This Bid is subrnitted on July 2S, 2�21 R spectf y submitted, By {Signaf u re] Leia McQuien {Printed Name} by the entity named t�elow. Receipt is acknowledged of the Initial follawing Addenda: Addendum Na. 1: Addendum Na. 2: Addendum No. 3: Addendum No. 4: Title: Vice President, �perations Campany: Gilco Contra�ting, inc. Address: 6331 Sauthwest 81vd. 8enbrook, Texas 76132 Corporate SeaE: State of Incorporation: Fexas Email: leia@gilcocantracting.carrs Phone: 817-i3r16Q0 ext 302 - ENa DF SECTION CIFY pF FpRT WQRTH STAN�AR� CONSTRiJGTIOiU SPECIFICATION �OCUMENTS Form f2a�ised March 9, 2020 00 41 00 00 42 43 GO 43 � 3 i7n 43 37 09 45 12 Bicf Form 01192 43 DM1P - 81D PRUff.15AL PaRe 4 of 7 Secnon� pv 42 43 develaper Awarded Projects - PR�P05AL FORM UNIT PRICE BiD Bidder's Applicatian PTP�ecY [[cm infOrmanon �lddcr'S PsopoSal Bidlis[ item [1mt oF Sid �o CJestrfption S�riEicatinnSecuonNo. M�g�� ����.h Uni�f'ricr 9idVaiur UNIT IV: PAVING IMPROYEMENT 1 3213.05�6 Banier Free Ramp. Type P-1 32 T 3 7� ER �$2.3d3.50 �$,�1a.�0 7. 3211.04UU Hydrated Lime 32 11 29 TN 187 $�$g.�5 $35,427.15 3 3211.0567 6" Lime Treatment 32 11 28 SY 7g70 $3.�g $24.318.30 .. . ¢ 3211.05D2 8" Lime Treatment 32 11 29 SY 380� _.. .. �3.15 $11,974.L�0 5 3213.41D1 6" Reinfarced Conc Pvmt 32 13 13 SY 7362 $43,y$ �323�,�g_g 7 3292.0300 5eeding,Broadcast 329213 SY 39D $4.60 $1,794.0U $ 3441,�043 Fumishllnstall Rium 51gr► Ground Mournt 34 41 3U � City Std. - Slap 8 Name elades 4dj Z$4Be1.70 $929.4 3441.4007 Insta{I Alum 5tgn Ex Pale Mount C�ty Std. - 34 41 3d 9 Name Blades Ep` � $14i.05 $5$8.20 14 9999A�06 Remo�e Barrirade B Conned tn F�nsting dp Q� 00 Eq q �,�pp.�p �?.O�fl.00 _ � 11 9999.��07 7.5" Reinfarced Cone P�mt 32 13 93 5Y 3587 $d6.15 w 3 G6,401.5 - - -- --..—_�—..--- �� 3�1'i [};3"�1 4" Conc 5idewalk 32 31 20 �� 3a91 $6•37 $1 �,�8�.6� 12 _ 13 14 --�� - — 16 _.._._� r-__f�_ _t. — . 17 - -----_.• -••_— - - - . 18 - •- - --- -- - - - -- . _ ... --•.._. _. . .-.• - 1g _ �a ------- a, 22 _.. 23 . . . _. _ ... _ . ...... _.._..... _ 24 _.. - - --. _.. _2$.. 26 27 28 29 3Q 3'1 �Z _ _3�.._. 34 _. ... 35 3S 37 _._......... 38 39 4Q 41 42 43 L liN1T 1L: PAVIN IMPRaVEAikENTS 092.17 i'TI'}' f?F' FOHT W'f1RZii SfAN!?AHiI CANSTAi1C[iOH SPECIFiC�T[[I� Up(:L1M6�lTS- C1FVf:LClpf-R ArVARiIEI] PR.[]1FCTS Farm Yars�m Ma�� 22.2419 W 4t 43_Bid P�opoaJ DAY_Resifed IHI J � .�3 n�.r _ a��� ��Korasru. Pagt 7 uf 7 SECTl�N 00 42 43 Develaper Awarded Prvje�ts - P�2QP05AL F�f2M UNfT PRICE BID Bidder's Applicativn Projec[ Item infnrneatinn Bidde�s Pro}x�sal E3idlist Item llescriptia�3 Sp�rification Sectfon Np. Unit of ��� L!nit Price Aid 4'alu� 1`�� A'feasure Quantity Bid Summarr [JiVIT I: WATER IMPROVEMENTS UNIT ll: 5AN17ARY SEWER IMP�2aVEM�NTS UNIT fll: ORAINAGE IMPROV�MEfV�S [1NIT IV: PAVING IMPROVEMEN75 iJNIT V: STR�ET LIGHTIIVG IMPR�VEMENTS lJlVIT Vi: TRAFFIC SIGNAL IMPR�VEIvIENTS $545,092. [ 7 7'o[al C'nn4trurtifln Bid 'I his Bid is suhmilted b� the eatity namc� bel��t: Ri�RFR: GIIC6 C-URIf:ICElRg� �IIC. fi33I Southwest Boulerard Benhmo&, T� 7613,2 Contractor agrres to complete L�'flRl{ f�r F1tiAL �CCEPTA�C'E witl�in C'ptiTi{�ACT rummeoces to run as pro�ided in the Generai C'onditiuns. Bl': [.e �1rQuErn Tfl'LE: �'ice Presideat. Dperatians D�►TE: 912QI2ff21 F.itii] pF SECT[pti CITY UF F�RT WORTl1 ST :�4v U.aR U CO3+157R1:C7 [ON SPEC IFICAiION DOC 1:��7 ENTS - PE�' ELOPEA .�W ARDEb PAUJECTS Form��ersion �fa. 22, 2[]19 40 daya wnrl:ing dars after the date nhen thc uu a2 a3_Bid Propasal_I]rIP_Rzv ised pp 43 53 B1i] BpNa Pag e 4 af 17 3EC71Dhf 04 43 13 B!p BONC] }(N�W A�l. E3Y TH�SE PRES�NTS: 7hat we, Gilco Contracting, Inc. , known as "f3idder" herein and Liberty Muivai insurance Company a cqrporaie surety duGy authoriaed fo do bugineSs [n the State vf T�xas, f�nawn as "Surety` herein, are held and firmly bound unta ihe Gity of Fort Worth, a municipal corparation createtf pursuant to ihe laws of Texas, known as "City" herein, iR the penal sum vf �ve percent {5%j nf Bidder's maximurri hid price, in lawful money of the Uni{ed 5tates, io �e paid in FoR Wvrih, Tarrant Caunty, Texas far the paym�:��E of which sum w�il and truly to be made, we bind ourselvss, vrar heirs, executars, adrs-iinistrators, sucaessors and assigns, }oint#y and severally, firmly by these pr,�ser��s. WHER�AS, #he Pr{ncipal nas suhmitted a bid or propasal to perform Wo� ior the #ailowing praject desigr�ated as Northstar, 5ectian 2 Phase 3 Ufi[ity, Pa�ing a�d Street Light lmpra�ements N�W� THEREFpRE, the condition a# this ohligation is such fhat if the City shall award the CpniraGt far tt�e faregoing praje�t to tha Princfpal, and the Principai shalE satisiy ali requirerner�ts and �anditions required for the execution of t�e Can#�act and shall enter inta fhe Contract in wr�ting w�ith the City in aceordance with fhe tarms af such sarrse, ttsen {his o�ligatian shall be and beeortte nuli and vo�i. If, I�owe�er, the Principai #ails tn execute su�h Contract in aceordanGe wrth the terms a{ same or taiis to sa#isfy all requiremants and cvndltions required for the executi�� of the Cvntract, this bQnd shall t�e�orr�e the property pf the City, without recourse of the Principal andlpr Surety, nvt tfl excaed the penalty hereof, and shail he used to compensate Cify for the differenr� ��tsrveen Prtncipa]'s total 6id amount and the r�ext seiected qidder's fatai b�d amaunt. PROVlL7ED FI.iRTHER, that if any iegat aCfion he filed on lhis 8ond, v�nue shall lie in Tarranf [;aunty, Texas or tt�e 13nited 5tates DistriCt Court for the Northern pist�ict of 7exas, FoR Warth �3�visivrs. tPl W1TNE55 WHEREQF, the principa# and the 5ureiy na�e SIGNEO and S�ALED ihis instrument hy duly authorized agents and QHicers on th[s th� 28th day ❑{ Jufy , 2�2i . PRINCIPAL Gilw Gontractin�c. Enc. BY: . AiT�ST: SignaF�re I..e�a MeCtuien, Vic� President, Operations INitness fa Prinoip Name ��d Tifle CITY OF FpRT W{]R7H ST,4},ipARL] CANSTRf1CTIDh1 SPECIFICqT30N �pCUA�t�lTS Form Revised 2D}711p9 �0 41 �00 pp 43 43 64 03 13 00 43 37 pp $5 32 8id Fotm �0 �17 13 6ip BOND Page 5 0} 17 Address: 8331 5authwest Bl�d 6en braok, TX 7B 132 Sl7 RETY: Li6erty Mutual Insurance Compa�y BY� •� 5ig ature 5aphinie Hunter, Attorney-In-Fact Name and Titfe Address: 22�p Renaissance Bl�d., 5uite 4a0 King of Prussia. PA 194[?5 � i,'h.�- I� �c�-- Witness as to Sursty Telept�one Number; 214-989-60�4 Attach Power of Attorney (Surety} for Attarney-in-Fact "Nate: If signed by an offi�er of the 5urety Company, there must �e on file a certified extract frflm the dy laws shawing that this persvn has authority to sign such ohEigativn. If 5uraty's physical address is different from its maifing address, ba#h musi he prv�ided. The date vf the hana shali nat �e pripr to the date the Cantract is awarded. �tiiD OF SECT[Q;� CITY pF FORT NIQF2TH ST,aNDAi7o CDHSTRUCiION SPECIFICqT1pN DOCl3MEHT5 Fwm Ravised 20t71104 CU 41 00 UD 42 43 f1p 43 13 06 43 37 DO 45 7 p 6Jd Fo�m _- - Liber�y �uival- SLlRETY This Power af Attorrtey limits the acls of those named herein, and they have no authprity to hind the Comparry except in ihe manner and to the eztent here€n stated. Ll�erty Ntutua! Insurance Company 7he Qhio Casualfy Insurance Gvmpany W�st American Insurance Company PDWER aF A�'TQRNEY CerRficate No: 8205467-02202p }(N�WN ALL PE�t5aN5 BY 7liE5E PRESENTS: Thaf The Ohia Casi.alty lnsuranee Company is a oprporation duly organised under the la4vs of ihe S�ale oi Nesv Hamgshire, tl�at L�berty 6lulua! Insurance Company is a �orporation duly vrganized under �e laws oi �he Sfaie of Massachusetis, end West Amer.can Insurance C�npany is a carporaGon duly organi2ed under �e laws af Ihe 5�a�e of Indiana {�erein cnlfectively qlled [he'Companies"j, pursuant t� and hy authonry her�in set forth, does here5y name, eonslitute and appoint, nan E. C��rncll; J�>shiFa Saunders; Kcfly A, Westbraok; �likaela Pe �rs; Ricardo J. Revna; Rabhi Moraics; Sopl�inic iiunlrr, 'fina ;�icE��an: Trnii� Pelranck aEf oF the eity ol DallAs sta�e nf FX each individuaily if Ihere be more than one named, ifs lrue and lawful attvmey-indac[ to mafce, execute. seal, admowlectige and deii+rer, for and on its 6ehalf as suraty and as iis aci ard deed, any and all undertakings, Dpnds, re[:agn¢ances 8nd vther surety ohligafions, in pursuance af Ehese prese�ts and shall 6e as hindng upan tha Companies as ;F lhey have 6een duiy signed hy the presiaent 2nd apestetl 6y the seaetary of the Camganies in �ei� own prnper pe[sons. IN WITNESS WFiEREOF, �is Pawer of Atlomey has been subsrnbed 6y an aulhvrized o�ceror D(fcial af fhe Companies and Ne [nrpo-rate seals ni �e Companies have 6een affixed there�o this 23rd dayvf April 2[12 �. N � Qi c � ` c� S�d[e ol PENNSYLVANIA � �, Caunty of MONTGOti1FRY ... p7 v� � � m� — � a � '� [v � o� �`o D � C � � +--' � N CV � � � `o .__ �� o`m �� — U [S3 � o �- � U q� 4NSU,pA. PVtY INgL� � lNSfl�, RJ GDAPDA4r i'i `ia oOVOqqr q VQ' v�,Po+r,� 4Z a 3 Fa m e.�'` Fo n ��c r'"o � � '��1� � � 1919 `� Y� Y'99 a,(•" �° s'A g,m d � 199 T 4 ,�l SCnJ`� ,db O $H4f6P°�� �� l �VOic11�' a 9�� *�� 3y� *�Ha S3M . l��a By' Li4erty Mutual Insurance Cflm�any 'f�e OFiio CasuaEry Insursnce Compa�y �Vest American insurance Camgany l r jl �?`f �./rva.•:' ..�.� , �_ �avid M Carey, Assislan[ Secretary � On this ?3rd day of A ril , 2fl� i before me personally appeared pavid h1. Carey, who acknDwl�dged himself �O be the Rssis�ant Secretary of Li6erty hLtual Corr�any, The Ohio Casuatty Company, and Wes[ American Insurance Company, and G�at he, as ;uch, being aulhor¢ed so tn do. exeeute Ihe foregning instument for the therein con[ained by signirtg on 6ehalf of 1�e oprporations hy himself as a duEy �uthpri�ed affrCer, iN WI7NE55 WHEREQF, I ha�re hereunto subsai6ed my name and aff�ed my notarial seal at }{ing vf Prussia. PennsylVania, on fhe day and yeaz first abo+�e wriaen. - . -. . C;:nmc�waaM cl PennsY°+aeia - •lorary �ca: . . rerosa Fasxra, Na:ary PcCiic ...5: . A1orl�orreryCc!�r.ly My wmm"aslar eM�iraa tdrrcl� 29 2025 c�} . '.�.]�Tftt-S:Yx'. [:�mOEf "1�j•ti}� vJ • � ' Al2m��.. Pp��sylrav� 455a�a:m �' N�.�•iee This Paver ot Attorney is made and exec�[ed pursuant tv ant! 6y authwity oE the folEowing 8y-laws and Aulharixations nf The Insurance Comparry, anC West Arr�erican ]nsurance Camp2ny which r�lutinns are rrow in full force and effeci reading as [o'luws: ARTICLE IV-aFFiCERS: SecGon i2, Fower oif,ttamey. Any officer or other official af the Carporatian aufhoreed {ar that purpose i� wrifirog 5y the Chairman or tne President, and sub�ecE to such limita6on as ihe Chairman a lhe PresidenE may prescribe, shall appoEnt such attameys-in-fact, as may he necessary ia ac[ in hehalf vi l�e Carpora�ion ta make, execute, saal, acknowledge and deliver as surety any and all und2rtakings, 6onds, recagnirances and olher surety obligations. 5uch attorneys-in-fact. suhjed ta �e limi[ations se[ Fvrl� in their raspecGve powers of apomey, shall have fuli power �o hind the Cprporatian by �eir signaF�re and execufion of any sv�h insln�ments and to attach �hereta the seal nf the Corporation. When sfl executed, sueh Insir�m@nts shall he as hinding as if signed by �he President and aCested [o by Ihe Secretary, Any power or autharity granted to any represer FaGve or a[!omey-in-taet under the p�uvisions af this artids may be revoked a[ any Gme Gy ?he Bnard, the Chairman, the Presiden[ w by the officer or nfficers granfing such power ar authority. ARTICLE xlil- E:ecutian of Contracts: 5ectinn 5. Surety Bonds and UndeRakings. Any o�cer nf the Company authnrized fa tl�at purpose in writing by the chaim,an ar the president. and subject �o such ��m��aSQns as ihe �haircnan or Ehe presic�enY may prescri�e, shall appoinl su�h attomeys-in-facr, as may be necessary to act in behalF o11he Company Io make, exepr�e, saaf, adcnowledge and delNer as surety any and all undeRakin95, honds, re�og��izar�ces and other su�ety obligativns. 5uch attomeys-in-lact subjecl 6p the IimitaGons se[ for�h in their respective powers af altomey, shall ha�+e full power tu hirsd ihe Company �y {heir signafure and execution of any such in5truments and [a attarh thereto the Seal of tl�e Cnmpany When so executed sueh instr�menls shalE tie as 6indrx� as if siyned 6y tl�e president and attested by the secretary. Cenificate of �esignation - The Presidenf of the Canpany, acting pursuant �A Ehe Bylaws of the Company, a�tFra¢es Qavid M, Carey, AssisiaRt Secrefary to appaint s�ch ariorneys-in. fact as may he necessary to aet an 6ehaN oi Ihe Company to make, exea�te, seal, ackno+vlet7�e and deliver as surety a�y �d af€ undertaRings, bonds, [eCDgnizar.ees and fl�;er sureiyr a6ligalions. Authorixation - By unanimous cansen� af the Company'S 9vard nf �irectars, i�e Company ppnsenis that Facsimiie or mechanically reprpd�ced signature of any assistant seeretary of rhe Company, wherever appearing ugon a certified mpy pT any pffwe� a{ attpmey issued �y I�e Campany in connec5pn wilh surety bonds, shal! �e valid and bindinq upon the Co�npany with Ihe same {orce and effec! as though manualfy affxed. I, Renee C. Lleweil�n, the undersigned, Assis�ant Secretar�, The Ohio Casualty Insurance Company, Liberty rriutual Ir�surance Company, and Wesf Ameriran lnsurance Company do here5y certify tha€ Ihe original powar of attarney of whirh Ihe foregdng �s a full, true and oorrecf capy o{ fhE Pawer of A��omey exewted hy said ComFanies, is in full force and eHect and ha5not6eCnfCVpked. IN TEST�MflNY WHER�DF, I have �ereunta se[ my hand and affixed the seafs fl4 saio CAmpanies ihis 28ih day of July , 292 i. A� iN3G.qq PVtY 17YgU� � t135[�RR j rGvacva<ra�� a ��°�Pvy�Toq�n �P `pRvOq�TF'yC � 3 a m Y 1972 q o — ❑ 197 9 n � 7 999 � G+��"`� � � ~d',y�: +cK�s a.da� °�`'"h,rvs`�`�a� rs, wa,AK. da �y" . �, r y a 3,y� # w� Renae C. LJews�yn, dssistant Serretary t . r� LN$-t2873 3AlIC �CIC +N.41C Muki Co O2l21 �.���r��� ��r'�u�u��� _ _ _... s«���= ry TE�AS IMPORTANT l'tii�TICE TQ obtain infvrination or make a romplaint Ynu may ca[I talI-free t�r inf'orinatian or to i�take a camplai�zt at I-$77-751-2640 Yc�u ma3� a[s� write to: 22a0 Renaissance B1vd., Ste.400 King of Prussia, PA 194flG-?755 You may contact the Texas Dcpartsncnt nf [nsurance ta r�btain information on compa��ies, �overaaes, eights or �ompfaints at t-840-252-3�34 Yoii zn�y �vrite thc Texas Deparc�nei�t oi' Instisrance Cansumer Protection (1 1 I- i A} P. Q. Bax 149D91 Austin, TX 7871�-909i F�IX: (512} 49�-1flD7 Weh: http:llr��w;w.tdi.texas.go_v �:-rnail: Cons�imerPratection c� tdi.texas, o� Pi2EMIUM 4�t CI.,AlhT D15PU"i�ES: Shauld you have a dispute concer�ing your prernium or about a claim yau should first contact the agent or cafl 1-SOfl-843-644b. If ti�e dispUte is not resoived, you may contact the Texas Depa�tment of Insurance. ATTACH TH1S NOTICE TQ YOUlt P[7LICY: This noticc is for intom�ation �rtily and does not bec�me a p�rt [�r cnnditian nf the atiached document. TEXAS AVISQ IMP4RTA7tiTE Para Qbtener informacion o para somet�r una queja: Ust�d puede �larr�ar al numero d� teiefono �ratis para inlForma�io�� v para someter una queja a[ 1-877-751-2b40 Llsied tambien �uede escribir a: 22D0 Renaissance Blvd., 5te. 4dQ King of E'russia, PA [ 44d6-2755 Piiede co�nu�icarse con el Departamento �e Seburps de Texas para obtener ir�formacion acerca de co:�panias, coberturas, d�rechos ❑ q��ejas al 1-8��-?52-3439 P�ede rscribir al Ucpartamentc� [Ee 5ceuros de Texas Consumer Pi-otection (1 l[-itl} ('. �. Box 149091 Austi�i, TX 78714-9Q91 FAX # (512} 49�-1007 GVeb: �ttt :Ilwwtiv.tdi.te�:as. n� E-mail: CnnsumerPr tectio �:tdi.texas. ov D�SPL�TAS SaSRE FRlMAS D R�CLAM45: Si tiena una disputa concerniente a su prirna o a Lin reclamo, de6e cort'tunicarse cQn cl agente o priinero. Si na se resu�lve la disputa, p�fede entnnces comuni�arse con el departamento (T�I} UNA ESTE AV1SU A SL.1 POLILA; �:ste aviso es solc� para pr�posito de informacian y no se convierte en p�rte o candicion del documcnto ad�ur�to. 1vP 7D 68 09 Q 1 LA15-t52g2 70ry5 0o as a� VENdOR COMP'LIANCE 7d STATE I.AW Page 16 of 17 sEcrioN oa 43 �7 VEND�R G�MPLIANCE TD STATE LAW fV�N RESfDENT BIQDER Texas Go�err�ment Code Chapter 2252 was adopted for the award af contracts to nonresident biddars. This law prQvides that, in orcfer #o be awarded a contract as Eqw bidder, nonresident bidders �out-of-stafe contractors whose corporate affices ar principal place af business are autside the State of Texas) bid projects for �onstruction, impravements, supplies or services in Texas a# an amount lower than #he iawest iexas residen# hidder by the same amaun# t�at a Texas resident bidder would be required to underbid a non�esident bidder in arder to ❑dtain a �omparable contract in the State whic� the nonresider�Ys principal pla�e of �usiness is located. The appropriate bianits in 5ec#ian A must �e filled out by all nonresident bidders in order far your bid to meet sp�cifications. The failure of r�anresident bidders tQ do sa will automa#ically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of 5tate Here or Blank , our principal place of business, are required to be °Io Here percent lower than resideni hidders hy 5tate Law. A �opy af the statute is attached. Nonresident bidders in the 5tate of 5tate Here ar 61ank , our prin�ipal place of husiness, are not required to underbid residen# bidders. 6. The principal place af business of our company or Qur parent company or majoriiy owner is in the State of Texas. � BIDdER: Campany Name Here: Gilca Contractir�g, Inc. Address NEre: 6331 Southwest Blvd. By: Printed Aiame Nere: Leia McQuien {Signature] City, State Zip Code Here: Benbrook, Texas 76932 ENa L]F SECTIDti Title: Vice President, �perations Date: July 29, 2D21 CITY OF FORT WDRTM STA�IpARO GOI�STRUCTION SPECEFICATION �OCiJMENTS Form Revised 2011�GG27 �� 41 00 ad 42 a3 00 a3 13 00 a3 S7 �Q 4512 Bid Form 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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. Northstar Section 2, Phase 3 City Project No. 103319 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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. Northstar Section 2, Phase 3 City Project No. 103319 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 Northstar Section 2, Phase 3 City Project No. 103319 ao as �z BID FflRM Page 17 of 17 SECTiflN p0 45 12 PREQUALIFICATION STATEM�NT Each Bidder fQr a City procurement is required to comple#e the ir�formation below by identifying the prequafified contractors andlar subcontrac#ors whom they intend to utitize for the majar work type{s) listed. Majpr Work Type ContracforlSubcontractar Cornpany I�ame p{�qualification Expiration aate Paving Gilco Gontracting, Inc. � 1-��-�G22 lJtility C�mpany Na^�e }�ere or spa�e ❑ate Here or space Street Lighting Company Na;r,e 1�ere or space Date Here or spa�e Traffic Signal Com��ny Na�ne Here ar space Date He:e or space The undersigned here�y certifies that the contrac#ars andlor subcontra�tors described in the table abo�e are currentfy prequalified for the work types liste�. BIODER: Company Name Here: Gilco Cantracting,lnc. Address Here: 6331 5outhwest Bl�d. City, State Zip Code Here: Benbrook, Texas 76132 CI'iY OF FOf2T WORTH STANDARf} CONSTFiUCTION SPECIFICATION OOCIJMENTS Form Revised 2D12�12� � rinted I�ame Fiere: Leia McQuien {5ignature} Title: Vice President, �peratiQns �ate: � �1. �"� ENO OF SECTI�N 00 0.1 00 09 42 43 �0 43 13 a0 43 37 Qa 45 72 Bid Form aoa;z6-t L'()N'f RnC'TpR C��tPLIAAL'F. U'1"fk1 1L'ORkER'S C'L]ME'F.1ti5AT'lOtif L�1�� Pase 1 uf 1 ? 3 4 5 6 7 8 4 l0 21 1? 13 1 �1 li 1G 17 fH 19 ZO ?� 22 23 24 25 ?G 27 28 ?4 .30 31 32 33 34 35 3G 37 SECTIOPi b0 45 25 CUI�ITRAC"IUH CUMPLIANCF WiTH 1��RKGR'S Ci7MPENSAT[ON I.�1W Pursuant tfl Texas Lai�i�r C'.ode 5ection �06.096{a}, as amended, Cnntra�tvr certifies tiiat it �rnvides worker's compensation instiran�e coverage for all ot' its employees employed on City Prnject Nu. 103319. C'ontra�tor further cer[ifies that, pursuant ta Texas Labor Code, 5ectian -�t}b.U96[h], as amended, it w�ill pruvic�e to City its subcnntraclor's certificates afcumpliance s��ith w�arker's cvmpensation co►�era�e. L'U ]YT RACT[]R: Gil�o C'ontractin�, lnc. C: o mpany G s � I �[1111I]�4'£5i E�I�'Ci. Address By: L�ia l�tc[�uien �(Please Print) 5ignature: �3enhrnnk, TX 7C I 3? Title: V ice President, 4perations CityJStatelZip {Please Print) Tf�E 5'TATE �F TEJ{AS car�r�T� ox TA�u,a�r-r § � SEF it� ME, the undersi�nzd authoriri, on this da•� personally appeared � i�� �% ����P�j� , known tv me to be tkie persan whose namc is subs�ribed lv the fvreg�in r instrum nt, an ackn�wled�ed to me that hel$he executed the same as the act and deed c�i' � fo�� thc pur�oscs and consideratiQn therein expresse an� in tl�e capa ity therein skated. G EN UNDER A4Y HAND ANU SE,�►L U}- [1F'FICE this � da� Qf _ 20�. � A �4*�Y;i��.,i liEAF41ER PAIGE WiLLIAFAS , j �i� �e+; NOtdfy PudliC. S1B09 Gf T@xe8 • =,r ,. N tary f ��l�lic in and fo e 5tate of Texas - FA Cammiasinn E �es Y � "+ Augusi 11, 2025 38 �"rF��;E'� �ar�wr io 12a�os�o 39 F1�D ClF 5EC'T[()N aa C1T�' dF FCIRT Vr'i]R ff I h[orthstar 5cciion ?. Phase 3 STAVDARIJ C'{1�1ti�RUCTIOR SPECiF[CA1111N t]�]CL�VIEIti TS City Prnject 1+li� 1f13719 �ie�ised Apnl �, 2fll4 12/9/2021 �){1 S2 33 - 2 Uereloper nwardcd 1'C[�jeCl Agfs:CmCnl P��� 2 u1'4 3Z 3.3 Liquidated darna�es 33 34 35 36 37 38 39 �0 4t 42 �� Cantractor rccognizes that time is af the essence of this Agr�ertfer�t and t}iat L)eveloper will suffer financia! lass if the Work is not completed ���it�iin ttie tin�es specifie�i in ['aragraph 3.2 above. plus ariy extension thereoiallowed in ac�ordance �vith Artielz l0 uF thc Sta�idard Ciiy Conditions of the Canstru�tian Contract for �e��elaper Awar�3ed Projecis. T}ie Contractor also re�ognizes the delays, expense and difticulties invalveei in proving in a le�al proceeding t}ie actual ]ass suif�red by th� De�eloper if t}ie Wurk is nat completed on tiitie. �ccordin�,ly, instead af requiri�g a�y such proof, Conlractor a�rees thai as liqui�ialed d�tma�,es ior del�y tbul no[ as a penalty), Comra[to[ 5hall pay ❑e�eloper Dne Tfiousaii+� Five Hundred Dollars {$],SOO.QO) for ea�}� day that �xpires atter the tinie specilie�l in P�ra�raph 3.2 f'ar Final Acceptance until ihe Cit}' issues the Final Letker al AGCl:4]l'd114C. �4 ��c«��: a. GUNTRACT l�Hic� �5 Deyeloperagrees to pay �antractor %r perfvrmance ofthe Work in accc�rdance with the 46 Cantract D�xuments an amount �n current funds of Fi�e Hundred and Nincty Five thausand and �7 �inetw t►��o Uollars. and sewenteen cents f$�9.7,�92.IT]. �8 Article 5. CONTRACT U4CUi�iE'.�TS 49 5.1 C'URITFN7S: 5� A. Thc Contract [locuments which comprise the entire agreement between Qe�elaper and S 1 Contractor Gonc�rr�ing the l�'ork Consist of the following: 52 l. Tfii� Agreement_ 53 ?. Attachm�nts ta this Agreernem: 54 a, Bid Farrn {As prflvided 6�- IJe��elaper] 55 I} Propasal Form (DAP Version} 56 2} Prcqualification 5tatement 57 3} State and Federal documents 58 b. lnsurance ACORD Form{s} 59 e. F'ayment Bond [dAP Uei�sion} 60 d. Perforrnance Bvnd (C3AE' Versian) Gl c. Maintcnancc Bflnd (�AP Versi�n} G? i�. f ower of Attorney fvr the B�nds 63 g. Worker's Compensation Affidavit G� h. MSE andlor SBE Commitment Forrn (lf reyuire�l} GS 3. 5tandard City General Cunditi�ns of the Construction Cantract for De�eloper b6 Atvarded Projects. G7 �3. 5upplementar}� Coriditions. 58 5. 5pecifications speciticall}� made a part of the Contract �ocumcnts by attachment 69 or, if nat ariached, as in�orporated b� reference and described in the Table af 70 Cantents of the Praject's Contra�t �ocuments. 7l G. Drawings. 72 7. Addenda. 73 $. �ncumcntation submitted by Contractar privr to Notite af Award. 74 9, `1'}Ze following which may be delivered or issued after ehe �ffec[iwe �aee of the 75 Agree�nent and, if issued, i3ecome an incorparated part of the Contract Documents: C'ITY {lF F'tlitT WY]RTH h;arth�tar 5ertion 2 Phase i STANL7ARL] {'�]NSTRUC'11�3N SPEC[FIC'�T10N ppCC�MENTS - L>�V�L[)P�R AW�1RI)F.C� PR�1�;r�TS CPM1 1U33i9 Rc��isrS Junr 18, 2I)Ifi U05243-4 Developer Awardcd Projcet Agreemenk Psge 4 of4 118 7.5 Go�erning E.aw and Ventte, 1 19 Tttis Agreement, including all of the ContraGt pocurnentS is per�'orma6le in the St�te of 120 'l�exas, �enue sliall be T�rracii County, Texas, or tk�e United 5tates I3istriet C�urt f�r the 121 hlvrthexn District af Texas, Foi't �71�ort�] Di�ision. 122 � 2; 7.6 Author�ty to 5ign. f.Z� l25 1�G 127 l�8 l29 t34 131 Cvntractqr shall attael� e�idenGe of auths�rity io sign Agreernent, if other than duly authorixed sigiator�• aFthe Contr�ctar. IN W1�TfESB 1�11�[FRE(]F, De�cloper and Contractor ha�e executed t}tis A�reetaen# iri rnultip]e counrerparts. T'his Agre�ment is effe�tiv� as af ih� last da#e signed by the Yar�ies ("�ff�ctivc �iatc"}, L'ontractar: a��veloper: r� h2� Merita�e Hames of'Fexas. LLC Bv = B ': [5ignature) , ig turej Leia McC?��� Dayid A�{.hinbau�li _ _ _ (Prir�ted :�La�xie) (Printed Name) '['itic- �� �c.� Pres� `'�7� � Tit[c: Diwisiari Viee President CampanyName: „ inc. Cvmpany namc: Meritage HUrnes ofT�xas, i.�,� Address: r;��t] a�uinti�es� t�nuievard Address: 88�a Cr press Waters 131rd, Suite lU� Cit��ISta#e17ij�_ - 12l9f2421 Date 132 �I:. "1')� 7f 332 CitylStateJ2�: I3atlas, TX 75U19 _ - - ^�Cf.�ri/�.1�Pk'�'�� � �'� - - Dxte CIT'� nF Fp � r wt]�rx ?�tuthuar Section 2 Phase 3 5T'A�lllARi} C'U �i 57'RiIC IIDIti SFhCI�[C AT1plV DQCUh+�EIdTS — DE V ELOPER AWAixf3Ea PROlECTS CPN 1[1:i3 i9 Reviscd Suac 1 d, Z{Yifi 00 62 13 - 1 PERFORMANCE BOND Page 1 of 3 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103319 Revised January 31, 2012 SECTION 00 62 13 1 PERFORMANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we, ____________Gilco Contracting, Inc.___________________, known as 8 “Principal” herein and __________Liberty Mutual Insurance Company____________, a 9 corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, 10 known as “Surety” herein (whether one or more), are held and firmly bound unto the Developer, 11 Meritage Homes of Texas, LLC., authorized to do business in Texas (“Developer”) and the City 12 of Fort Worth, a Texas municipal corporation (“City”), in the penal sum of, Five Hundred Ninety-13 Five Thousand and Ninety-Two Dollars and Seventeen Cents ($595,092.17), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum 15 well and truly to be made jointly unto the Developer and the City as dual obligees, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA21-0116; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the _____ day of ________________, 20___, which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Northstar Section 3, Phase 1. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. 32 9th December 21 f:462I3-2 P�.}2FUk\i.A��'L 13C]N� 1'a�c 2 of3 3 PIi[}VII)N:I3 FL:RTHFR, that if any le���i[ a�t.in�1 hz filed nn t.hi.s F3on�i, vcrtuc sh�ill iie in 2 Tarrant [:nuni�•. 'I'�xa5 or the United 5tatcs L�itiiri�i �nurt. fi�r t}�e Vort}��:rr� i)i�tri�t af '1'cx�is, f�ort 3 Warth Ui4ision. =� Thi� honc� is made and r:a�cuted i�i ccfmp]ian�c u�ith thc �ro�isions of Chapter 2253 Qf the 5 Texas GUVL'i'i1fi7Ciii C,C}C��, as amended, ancl �ill ]i�ihiliti�s nn tl�is bond sliall be determined in 6 ac�ordance with the pra�ision5 nf said stalue. 7 IN WIT�IE�,S V4'}i1�,FtH;f)F, the Principal �rid the Suretw ha�e �ICr\I�.[} Zr�d SEALE❑ S this instrument hy dzzly authari�cd a�ferits and nff-icers nn t:his t}�e 9th _aa}` ��f__._.... �a De�ember 2��� io �i 12 13 14 15 I6 ATT - l? �� l8 l9 { ipal) S Gretary 2Q �1 21 2z �'� , , z3 ` � � ' 2� ' • � 25 it css as ta Prin�ipal 2b 27 28 29 �a 3l 32 33 34 5� �G 3 7 ��38 39 4iY W itness as Y� Surcly 41 42 43 �ur�r•rr�ar.: Ciilcn C'nntraetin�r,. inc. SY: ignature � l.c�it,'��LC)tiicrt- 1�i�� F'r"id�n!. [)��;ra[i��ns ltiarn� uiid 1'itle .�ddress: G�31 ti��iE[I�wcst Boi�le�'7E'C{ Reithrook. 'E X 7f, i 3? S[;lt� 11': I.ih�nz �luluai Insurance C'nm��n} BY: • - � �� — 5'gi�atu re _._. __..._._ Snphiiiie Hunter, .�tt��rrie�-in-Fact ��3lT1C �ifl(j � 11�C q��r�>>: 2�[}0 Renaissance I31wd i!�'100 Kin� af'Prussia, P.� 19•1{lG Iclephnnc tiumher: 214-9S9-OL�00 __ ... _._ 44 F�ote: ]f signed by an of�iccr of thc 5�ir�t� Carr�pany, t�icr� must h� an filc a �ci�titicd �xtT�act 45 from the hy-lai+s shoG��in� that thi; persnn has autharity io sigiz such c�bli�fation. [f 4G Surety's �hy7ical address is dif'terent fro��� its rnailing address, both must he �rnvidc�. 47 �1 I Y[ll E C3h l V� ()1: I 11 iVorchs�ar Seciian 2, Phase 3 5']'�INf?:IEiI?('1'I'1' ('UItiE7]']'i(7�S-I}I.L']:[.{]P�1ZAW'�Rl]]:171'ktUJF��I� City E'rajr:tNo. IU3319 Recisec !unu�3n � 1, 2�l l"2 00 62 14 - 1 PAYMENT BOND Page 1 of 2 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103319 Revised January 31, 2012 SECTION 00 62 14 1 PAYMENT BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 That we, ____________Gilco Contracting, Inc.___________________, known as 7 “Principal” herein, and __________Liberty Mutual Insurance Company____________, a 8 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 9 Texas, known as “Surety” herein (whether one or more), are held and firmly bound unto the 10 Developer, Meritage Homes of Texas, LLC., authorized to do business in Texas “(Developer”), 11 and the City of Fort Worth, a Texas municipal corporation (“City”), in the penal sum of Five 12 Hundred Ninety-Five Thousand and Ninety-Two Dollars and Seventeen Cents ($595,092.17), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 14 payment of which sum well and truly be made jointly unto the Developer and the City as dual 15 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number CFA21-0116; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the ________day of ______________________, 20_____, which Contract is hereby 22 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 23 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 24 Work as provided for in said Contract and designated as Northstar Section 3 Phase 1. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 9th December 21 f1[1 !,2 I�l -'- I�AYMI�.N'l' 13[ 1Ni] I'�Igc 2 z�f 2 1 7his bond is made and executed in compliance �vith tt�e pro�isic�ns ofCl�apte� 22]3 Uf tl�c 2 Te�as Governmenc C.adc. ;�s amcnded, and all liabilities on this bond shall bc act4rrnir7��1 in 3 accordance with the prnWisin�tis ofsaid statule_ 4 IN V4'I`I'NF.SS W}�F.HF.f}F, tlie Principa� and 5urett� ha�'e each S;(i1L f) �i�i� �FAf.E�U 5 this instrurncnt h� dul}' au�ht�ri�i�l :iti?L'IItS and c�fficers �n tl�is the 9th .. day oF 6 ❑ecember , �s� 21 � A`fT�ST: _ J ,G� � (1'r i ric i pal } Sec �•etary r ,� � � W n�ss as lc� P�-incipal ATTFST: ,�� H..... r11�1�::G� (5ur�ty) SCCrCIary' ��• � I�itness as tQ Surety 8 9 10 11 12 l� 1 �1 PRINCIP,� L: GIiCC' C��[F[t��if[�_. Inc. BY: � S n ture Leia �]cC�tsien- Vicc �'ri:�iii�l.lt_.�.?p�:i'aLica��s Name and Title Address: [.iit 5outh�ti�st F3nul�;w�rd B e nU roo k._] _� �G ii''._ ... SC1RL-TY: Libe � ti1u[ua[ [nsurans:c Cvinpariy BY: T �,�1r� �i�na rc S'o hinic Hiintcr, Attnrnc -1n-1'act NamG and Titic liddress: 22(YO Ren�issanc:e BE�d Ii4U6 King c�f Pnis�ia, I',� 1940G _ '1'elcphonc Numbur. ?1�-989-4404 Not�: if si�iicd by an offi��r of thc 5ureh�, thcrc must 6c on filc a zcrtiti�d �xtract fi�om the bylaws showing thal this person has authority to sign such ❑�ligat�an. If 5ur�ty's physical address is diffcrcnt frorn its rnailing address, bnth must bc pro��idrd. Tf�c datc pf �hc bond shall nni be prior to thc date th� Contra�t �s aK'arde:d. �1VD OF SECTI[}iY (.'1`I'Y Ul f(1R'I' W(}R"I'I 1 ti'arths:ar 5ectiar 2_ Phax � 5I ANI)AK[1 CfI Y t:[}NI.�I IlU[�5 — I_3k-.VF.LUPER AWARUFC)1'kU.fl.i' f 5 �in E'r:�i�c[ W. lf13� 19 Rrviscd Janu�iry'i I, 2i112 00 62 19 - 1 MAINTENANCE BOND Page 1 of 3 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103319 Revised January 31, 2012 SECTION 00 62 19 1 MAINTENANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we____________Gilco Contracting, Inc.___________________, known as 8 “Principal” herein and __________Liberty Mutual Insurance Company____________, a 9 corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, 10 known as “Surety” herein (whether one or more), are held and firmly bound unto the Meritage 11 Homes of Texas, LLC., authorized to do business in Texas (“Developer”) and the City of Fort 12 Worth, a Texas municipal corporation (“City”), in the sum of Five Hundred Ninety-Five 13 Thousand and Ninety-Two Dollars and Seventeen Cents ($595,092.17), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well 15 and truly be made jointly unto the Developer and the City as dual obligees and their successors, 16 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 17 severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA21-0116; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the_____ day of , 20 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the “Work”) as provided for in said Contract and designated as Northstar Section 3, Phase 1; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and 33 34 9th December 21 i�{l l�� I+1 - 3 MRilr' I C?NAN[,'I�: I�[ 1N1.) P;i�e 3 ui 3 i IN WITNES� WHEI�E�F, the Principal and the Surety ha�e ea�li S�[iNl;Dand SFAI..L;� lhis 2 instrinner�t h�• duly auihoricr�! ,1,;ertits and afficers on this th� ___,�th Jay of'� _ � Decernber , ?c�21 . 5 b 7 8 9 1Q li l2 l3 14 l5 r�TT�ST: � rincipa ] Secretary � �z r l7 � l 9 �,� � �� � 26 �Vit�iess as to Prsncipal 2l �� ?� 24 �� 2b 27 28 29 30 �I 3? 33 34 35 rl'1"I'�S'l': +'�i � il lc�i��� (5urciyf Secr�iary ,�� � W� ness as ta Su►ety �� 3G 37 'Notc 38 34 40 4l 42 PRiNCI�AL: C,i � i ` i ' �° !i� - �y; 5 ig�ature �.CI1 �jti{,�i11E:17- ti�ICti P«SI(Ii:ll� �}�i_i1�lUltti Name and 'I itic 5i!RETY: Liherty'�•futualInsuranceCc�rn am� --� -•�--- Address �;; ; � �����thu�tsl f3c,��p�rd i3t�Jb.�'q�,k. 1'� 7(i132 BY: _. ���C-:x...� � `� _ Si�natUre Snphinic I�unter, AttvrnCy-[n-Fact �Iamc and'1'itlr Address: 2200 Rcnaissancc Bl�d #�DO King vf I'russia, PA 19��6 Telephczne �lumhcr; 214-9$9-UODU If si�;ned by an of�ticer of the 5urety Company, thcrc mtisl be un tile a ��rtified cxtract froin the by-laws shaw�ing that this pe��son has aulliority to si�n su�h obli�aiian. ]f �urCh''s physical acldress is di��'erent fr4m its mailin� add�'Css, bolh ��tiust b� prU��ided. I'hc dale ofthe bond shall r�ut be prior #a the date the C:ontract is awa��dcd, i I'I'1' [ll� F'C]f{ f lh'[7ft �l I yorthstar 5eetion ?. Phase 3 S�I'14Nf}A�tf) f"I I Y{'[}Nf)I I�I[7Nti — f]FVFI.(]Pl?R AW�hRi')I�.f7 PR[?,1LC.T5 Cin• Project l�o. 1�3314 Rc�iscd!anuary 31, �[}I� �TREET L��HT� ��NTRA�T D��UMEN�f� INDE�ENDENT UTILITY ��N�TRUCTI�IV, I N�. S)(S 3i �:. � �'UNPIJCT c?F 1N II�:Afti C :11�'FIl)AVl7 Pak� ! ul' l sE��r�o�r aa �s i.� CONFI,ICT OF INTEREST AFFIDAVIT Each bitider, offeror or respondcn� (hcrcin�t�er referred to as "You"} to a City of Fort Wvrth proct�rerr�er}t Enay be requircd to complete � Conflict af [neeres[ Qucsiionnzirc (thc attachcd CIQ Fa�i�) andlpr a Loc�l GovernEne�it Officcr C'c�riflicts bisclosurc Statcincnt (thc attachcd CIS Form) p�rsuant to st�tc I�w. You �re urgcd to cansult with counscl regarding t�lc applicability of thcsc fonns to your cornpany. Th� r�fcrcnc�d forms iliay bc downlpadcd tram [he [inks pravidcd bclow. htt ://www.cthics.statc.tx.uslformslCl . df h�r ,p�/Iwww,cthics.statc.tx.us/Farmsl('fS.y�f' C[Q Forrn docs not apply Q C[Q �'ann is an tilc: wiEh City Sccrctary � 0 0 � C[Q Far�n is bcing providcd to thr City Secrctary C[Q Fom� dacs �tat apply C[S Forrn is an File with City Sccretary C'[S Form is beii�g pravidcd ta thc C'ity 5ecretary BIDDER: Independent Utili#y Construction By: Richard Walfe Campany caso Arinx) 5109 Sun Valley �ri�e Signaturc: Address Fart W4rth, TX 761 �9 T��]�• President Ci#y15t�tclZip E�ID UF 5ECT10\ ['[CY(>l�E'(;�RE L�'[1RI'�I ti�fAhDr�lrl)C't)hwl�R[i�'�I�ItiV �wF'C'll 1�',�rl()N Ix]CI�MI�:h�I:ti Nrt�i4rd :la�+uca 21, 2fl E S (Plcasc Print) Northtitur 4�Clii�n 2. Plf�ttie ; C'i1y Pra,jcct �Ia,. 10�319 pp .{ t 00 D��7 r`or�nn Paye 1 al 1'7 SECTION 00 41 04 BI❑ FpRM TQ: The Purchasing Manager clo: The P�urchasing Division 2Q0 Texas Street City of Fart Worth, Texas 76102 FOR: Northstar, 5ection 2�hase 3 Utility, P2vin� and Street Light Improvements City Project No.� 103319 lJniSslSections: Unit l: Weter Improverr��nts Unit II: Sanitary Sew�r Irrtprovements Unit III: ❑rainage Impravemen#s Unit IV� Paving Impravernents Unii V: Street Lighting impravements Unit VI- Traffic Signal fmproverrfents 1. Enter Into Agreement The und�rsigned Bi�der praposes and agrees, if this Bid is accepled, to en#er into an Agreement with City in the form included in the Bidding dacuments to perform and furnish ap Wark as spec�fied or indicated in khe Contract Documents for the Bid Price and within the Conkr�Ct Tlme indicated in th:s Bid and in aceordance with the other terms arsd conditions of the Contract pocuments. 2. SfDDER pcknawledgements and Certiticatian 2_1. In submitting this Bid, Bidder accapis alf p( the terms and conditions oP the lNVITATIaN TO BI�DERS and INSTFtUCTiQNS TO BIdD�RS, including without iimitaEion thase dealing wi#h the dispasitian of 8id Band, 2.2. Bidder is aware af all Cpsts #a pravide the required insuranc�, wlll da sa pending contraet award, anci will pr�vide a valid insurance certifir.ate meetinp al3 rec��airemenfs within 14 days nf natiFicativn of award. 2.3. Bidder certifies ihat this Bid is genuine and not made in the interest af or an behalf o# �ny undisclosed individua! or enti#y and is nat submitted in canformity with any collusive agreement ar rules oF any group, assaciatian, org�ni2atian, ar corpor�tlpn. 2.4. Bidder has not direc#ly or indir�ctly indu�ed or sohcited any other Bidder to submit a false or sham �id. 2.5_ Bidder has not solicited qr i�lduced any individual or entity ta refr�ln from bidding. 2.6. Bidder h�5 nat engaged in corrupt, fraudulent, co{fusive, or coercive pr�CtiCes in competing far the Gnntract. Far tha purposes ot this Par2�graph: a. "eorru�t practice" means the offering, giving, reeeiving, or saliciting of any thing of velue likely to influen�e the 2�c#i�n of � public official in the b'idding process. b. "fraudulent prac#ice" means an intentiorial misrepresentatian of fac#s made (a) ta influence the bidding process ta the detriment af City {b) kv esiabfish Bid prices at artificial non-competitive levels, ar (c} to deprive City of the t�enefi#s of free and apen competition. c. "collusive practice" means � scheme cr arrangemeni between two ar mnre Bidders, with or withaut the kr�owledge af CiEy, a purpose af which is t� es#abllsh Bid pric�s at artifici2l, non�competitive Cf7Y dF F4RT WQRTH $TANDARD CONSTI�iJCT14N SPECIFICATIDN dpG�1MENTS Form Revised March �, 2b2¢ 00 41 6U 0� 42 43 �0 43 13 00 43 37 QQ A�y �� �id Famt flr�ao-fla e+a �ortM PagC 20f 17 �@V�IS. d. "coercive practice" mear,s harming ar ;hreatening to harrrE, directly or indirectly, persons or #heir property to influence iheir participaEion in �he bidding process ar affect the executian af the Contract. 3. Prequalification 7he Brdder acknowledges tha# the following wark types must be pertormed pnly by prequalified contractors and subcontractars: a. Paving b. Utility c, Street Lighting d_ Traffic Signal 4. Time of Campletinn 4.1. Tne Work will be Complete far Final Aceeptance within 3� days after the date when the the Cantract 7ime commences tp run 2s pravided in Paragraph 2.�3 of the General Candit'ions. 4.2. Bidder accepts the provisivns vf the Agreement as to liquidated dama�es in the event Of failure to complete the Work {andlor achiavemeni af MiEestar�es} wi#hin #he times specified in lhe Agreement, 5. Attached ta this Bid The fdlowing documents are attached 10 and made a part aF this 8id; a, 7his 8id Forrn, 5ection 00 d1 OU b. Required Bid 8ond, Section 00 �3 13 issued by a surety meeting the requirements of Paragraph 5.q1 of the General Candikions. c. Propps�! Farm, Seclian 00 42 43 d. Vendor Compliar�ce ta State Law Non Residenk Bidder, Section 00 43 37 e, MWBE Farms (optional at time of bid) L Pr�qualification St�tement, Seckipn 00 45 12 g. Canflict of lnterest Affidavit, Sectian d0 35 13 "If rsecess�ry, CIO or C15 forms are #o be provided directly to City Secretary h. Any add�tianal documents th�t may be required by Sectian 12 af khe {nstruCtions to Bidder5 B. Tatal Bid Amount fi.1 Bidder will complete khe Wark in accord�rlc� wit1� the ContraCt Documents for the foll4wing bid amount. Ir� the spar,e provided belaw, pl�ase enter the toEal bitf amvunt for this projeCt. Qrtly this figure will be read pu6licly by the City at #he bid opening. CITY oF �QRT W4RTK STANpARO CdNSTfiUC710N �PECIFICATION DOCVMEN75 Form Revi6ed March 9, 2020 40 41 00 �6 A2 4� Qp d3 13 UO 43 37 Op 45 12 9id Form 00 41 9Q 61� FORM Paye 3 of 17 6.2. It is understaad and agreed by Ihe Bidder in signin� this propasal thaF the tatal bid amount entered below is su�je�t to �eritieatior� andlor modification by mulSi�Eying the unit bid prices for each pay item by the respective estimated quanti#ies shown in #his propasal and then tataling all of the extended amounts. fi.3. Evaluation of Alternate B�d It�m� Tatal 8ase �id Aitemate Bid Deductive Altema#e Additi�e Afternate Total Bid T. Bid Su#mittal n1a $132,993.96 nla nla nla $132,993.96 This Bid is su�mitted on 0712912�21 Respeetfully sub ' , By: (Signatur Ric�ard WoIfE �� (�rmted Narrse) �itFe: President C�mp�ny: �ndependenk Litility Constructiar� Address: ���g ��� Valley Dri�e FOrt Worth, TX 76� 19 5tate of Incarparation� TEXAS �m�jl; �St�m�tllig[(�IUCtX.CORI PHone� B'[7�7$-444� _ ENa QF 3ECTlON CITY OF FORT WORTi-! STAnsDARO CONS7ftuGTiQN �REGIFICATION �dCl1MEN75 Farm Revised March 9, 2�20 by the entity narned below, Carporate Seal: ���r++tl����e1f�r�` �wti� �pNSTF�(/ ��i ��r ,�,� ��*..,,.���%)� ��rr A .� � � \y'+���� S / rr w j r � �* t�Ci S sw'����`—���� rt �`. : � � r : ,a� '�. �`,y'+'+., r 979 ,r,y��r • rf{�'���� ,.7�F.Xfi��* 4���~�' ���r� i i � � � �� ���� UO 41 O6 Od d2 d� pp 4� 13 (jp 4S 37 UQ 45 12 Bid Fortn lNl � � � n.SP Hl111'ti� ]f'� �ti �I Y�.YVc s ��7 7 sEcriaN 0� a2 a3 Oevelaper Awarded Projects - PROPOSAL ^QRM UNIT PRICE BID Bidder's Applie�tion I�iu�441 II4111 f¢iti�m�aliem E1iJ.lrr'.: 1'r<�p��,�,,1 �1Li31tiI �Lllll [. Slll 111 ��1�I SYrscriptia:i ti�}ti�ili�:�i��>>1'ti�cli�m ��,. 1'nit Prire liid Y:duc i1�r, �Ica.ui'c Qua�iu�v I P 1 26b5.3U15 2" CONpT PVC SCH 80 (7) 2fi 05 33 LF 988 17.02 1$,815.76 2 344�,3303 F{dwy Iflum Foundation TY7 34 41 20 EA 22 �,722.Qa 37,884.Oa � 3441.3035 Furnishl install Utiiity Waghington Postline 34 41 20 �A Series Luminaire Fufl Cutaff LED and Pdle 22 3,350,00 73,700.p d 3441.4410 NO 10 Insulate EEec Candr 34 41 TO �,F 2g64 �.55 4,594.20 5 6 7 $ 9 10 11 12 13 1a 15 16 17 i8 19 20 21 zz 2a 24 25 28 27 2a 29 30 31 32 33 34 a� �s 37 38 39 40 41 az as aa a� T 7 $i32,993.96 t fS'1' 1:�Y F'�1A7' 15'qR'1'll ti'1'J�til).�RI] 4'f}tiii'Rl'� 1']C71' 4p1'S�Qk �.d I ILi\ [kl["L31F17ti . UF\TI.nPIR ,\M',1R[1P 17 PISUJE�f'1�!i F�nlll �'AYI�{I \IT5 ��. �OIA {x),I�.�i y1J Ropu.�l WUt 11e�iwd IN4 I; 7 i U.U' � Ii115 PFti11� Iti.til i°;�u� . ��i 7 S�CTIQIV 00 42 43 Oeveloper Awarded Projecls - PROPOSAL �dRM UNIT PRICE BID Bidder's Applicatian Eflu�4'4I I14'lll Ifli{7fR1:Ih1Yl1 IiiJ1�4Y'� Ph��+c»rl f1i�lli.t I�ctn S'nii uF lfid I)Cti4fI�UVl11 ��7CCIiiGiYl1{Y71 Stil'hl][7 Ntl. I'nir I'ri44 liitl V;�lut NO� �Ir:i.tirc ltVuanticy E3id tiummHrs UNIT I: WAiER IMPROVEMEN75 UNiT II' SqNITARY S�WER IMPRQVCMENT'S UNIT III', pRAINAGE IMPR�VEMENTS LJNIT IV; PqVING IMF'ROVEMENTS UNIT V: S7REET LIGHTING IA+fPFtDV�MENTS Uf�11T VI: TRAFFIC SIGNAL IMPROVEAIIENTS 1 mxl ('nq,��UCilnn 7 h!r Bid iz suhn�ittcd h�� the rlltk[4' �H�fSI hCll)M': lil�)t3F:K� Independent lJtility Gonskruction 5109 Sun Valley drive Fort Worth, TX 75119 ('oelrAclar rgCKe. iu K„n��i.•is ���o�zs: r��� Fi�AL A('('EP'f�+tiL'F: Ni�hin CD` 1 R:1[' I' cn�mcnecx lo ruo H� pror-ided jq tI�P f:en4•YNI ('vtidilionc. �e�: R' rd Wolf� rrri.E.: resi ent o:� rH:: 07-28-2�2 � eti�� or• tir�crio� ('iS`S' {]f Ff7QtT Ll'f?H'CI I ti'[�r1Yl],�Rf71'{y\wilil'i Th7ti tiPi�("1F�fS �511(i!i bCril ,l{I-\TS. fii�l'TI�<lPl k �\u',{FU)1�1) INtS}1!'C 3'ti F.a�u Y�vnu �[x1 '_7. 'Oio nla nla nla nla $132,993.96 n1a �� xnrkin�r d#Y� M[f!Y thr It�lv n hcn fhe W.{:a7 IsiJN��x�.�l 1}.V• Ker�rr�l 49�371 Qin �oNo Popo a qj 17 SEC714N �Q d3 13 BII� R(]ND KN�w n�4 aY TH�S� PRE8EN7S: Thak we, litd� endont UYifit ConstruCtion inc. , known as "�idder" herein and Westfield lnsu�anC� Cam n a carparate surety dUly eulhnrizeti td do business in the $tate of 1'exas, known as "Surety" herein, ar� held and firmly bqun[! unto thp City o# Fart Worth, a municipal corpora#ion c�egted pursuant ko the faws af iexss, knqw� �$ "City" herein, in 1he p6rr�l sum of five perc�nt (596) of 8ldder's m�xfr►turte bid pNce, in I�wfui money pf the llniied States, to be paid in Fdrl W4tth, Ta�rant Coun#y, Taxas for the payment of which sum well �nd truly ta he made, wa bind o�rselves, our heira, executars, adrrtinistrakvrs, slsCCessors a�d assigns, jointly end sevgr211y, firmly by ihe5a prgsgnts. WFEE��AS, th� Princ.�pai h�s submitted e bid or praposal ta perFprm Work fnr th� fplipwil'1g �]r�gct designated es Morthstar, Se�tion 2 Phase 3 Utiii4y, Pa�ing and Street Light Improvements NOW, TH�REFORE, tha oondldon of thls a4li�ation is such that if the City shall aw�rd the Conlract for fhe fpregoing projact to the Principal, and the Prlr��ip�l sh�ll sa#isEy �ll rgquiremenks and wnditians tequired far the execu#ion of the Conkr�ct $nd shaf! enter into thp Con#ract in writing with #he City i� accordanoe with the tem�s Gf such same, khen this obligatian shelf be end become null �nd v�id. If, howevgr, the Prinapal fails to exeCute SUCh Contract in accardanc� with the terms of sam� or f&�ifs to satisfy all requirements and condikians requ�Ced for #he exaC�ltion af the Cantraet, thia 4anc! shal! hecorr� the property of the City, wi#hout tecouise of the Pri�cipa! andlar Surety, nak ta exoeed the pen�Ny heredf, ancf shall be used to compenseke City fpr #1e differenoe hetween PrinCipal's total bid 8�mour►t a�d the next seieCtgd bidder's total 4k1 amounL PROVIn�� FURTHER, that if �ny leg�l ectian be filed on this �and, venue she�ll lie in Terrent �aun#y, Texa� or the United States Distri� Caurt Fa� the NorChem Oistrict of Texas, Fort Warth �i�ision_ IN WITTlESS WW�R�OF, the Pnncipei and the 5urety have SIGtV�� and 5EAL�D this inatrument 6y duly au�orixed agents and oPfic�rs o� th�s ihe 28th day of Jul , 2021. PFtINCIRAL; It1de �ndent Utili Canstruct�on, 1r�c. SY; ig tur� �" t�id7acd Wc�EFe. Presidant N�me and Title CITY QF FQRT W¢RTH STPJVOAR� COMSTRS,JGTI¢H $P@����/y710N IX7Cl1h1EhR5 Fam 12avised 26171109 90 � 1 �6 UO �2 �S 0013 1� pp � a7 qq �517 81d FMIY OU A3 !3 eID BpNp Neqa g � 17 �~ •�t- � , �1/�L�[..� f, Witne�s to Sutety �lizabekh G Attach I'ower a( Aktumey (Sure#y) for Attornay-in-F�ci pdd�ss: �ias sun W�u� a�ve Fart Worth 7X 7fi199 SUFi�TY; Westfreld Msqrance Cam an BY� �e � � K le W. Swr�ene Attorne -in-Fact Narne and Title Address; 5�g R�blic �riva Suite 45U Plana 7'X 75q74 Telephone Number: $qQ-�43-0210 '!`late' If signed hy an officer of the aurety Campany, there must 6e on flle e ceRi#ied efctract fram the by laws ah4wirlg that this perspn h�s authoriiy to sign such ob[kjatian. If Sur�t}t's physica! addtess is different From its mailirlg 8�tldresa, bath rrtust he provided. The date o# #he bpnd shall no# be prior ta the date thg Contract is awarded. +L}+ ��11� ��' �. 1 � ��IFr + ;y��C�— . , [��'S Lti' • tq+� .��`r ` ; ' � � � i 1 •• ±'- rJ� � � � � � _. � i- �i� '.�. �, � � ENi] bF S�GTEOhi CITY 4F F4RY' wOR7H STANOARp CUNS7RUCT�qN �pFCipICA71bN D4C11M1�#IT3 Form 12pvleeq 2Q171149 00 41 00 00 �2 {3 00 k1 19 6p �j �I 00 �S t2 @Id fOflll �°��., �°•. �� ti� ••� ��r��ivrr 5u��t�<wt��� �INY l�IZtVIUU� 4'CSWL:t< rfinitin� ir,ia aF�nnt; P�Wk"� #ynN� IS;iUF;q PfilCsi; T�] Od/2U/1'I, ��t�j; nNY f�fi�SON OR IyET2SONS NAMf t7 f}�L�?W. ��fl�l"�� Power of �t#c�rnPy c��ri�i�a co�v f�UW�:k; NO 4�20p52 06 W�s�fi�ld In�urance Co. W�stfieid National Ir�surance Co� Ohia Farm�rs Insuran�� C�. WCStfICI{I C�Lr1k�f, U11iq 1(npw All Mer� !�y T7FC3C P�esen�s, T�pryt W�S'f'FfEI_Ll fN^sSJRl�NC� G[7MPqNY, WESTFfE�i� l4AT1(jryq� iNfiI.IF2l1NC� (;QMPANY ElYict (}HIU FnRMS4:RS IN.�`iLJf�ANG� C[]I�APqNY, eorpr�ra��ans, ncrcin�fker referrc�c� #o Frycliv�ciu�lly �s a"Corn{rany" anr� cofl�ctiv��ly s�s "C:r�rr7p�ni�;s,� duly or�an�zed a��d u'xis[ing unUef th� l�W� af tnr, �tatc: af Ol7io, and Ysaving its ptfJiciqal 4f�iC� in WestfielU Cen����, Medura Cqlinty, dlua, tlo hy Urese presants make, cUnstitute anp appoint CHAR!_�� p, gWEEN�Y, MICMqEL A. SWE�H�Y, KYLE W. SWtENEY, ELIZABETH GRAY, JOINTLY DR S�l/ERALLY ot FORT w�RTH ar7d sta3c �a� 7x its tru� and lawful A�;qrn�y(��-iiy•FaCt, w,t� f�ell ��ower ancl aui��onky her�fiy canterred in ita n�rn�, placa and s[eari, to execute, acknawledge and d�hvmr any and all honds, recog�uranaes, underlakings, or cther ins#rurnenls ar cnnlracts n! suretyship.. .. . .. .. - - - • - • - - - - • - - � - - - . . � - - - - • - - - - • - - - . . . . _ _ , . . .. - - • - - - - - � • - . . �,.lM1TA7i0iY: THIS POWER O� ATTORNEY CANNa7 BE USED T� �XECUTE N�iE C�UARANTEf, M4R�'OAOE d�FICIENCY, MpRTGA�� r,�qRA , OR BANIC d�Po�1�0l2Y E3oNpS, and to bind any Of th� CUrT�gani�S [YI61'�by aS fully �nq �4 tYt� SF3fne G��n( a� I( 5ucF1 bpl�dS Wc:r� gigrlptl by thp j+r'ASidCi�t, soaiaU w�th 1hc corpc�rato s�a1 of the applir.able Campany and duly altestc�cf by rts Socretary, ��ereny ratifylnq ar�a cr�,�;irrning all that the saici Aliorney(sj �n-P-ar.k may qa �n tlie premises. Salts ap{5ornfinent is made under and ny autr7arEty of the following rc�safutian adOptCd �y [F1E Fk�ar� Of b�reClo�, of ench or Che WESTFI�LL) lNSURANCE CdMPANY, W�5"fFiE�p NAT!(]hiA�, II��yUftANC� CplVIp�1NY and OHIO FARAA�h�S IHSUfS�1NCC COMi'RNY: �sQ rr r�esvr�aa, u�at the PrEsltlenl, any Seniqr �xecutiue, any Secretary or any Fldeiity & 5urety op�ralians Cxacutiw� or other �xe�cut��e shall bo and is hCrC�Sy vest� wltll full powdY �nd �utltority to a�pinl arly one or mc�{e suitaqle p�rs6ns as A�torney�s}-ir1 �yct �U rc:�rresenl and acl fnr ana or� nehalf of tfie Company suUJect to the fnllrnvir�g prpv'sslnns: 7h� qttorney-In-�act. may Go giver� Tull powur and autnority for and in the nam� of arn1 on behaif nf Che C�mpany, [a ex�cule, as:knowfcclge and deliver, any and alE taands, reeognizanccs, coittracis, agr�a�int�nt� of frldemnity and ottter c4nt�itionai pr oqligatory untlortakingS �ntl �rry anr] al4 notices and dnCuments C9nC�iir�g or termirlatlrtg Ch6 Campally'S Ii�bility thEreund�r, �nd any su[:h ins;ri�markts sq 4KCGu[t".d by arry such Ak�w�ey-In-Fact shall ne as binding upqn th� Campany as if slgned �y Fhu President and sealea and �ttesttsd Cy the Corparaie Secrctary.� 'Be I[ Ferr[her F�esoJved, that �rte slgrr�tura of any SUCIl desigrsa[ed pergqn anct the seal al the Comps�ny her�tofore or hereaftor a�f�xcU to any pvwer oF attorney or any certiflcaCa relating tneretu uy �acsfmlie, an� any pawer v� attarney or r.ertlF�cate baarfng �ar,simlie signatures nt facsl�rilie seal shall � vafir5 and binclin4 upor� thtl Com�y$ny wlth re5pett tP ally bond or undertakl�g 1p wllich it is attAchEd.' (Ear,t� adoptatl at a mecating held on Fehruary 8, 2p4p), !rt WfPness Wharaa�, W�STFIELR IhE5L1RANCE �714ApANY, WE$TFIELC3 NATIpNAL II+[5URANCE Cp14Fp�1NY and Ohlld FAR�I�RS INSURIINC:� COMPANY have caused these prasents to b� signad by tneir senlw F�cecutive �nd their carporate saals to be I�er�o a[i�xed lh�s 20E1� ds�y af aaR1l. a_o„ 2V�1 . $���HO ��Suu�Ip,� Hfflxed ���,4f'•*d+ �� �� ��� � � ��.ti ,� �� `'--.�„� �'t S��tl Oi Oh10 -�••�••- County nr �ed�na ss.: ��45�II���rra11 , ,,.��.��oN�. r,yS,. : ,Q,` . '•,��"; �'N . ��..+' .Cll, =m'': ;',u��-: .:o _: ����`'�. u �k•� � n 4„�+•`: w ; �H4ti r, r . �' .,,'" r WESTFIEL� INSURANC;E C:4MPANY WESTFIELD NATIONAl. INSURANC� CQF�lPANY �I��(� FAF�M�RS INSURANC� CO#PANY � •:� � � �y; Richard L. Kinna�lyd, Jr., Nafiona! Sur�tY L.eader and Senrnr Executive On #hls �lh day of pPRIL A.D,, 2d91 before me personal�y same �tiGlBrd L. Kinnalrti, Jr. to mo knawn, who, being py me duly sworn, d!d depasa arfd �ay, that t�e r€sldes in Medina, Of�iv, ttrat he Is 5enior �Xec�ltire nf W�S7FIE{.4 lNSURANCE GOMpANY, WESTFE��,p Nti1TiC?NAL Ihl9URAfJC� ��pq�Y anp OFil4 FARM�RS INSUF7AryCE GY]qAPANY, tF1e cornp�nlBS tlasGPlhotl In an� whlGfl exeGu[td #f�� $I�qyp Ynstrument; that he knaws khe seafs of said Gampanies; l�at the s$ais arrix,ed to gala Instrument er� such corporake seals; Fhat they were so a(fl�e by qrder aF the Baards o� 6lrectors of sald Companlas; and that he slgnetl I►Is name thereta hy Ikke oraer. NolaYl a I ,w, S@dl = �'` �,1 q � r • r�fflxed ,�P : ,......... +� ���ui//�� r.-�'�,�r . skata of Dnla =. � d�r,� � Wilfiam J. fCahelin, A ney �t L�w, Nalary PubliC County 4( M�Ena ss_' ?' ,�r,;,Q My ��m�+�+lon Does No[ E�Ire (Sec, 147.03 Ohle R�vised Codoj � �. r � o � ° t'� I, Fr'ank A, Carrino, Secre[ary Qt W�STFI�LD lNSIJFtANCF CpMf+ANY, W�STFfEL[] HATiQNAL INSURANCE COA,lPANV and OHID �ARAA�RS INSURAMCE COAAPqHY, da here4y certlfy thai the ahova and laregv�ng Is a true ar�d correct copy oi a Pow�r ot Atiorney, execukeb by sal�1 Campanles, whlch Is stlll In full force and efTed; and furthmrmore, thg res�tuklons o{ [F1e Boards oi, dln�tvr5„set ouk ire the Pnwer af Attorney are In ha!! force and effeeet. . - � ti, �. 1n Wf;rress Wharanf; I haue i�creun#o set my hand ar�d affixed the seals ot sraid Co�r�i%s~e�� �lyg�t}ki�l� �nter, (3��io, tAis ��th day af JLl�� AiQ.7(1� � ' � . „ _ ,a .w,,� � �r��«,,,.,,,,. ..+wn.�, o � ---u .� . ..� n� ��,aSU A.:,4��,w"a ti: `���tit7N?IL �,�,SG�+ � ,f�k�{�y�a, � - � - � �. + _ ��� � tic p�i ;" O r' '•,,�y ;'' � � r•.• �---�.:7�� _, # � 1. �4~i�J�.�.�_}�� ��� .'Z:. ���C��T��::�� �� � '.S_,� { �R } ��,: �r�, �n ; =�: b� � L� ,��f��� 3'ur�.. .'r7 c � � 16� i ,-- n ' .Srer�ear� �'�' � � # : o;• ��`•, ... �.•*l��,F.-' Fra�k A. Carrino.'3a�vrclary ''����� • y, � �' . ,i, „ �,,.,,,;,..... BPOAC2 (camlbined} (O6-Q2) 04 a 3 37 VENpOR COMPLIANC� 7D $TATE LRW ��ge I6 of 17 SE�Ta�W oa a3 �7 VENDOR COMPLIANCE TO STATE LAW NaN RE5IDENT �IpD�R Texas Government Code Chapter 2252 was adopted far tha award pf contracts to nanrasident bidders. ThiS law pro�ides that, in order to be awardetE a contract as law bldder, nonr�sident bidders (out-of-s#at� contractors w�ase Gqtppr�te offices ar principal place of b�siness are outsids the State ai Texas) bid prajects far construc#ivn, impravements, suppEies or services in Texas at an amount lawer than #he lowest Texas resident bidder by the same arnount that � Tex2�s resident �idder wauld be required to uroderbid � nonresident biCfder in order to obtain a comparable contrac# in the St�te which fhe nanresident's principal place of business is located. The apprqpriate blanks in Sectivn A mu�t be filled aut by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to da so will autamatically disqualify that bid�er. f2esider�t bidders must check the box in Section B_ A. Nanresident �tdders in the State af , pur principal place of business, are reguired ko be perce�t Iower than resident bidders by SEa#e Law. A copy of the statuie is �ttack7ed, NonreSident bidders in the Ska#e of , aur principal place of business, ar� not rc�quired tn underbid resid�n# k�idders. B. The princip2l place af business of our c�mpany or aur parenk campa�y or majority owner is in the Stake of Texas. (�9 �IbbER: Independent Utility Constru�tion 5109 Sun ValE�y Dri�e Fort Warth, TX 76119 g • ' hard Wolfe i ure) Title' President � Date: � � E���] OF SEC'TIOh �ITY �F FQRT WORTH STANDARO CONSTRLICTION SPECIFIGATiDN OOCIJMENTS Farm Revisod 2a110627 Od 41 q� p� A$ 4$ 00 43 13 40 43 37 40 A5 12 Bid Form 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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. Northstar Section 2, Phase 3 City Project No. 103319 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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. Northstar Section 2, Phase 3 City Project No. 103319 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 Northstar Section 2, Phase 3 City Project No. 103319 0o as , z aio FaRn� Page t7 oi 17 SECTION 00 45 12 PREQUALIFIGATIDN 57AT�MENT Each 6idder For a City procurement is required ta cornp�ele the information below by identifying the prequalified contractors andlor subcqn#ractars wharr� #hey �ntend to utilize far the m�jor w�rk type(s) listed. Major Work Type Cantrac#arl5ubcontrq�tor Company Name p��qUaliiicatia�� Expir�fipn Date Paving lltiliky Street Lighting Independ�nt Utility Construe.tion Q31p���p�3 Traffic Sign�l The undersigned i�ereby certiFies that ihe contractors and!or subcontractors described i� the ta�le a�ove are currently prequalified for the work types listed, BIppER: Int�ependent Utiliky Gonstructron 5109 Sun Velley �rive Fort Worth, �'X 76119 8y: ard Wolfe (Sign�tUfe) Title: President Qr�k�: � r C[TY OF F�RT W�RTH $TANnAf2d C4NS7RUCTION SPECIFICATIQN �OCUMENFS Farm R�visad 2012�17q ENp UF SECTION flp 47 Qq 40 42 43 00 43 13 qp A3 37 d0 45 12 Bid Fqrm If0 4S 26 - 1 COhI"I'RACTOIt C'pMPI.IqNCE WITH W[71tKER'S C'C)MYI:h1!�q'1'10H LAW P��4 I �rf` 1 2 3 A 5 G 7 8 9 Ip II l2 l3 l4 l5 16 17 18 l4 20 21 2�2 23 24 zs z� z� 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION [1Q 45 2b CONTRAC"f'OR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code 4ection �4Qb.q96(a}, as amended, Contractor certifies that it provides worker's co�pensation insura�lcc coverage for ail of its err►ployees employed an City Project Na. f03319. Contractor further c:e�[�fies that, pursuant to Texas Labor Code, Sectia�t 4U(.09b(b), as atx�ended, it will provide to City its subcontractor's cec�tificates ol'campliance witi� wqrker's compensation coverage. CONTRACTaR: �ndepcndent lJtili�y Ccynstruction_ By; Richard Wcrlfe Campa�ny lease Print) 5�09 Sun Valle i7rive Si�nakure: Address Fort Worth, TX 7�119 City1S[ate/,Zip THE STATE OF TEXAS COUNTY OF TARRIINT § � 'I'itle: President {Please Print] BEFORE ME, tlle undersigned authority, on this day personalty appeared Richarc� Woif� , known to nte ta be the person whose natrte is sui�scribed to the fore�oing instrument, and ac[cnowledged to me that helshe executed the same as the act and deed of Independer�t UtElity Construction, Inc. for thc p�rposes and conszder�lion tliercin expressed and in the c:apacity thercin stated. � E ER}� ,'�' HAND AN ,A,I, OF OFFICE this � day oF t i '�Q� , 20� - � �� � RCti� «��ir7 �,NRISTINA �� Texa� -'y```�•��`r�' �atatY publ�C, State ot `x°�� ��sh= Com�,. ExP�fes 12-�478��a •yrt;,t'�'�` NOtasY tifl 1309��.. � ^ � � ._. �� No ry u lic in and for t}�e State of Texas FND aF SECT��1V C1TY 4F FORT WUR CH STANDARU CUNS�fft[![:�I�[[)N SPEC[FICAT'I�N ddCUMENTS Keviud April 2, 2f7j4 Northstar Sectinn 2, Phase ,3 Cicy Projec[ No 1{l33 l9 12/9/2021 {10 52 43 - 2 I)CVC3c�pCr Aw�}Y<ICd Pritjcct Agrccm�hl Pagc z oea ;32 3,3 I.iqutdated dama�es 33 34 35 3G 37 38 39 4Q 4] 42 43 Contractar rccognizes #hat time is pf the esser►ce af this Agreernent and that �evelaper will suffer #inancial loss if the Wark is not comple[ed within the times spacified in Yaragraph 3.2 ahove, plus ar�y ex[ension thereof allawed in accordance wi�h Article 10 of" t}�e St2�tlddrd City Conditions of the C.onstructic�rf Contract for L7e�einper Awarded Projects. 'i'he Contractor also recognizes the dclays, expense and di#'�cuities iilvol�ed in provin�; in a legal proceeding the actual loss suffered by the �cveloper if the Work is not coir►pictcd on time. Accarding[y, instead of requiri�7g any suc�t proof , Conteactor agrees kh�l �s liquidated dam�ges for delay {hut not as a penalty}, Contractor stiall pay Deve�o�rer One Thcrusand Fi�e 1lundred Dollars ($1,5p0.00} for each day that expires �lfter the time specified in Paragraph 3,2 1'or Final Accepta«ce �intil the Gity issues the Final Letter of Acceptanee. 44 Article 4. CONTRACT PRICE 45 �eveloper �gree5 ta p�y Contra�tor for performance af the Wotk in accardance with thc C'ontract 46 DocumeE�ts an amo�nt in current fun�is of Qi�e Hundred and 'T'hirty-Twa thot�sand Nine hundred 47 �,1�d Ni„ely,Three Thousand Uollars and Ninety-Six cents ($132,993.96). 48 Article 5. [:UN'THACT UOCUM�NTS 49 50 51 52 S,1 CONTEN�'S: A. Tl�e Contract L)ocuments which comprise the entire agreement between Developer and Cantractar cancerning the Wark consist af the following: l. This Agreement. 53 2. Attachrr�ents Io [his Agreement: S4 a. Bid Porm (As provided by Developer} 55 l) Proposal Forr� (DAP Version) 56 2] Prequalification Statement 57 3) St�te anc� Federai documents SS b. Insurance AC(�RD Farm{s) 59 c. Payrr�ent Bond (DAP Version) 60 d. Performancc Bond (DAP Version) 61 e. Maintettance Bond (DAP Versio�l) 62 f. Pawer of ilttorney far the Bonds 6� g. Worker's Compensation Af�davit b4 h. MBE andlor 5��, Commitment Form (Ifreyuiredj 65 3, Standard C;ity General Canditians of the Construction Contract foe de�eloper 6G Awarded �'rojects. 67 4. Supplementary Conditions. 68 5. Specificatio�is sp�cifieally made a part af' the Coniraet Dc�cuments by aEtachment G9 or, if no# �tt�,ched, as incorgoratecl by referencc and �cscribed in the Tahle of 70 Cantents of the Praject's Contract C]ocuments. 7i 6, Drawings, 72 7. Addenda. �3 S. Dacumenta[iatt submitted by Conkractor prior to Notice of Award- 74 9, The followin� which rnay be delivered or issued after khe Effecti�e Date of the 75 Agreement and, if' issued, become an incorpor�►ted part of the C.ontract C�ocumenCs: CiTY 0]' FORT WOR'Z'H Narthstar Scctiqn 2 f'tia�C 3 STANI7AR[] CCINST'RUCT7(7N SYE:CIf�]C'A"[�ICiN DOC:LlML•hlTS— dF.VELOPER AWARdEU F'ROJECTS CPN 1�,�31�} itevesed Iune !b, 2i)Ib ousza�-3 Devcloper Awarded Pra�e4t Ag�eeme��t ��age 3 nf 4 76 77 78 79 80 81 82 $3 84 85 86 87 S$ 89 90 9l 92 93 94 95 9G 97 98 g�) lOfl ioi 102 a. No�ice to Fraceed, b. Field Urders. c. Ch�nge ��r�ers. d. LetEer of Fin�l ,�ccepta�lce. Article b. INDEMNIFIC�TI�N 6.1 Contractor covenants and a�rees to indemnify, hold harmless and defend, a# its pwn expense, the ��ty, its af�cers, servan#s and employees, fram a��c3 a���►ins# any and all claims arising out of, or alleged to arise out of, t#e woric and services ta be perfarmed by the �ontractor, its officers, sgents, cmplayees, subcontw�ctors, licenses or in�itees under this contracf. This inc�emni�cation rpvision is s eci�call rntended tu o erate and be cffecti�e even if it is alle cd or ro�en that all or spmc of the dama es bein saught were caused, in whole ar in part4 hW �tt��y �fit, omission ar negligence of the citV. This indemnity pro�ision is �ntended #a inciude, withuu# limi#atian, indemnity for costs, expenses an[i Ecgal fres incurred hy the �ity i�n dcfendin� against such clairns attci causes of actions. 6.Z Contractor covenants and �grec5 to indemnify and hold h�rmiess, at its awn expense, the city, its offcers, tierva�ts and employees, fro�rt� and against any and all lass, damage or des#ructiun of �raperty af the city, arising aut of, ar alleged to arise aut of, the work and services to bc performed by the Go�lt['RC#or, its af�cers, agents, em�loyecs, subco�etraetars, Eicensees or inv�tecs under tisis cantraet. 'I'i�is i�demni�catian �ravision is speeifieallv intended to operate �titd be cffective even if it is alle�cd or yroven that all or sorne of the dam� e5 bein sou ht were cnuseci in whole or in art bYany act, nmissiort or ne�li�ence �f the city. Article 7. MISCELLANE(]U5 l0_i 7. ! Terms. 104 Terms used in this Agreemetar a►e defined in Article 1 of #he Standard City Conditions of l05 the Canstru�[�on Contract for De�elaper Awarded Prajects. LOG 7.2 AssignmetlS pf'Contr�ct, 1Q7 This Agreemer�t, inc�uding �I1 of the C:qnxt��Cl �OCuments may not l�e assigned hy the 108 Cantractor without the advanced express written consent nf the I?eveloper. 1D9 7.3 Successors and Assigns. l I Q De�eloper and Gontractor each binds itself, its partners, successors, assigns and l�gal 111 representatives to the other parEy hereto, in respect ta a[1 covenants, agreements and 1 I? ahli�atiot�s contained in the Gontract �ocuments. 113 7.4 Severability. 114 Any prpvision or part of the Contract I3ocuments held to be tinconstitutional, void or llS unenfarc�able by a caurt of competcnt ,jurisdictian shall be deemed stricken, and all lIG rem�ir�ing provisions shall COI1t1t7U� to be valid a�id 6inding upon �EVELQPER and ll7 CC]N'1'R�ICTOR. [:l�fY C7F FURT WOR'i'Ei Norlhsixr Sccuon 2 PEia�e 3 STANDARL7 CONSTK[.FCT'![)N SPI:[;II�[C'ATI(]N DdCLfME[V7'S- Uf:VE;L()PFEt AWq�p�;p pRCIJEC-{'S CPN 1(13329 Rcvised Ju:�e 16.2[116 �n 4z�3-a De�elaper Au�arricd Pro,j,�ct A�reerncnt P�ayc 4 tf A 1 �S 7.5 Cra�cming Law and Veruue. � 19 This AgreemeC�t, including a�! vf the C'ontract I3ocuments is perto�zna�le in the 5ta[e of l2[� Texas. Venue shall be Tarrant County, Texas, ar the [3nite� 5tates Distt`iCt Court for the 12l Northern District of T�xaS, For[ Vlr�tkh Di►�ision, �22 123 7.( Aut�hority ta �ign. ]24 1�5 126 1?7 ]28 124 13D 13i ContracTor shall attach evidence of aut.�orify to s�gn Agreemerit, if other than duly authorized signatory af the Contrac:tor. IN WITNESS WHEREOF, �e�eloper and Cantractor har+e exccuted this Agreement in multipEe co�nterparts. Thss Agreerncnt is effeCti�e as of #he �ast datc signed by the PartieS ("�ffecti�e Date"j. Contractar: Deweloper: ' ���,;.. _. :_.. .- Merita�e Hnmes oiTexas. LLC B � � Bw: (Signaturc) j aturej �°^'" Jolfe David Au hit�ba (�'rinted N2ime] Tit1e: Company I+�ame: -.��-� Address: 51( Jalfey Drive Ci_��1�tate!'Li : Farl Wvrf3�, T}L 7fi119 � ,� Date 132 `*�t�+�`�R�yST'�vi��'�i � � r ti` \ .�" Rr �'/D �i + ��\r yo �p Yti �. �i � V� ► = p �9�tiz' � a� �r`aEAL`�: � � -�: _ � Uy� �Cy r��Q� ���� �� i �f /�r� �'a . •'� �� t�� f���� �! r iiE 3( A S`�`��t�� {Printeci Narne} Tiile: Qivis�on Vi�e Prasident Compar�3� narne: Merit�ge fIomes �f �'exas, LLC Address: 8&4p �press Watei�s Bl�d, 5uite ]Oa CirylStateJ'Lip: Daltas, T7� 75Q19 ---�'�t�� ��� zo �I _ ��t� CTfY OF PflRT WUR-IH Noiths�$r Seclion 2 Ph�e 3 STAVI]AItI3 CUI�ISTRLCTIpN SPI'cCIF1CA'F'I�N UC}E:�lMENT$-- DEVEL,O�EEt AWAREI�II PR�dECTB ��N J03}�9 Rerised lune 16,243E DATE (MMIDQIYYYYj A�� a� CERTIFICATE �F LIABILITY INSLIRANCE 10I2112021 THIS CERTIFIGATE IS 15SUED ASA MATTER OF INFbRMATIbN flNLYAND CflNFERS Nfl RIGHTS UPON THE CERTIFICATE HflLOER. THIS CERTIFICATE DDES NDT AFFIRMATIVELY �R NEGATIVELYAMEND, ExTEMD OR ALTER THE C�VERAGE AFF�RDED BY THE POLICIES BELOW. THIS CERTIFICATE bF INSURANCE D�OES NOT CONSTITLITE A CbNTRACT BETWEEN THE 15SUING INSURER[Sj, ALITHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFIGATE HOLDER. IMPflRTANT: If the certificate halder is an ADDITIQMAL INSURED, the palicy[ies} must have AaaITI�NAL IMSURED provisians or be endorsed. If SUBRdGATIflN IS VYAIVED, subject to the terms and canditions of the policy, certain policies may require an endarsement. A statement on this certificate does nat confer rights ta the certificate holder in lieu of such endorsement�sj. PROOUCER �E Joyce Womack The 51�veeney Campany a�� � [817} 457-67DD ��� �� {817} 457-7246 1121 E. Loop 820 5outh nooREss Joyce@thesweeneyco_com P Q BDX 872� INSURER(S}AFF6R�ING C�VERAGE NAIC# Fort Warth l7C 7fi124-Oi20 INSl1RER A +� �s Co of Reading, PA 26427 iNsu�o INSl1RER B Continental Casual[y Co 20�W3 Independent Utiliry GonsVudion, Inc. iNsu�R c Travelers Prnperty Casualty Company ofAmerica 41 ifi9 5109 5un Valley Drive INSl1RER ❑ Texas Mutual Insurance Company 229�45 iNsu�R E FortWorth l7C ifi119�'i411 � INSl1RERF CDVERAGES CERTIFICATE NUMBER: REVI51dN NUMBER: THIS IS TO CERTIFYTHAT THE POLICIES OF INSURANCE LISTEQ BELOW HAVE BEEN ISSUED TD THE INSURE� NAMEDABaVE FOR THE POLICY PERIDD INDICATEa_ NOTWITHSTANaINGANY REt]UIREMENT, TERM �R CON�ITIDN DFANY C�NTRACT OR OTHER ODCUMENT WITH RESPECT TD WHICH THIS CERTIFICATE MAY BE ISSUED QR MRY PERTAIN, THE INSURANCEAFF�R�E6 BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALLTHE TERMS, E?CCLUSION3ANa CONDITIDN3 DF SUCH P�LICIES. LIMITS SHDWN MAY HAVE BEEN REaUCEa BY PAID CLAIMS. ��7R TYPE OF IN5LIRANCE P4L1CY NlIMBER �LICY EFF PDLICY EJCP LIMIT5 IN5� WU� IMNV6�n'Y1'1'1 IMA�WDfWYY� � CDMMERCIALGENERALLIABILffY EACHdCCURRENCE g 1,00O,OOQ CLAMS-MADE � 6CCUR PREMISES Eaxcurrence $ 100,000 C �NTRACTUAL 15,000 MED F�CP [My one person] $ A `�[ xCU 6�7fi055350 10/31/2021 1 �13112022 pER50FyM1L & A6V NJ�Ry $ 1,00O,OOd GEN'LAGGREGATE LIMITAPPL ES PER: GENERALAGGREGATE $ 2,���,00� POLICY � �E o- � LOC PRODUCTS - C6MPIdP AGG $ 2����.00� `�[ oTMER $1,DDD Ded per PD �cc Lmtd Pollution"5ites" 5 1,00O,OOQ AUTOhIflBILE LIABILffY COM61NE0 SINGLE LJMIT y 1,000,000 Ea aocident �[ ANY AUTO 6DDILY NJURY [Per person) $ g �WNE❑ SCHEDULEO 607fi055364 10/31/2021 1�13112�22 6DDILY NJURY[Peraccidentj $ AUTOS DNLY RUT0.5 HIRED NON-�V4NED PROPERTY QAMAGE � AUTOS DNLY RLfT0.5 DNLY Per acciderd 5 � UMBRELLA LIAB �[ p�CUR EACH dCCURRENCE $ 3,00O,OOa C ExCE55uA6 ����pE CUP�545612�21-NF 1013112D21 10/3112022 AGGREGATE g 3,00O,OOd DED �iC RETENTION $ 1 D,DDD $ WORKER5 COMPEN5ATIQN X STATUTE �R AI+Q EMPLOYER5' LJA6ILJTY Y � N ANY PROPR EfORIPARTNERIE7(ECUTIVE E L. EACHACC DENT y 1,000,000 � OFFICERiMEMBER F�(CLU�ED? � N� A oo� a7� sso2 1013112D21 1 �13112022 [MandatoryinNHy EL.DISEASE-EAEMPLDYEE g 1,00O,OOd IF yes, describe under 1,000,00� QESCRIPTION 6F DPER,4T10N5 belaw E L. DISEASE- POLICY LIMff $ �ESCRIPTIQN OF �PERATIDN51 LOCATION5 f YEHICLES [ACDRD 1U1, Addifional Rernarks 5chedule, may 6e attached if more space is requiredJ Proj 1 �3319 5treet Lighting I mprnuements to serve Northstar Section 2 Phase 3. WC, GL 8 auto include a blanket automatic waiver of su brogation endorsement & the GL, auto indude a blanket automatic additional insured endorsement pmviding additional insured 8 wai�er of subrogation status to the certificate holder only when there is a wiitten contract between the named insured & the certificate holder that requires such status. The additional insured endorsements cantains special primary 8 nonconVibu[ory wording. Umbrella inllows form. MERITAGE HDMES �F TF�{A5 LLC 8840 GYPRESS WATERS BLVD STE 100 DALLAS l7C i5019 SFiOU LD ANY DF THE AB�VE DESCRIBED POLICIES BE CANCELLED BEFORE THE EICPIRATION DATE THEREDF, N�T10E WILL BE DELIVERED IN ACCC)RDAFiCE WITH THE PbLICY PRDYISIDNS. AUTHflRIZFD REPRE5ENTATIVE , D 1988-2015 ACDRD CDRPflRATIflN. All rights reser�ed. ACaRO 25 j2U1 filU3] The ACORD name and lago are registered marks of ACORa DATE (MMIDQIYYYYj A�� a� CERTIFICATE �F LIABILITY INSLIRANCE 10I2112021 THIS CERTIFIGATE IS 15SUED ASA MATTER OF INFbRMATIbN flNLYAND CflNFERS Nfl RIGHTS UPON THE CERTIFICATE HflLOER. THIS CERTIFICATE DDES NDT AFFIRMATIVELY �R NEGATIVELYAMEND, ExTEMD OR ALTER THE C�VERAGE AFF�RDED BY THE POLICIES BELOW. THIS CERTIFICATE bF INSURANCE D�OES NOT CONSTITLITE A CbNTRACT BETWEEN THE 15SUING INSURER[Sj, ALITHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFIGATE HOLDER. IMPflRTANT: If the certificate halder is an ADDITIQMAL INSURED, the palicy[ies} must have AaaITI�NAL IMSURED provisians or be endorsed. If SUBRdGATIflN IS VYAIVED, subject to the terms and canditions of the policy, certain policies may require an endarsement. A statement on this certificate does nat confer rights ta the certificate holder in lieu of such endorsement�sj. PROOUCER �E Joyce Womack The 51�veeney Campany a�� � [817} 457-67DD ��� �� {817} 457-7246 1121 E. Loop 820 5outh nooREss Joyce@thesweeneyco_com P Q BDX 872� INSURER(S}AFF6R�ING C�VERAGE NAIC# Fort Warth l7C 7fi124-Oi20 INSl1RER A +� �s Co of Reading, PA 26427 iNsu�o INSl1RER B Continental Casual[y Co 20�W3 Independent Utiliry GonsVudion, Inc. iNsu�R c Travelers Prnperty Casualty Company ofAmerica 41 ifi9 5109 5un Valley Drive INSl1RER ❑ Texas Mutual Insurance Company 229�45 iNsu�R E FortWorth l7C ifi119�'i411 � INSl1RERF CDVERAGES CERTIFICATE NUMBER: REVI51dN NUMBER: THIS IS TO CERTIFYTHAT THE POLICIES OF INSURANCE LISTEQ BELOW HAVE BEEN ISSUED TD THE INSURE� NAMEDABaVE FOR THE POLICY PERIDD INDICATEa_ NOTWITHSTANaINGANY REt]UIREMENT, TERM �R CON�ITIDN DFANY C�NTRACT OR OTHER ODCUMENT WITH RESPECT TD WHICH THIS CERTIFICATE MAY BE ISSUED QR MRY PERTAIN, THE INSURANCEAFF�R�E6 BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALLTHE TERMS, E?CCLUSION3ANa CONDITIDN3 DF SUCH P�LICIES. LIMITS SHDWN MAY HAVE BEEN REaUCEa BY PAID CLAIMS. ��7R TYPE OF IN5LIRANCE P4L1CY NlIMBER �LICY EFF PDLICY EJCP LIMIT5 IN5� WU� IMNV6�n'Y1'1'1 IMA�WDfWYY� � CDMMERCIALGENERALLIABILffY EACHdCCURRENCE g 1,00O,OOQ CLAMS-MADE � 6CCUR PREMISES Eaxcurrence $ 100,000 C �NTRACTUAL 15,000 MED F�CP [My one person] $ A `�[ xCU 6�7fi055350 10/31/2021 1 �13112022 pER50FyM1L & A6V NJ�Ry $ 1,00O,OOd GEN'LAGGREGATE LIMITAPPL ES PER: GENERALAGGREGATE $ 2,���,00� POLICY � �E o- � LOC PRODUCTS - C6MPIdP AGG $ 2����.00� `�[ oTMER $1,DDD Ded per PD �cc Lmtd Pollution"5ites" 5 1,00O,OOQ AUTOhIflBILE LIABILffY COM61NE0 SINGLE LJMIT y 1,000,000 Ea aocident �[ ANY AUTO 6DDILY NJURY [Per person) $ g �WNE❑ SCHEDULEO 607fi055364 10/31/2021 1�13112�22 6DDILY NJURY[Peraccidentj $ AUTOS DNLY RUT0.5 HIRED NON-�V4NED PROPERTY QAMAGE � AUTOS DNLY RLfT0.5 DNLY Per acciderd 5 � UMBRELLA LIAB �[ p�CUR EACH dCCURRENCE $ 3,00O,OOa C ExCE55uA6 ����pE CUP�545612�21-NF 1013112D21 10/3112022 AGGREGATE g 3,00O,OOd DED �iC RETENTION $ 1 D,DDD $ WORKER5 COMPEN5ATIQN X STATUTE �R AI+Q EMPLOYER5' LJA6ILJTY Y � N ANY PROPR EfORIPARTNERIE7(ECUTIVE E L. EACHACC DENT y 1,000,000 � OFFICERiMEMBER F�(CLU�ED? � N� A oo� a7� sso2 1013112D21 1 �13112022 [MandatoryinNHy EL.DISEASE-EAEMPLDYEE g 1,00O,OOd IF yes, describe under 1,000,00� QESCRIPTION 6F DPER,4T10N5 belaw E L. DISEASE- POLICY LIMff $ �ESCRIPTIQN OF �PERATIDN51 LOCATION5 f YEHICLES [ACDRD 1U1, Addifional Rernarks 5chedule, may 6e attached if more space is requiredJ Proj 1 �3319 5treet Lighting I mprnuements to serve Northstar Section 2 Phase 3. WC, GL 8 auto include a blanket automatic waiver of su brogation endorsement & the GL, auto indude a blanket automatic additional insured endorsement pmviding additional insured 8 wai�er of subrogation status to the certificate holder only when there is a wiitten contract between the named insured & the certificate holder that requires such status. The additional insured endorsements cantains special primary 8 nonconVibu[ory wording. Umbrella inllows form. CITY aF F�RTW�RTH 2a0 TF�CAS 5T SFiOU LD ANY DF THE AB�VE DESCRIBED POLICIES BE CANCELLED BEFORE THE EICPIRATION DATE THEREDF, N�T10E WILL BE DELIVERED IN ACCC)RDAFiCE WITH THE PbLICY PRDYISIDNS. AUTHflRIZFD REPRE5ENTATIVE FT WORTH l7C ifi102 1 1(. "I. .�,� D 1988-2015 ACDRD CDRPflRATIflN. All rights reser�ed. ACaRO 25 j2U1 filU3] The ACORD name and lago are registered marks of ACORa 00 62 13 - 1 PERFORMANCE BOND Page 1 of 3 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103319 Revised January 31, 2012 SECTION 00 62 13 1 PERFORMANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we, __________Independent Utility Construction, Inc.____________, known as 8 “Principal” herein and ____________Westfield Insurance Company________________, a 9 corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, 10 known as “Surety” herein (whether one or more), are held and firmly bound unto the Developer, 11 Meritage Homes of Texas, LLC., authorized to do business in Texas (“Developer”) and the City 12 of Fort Worth, a Texas municipal corporation (“City”), in the penal sum of, One Hundred Thirty-13 Two Thousand Nine Hundred Ninety-Three Dollars and Ninety-Six Cents ($132,993.96), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of 15 which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA21-0116; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the _____ day of ________________, 20___, which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Northstar Section 3, Phase 1. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. 32 9th December 21 9thDecember21 00 62 14 - 1 PAYMENT BOND Page 1 of 2 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103319 Revised January 31, 2012 SECTION 00 62 14 1 PAYMENT BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 That we, __________Independent Utility Construction, Inc.____________, known as 7 “Principal” herein, and ____________Westfield Insurance Company________________, a 8 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 9 Texas, known as “Surety” herein (whether one or more), are held and firmly bound unto the 10 Developer, Meritage Homes of Texas, LLC., authorized to do business in Texas “(Developer”), 11 and the City of Fort Worth, a Texas municipal corporation (“City”), in the penal sum of One 12 Hundred Thirty-Two Thousand Nine Hundred Ninety-Three Dollars and Ninety-Six Cents 13 ($132,993.96), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for the payment of which sum well and truly be made jointly unto the Developer and the 15 City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number CFA21-0116; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the ________day of ______________________, 20_____, which Contract is hereby 22 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 23 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 24 Work as provided for in said Contract and designated as Northstar Section 3 Phase 1. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 9th December 21 9thDecember21 00 62 19 - 1 MAINTENANCE BOND Page 1 of 3 CITY OF FORT WORTH Northstar Section 2, Phase 3 STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 103319 Revised January 31, 2012 SECTION 00 62 19 1 MAINTENANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we __________Independent Utility Construction, Inc.____________, known as 8 “Principal” herein and ____________Westfield Insurance Company________________, a 9 corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, 10 known as “Surety” herein (whether one or more), are held and firmly bound unto the Meritage 11 Homes of Texas, LLC., authorized to do business in Texas (“Developer”) and the City of Fort 12 Worth, a Texas municipal corporation (“City”), in the sum of One Hundred Thirty-Two 13 Thousand Nine Hundred Ninety-Three Dollars and Ninety-Six Cents ($132,993.96), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of 15 which sum well and truly be made jointly unto the Developer and the City as dual obligees and 16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA21-0116; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the_____ day of , 20 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the “Work”) as provided for in said Contract and designated as Northstar Section 3, Phase 1; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and 33 34 9th December 21 UUC21�J�'y M/tIN'I'lfNAN('I' li{}��5 I'•iLr � c}f ± �(711C1 �[). � %�R�,�U � 7 3 a 5 G 7 S q �cr II 12 13 ]� ]5 iG 17 18 19 2U 2] '1 `7 ?3 WHF.RF.AS, f'rincipBl �7111CIS ittieli-to re����ir o�• rccanstr<<c� �he Work i�� �vl7uic or in ����rt upoil rcc�eivin� n�7lice f'rom tl�c U�veloE��r and/ar C'ity nf�tlic rf�ecl thcrcof �rt �fny tisnc �vitliii� �he M�lII1tCl7�l1L'� P�C1c'1[.l. Ni�W TN�±',R�1+�()liE, tEl� CUIlCIlil4[7 Of iI11S bI>�If�ation is such that ii' Principtil sh��ll remcdy any defective Work, f0]' WI11�]1 lIn1C:Iy 114tiCG W8S �71'c7V1GI�({ �7�r I�CVL'�0�)i;t' (7C t.'.ity, tc� <� coit7plctio„ sausf'actory to tl}c C:�ty, chen this al�li�ation s174311 hecomc null ��Elcl vnid; crti�cr4vise 10 rcmair� in full iorc� a��d effcct. I'�tDVIllEll, H()WFV�R, if P�•iilcipal sl�al] �'s�il so to rcpair c7r ��ccn�rstruc! �i��y tiilac�ly »oticed clet'ec:live Work, it is ag��eed �hat the Ucvclo��er n�� City may causc any �tr7c] <�I I such dcf`ective Work to be rcpaired anci/or reco3istructcd witli t.�il awwc7cia1ec3 casts tlter�ol' bein� borne hy tl7c Princ;ipi�l and the �urcty ur7der this Maintcn�nce Ba�ncl; iu�d i'RQV�UED faUltTH�R, tl7zl i�"t�r3y ]e�,al actio» be filed on this 33oi�d, vs��tue til�ali lit in 'l'n�•rant C'o�3nty, Texas oi� thc iJr�ited Ststles Uistrict C'ourt far 1lie Norlhern ❑istrict of Tex4tti, Fort Wa��th Division; and PRd'VIL]ED F[1RTHI:R, tliat this obli���tic7it s17t�1] be cont'snuous in ni�ture ruid successive recoveries may hc had hereon for succcssive hrenches, L'I IY (31 I�OR I- Wf}R17�3 ��rnN[lnitll C'ffY ['f7N1�1'f[(.)N5 i�i:��:r,c�i�1:R AwAItDl:l> I�itc),Ih'��i�w Rcvi,4wtl,1;qlu,lry �1.2�}I� Nor�hti�ar';�cliun 2 I'I�asc :1 [l�y I'rc�icct Ncr. 103319 9thDecember21 IMPORTANT NOTICE To ob#ain in#ormation or make a com��aint You may call Westfiefd Insurance Company's andlor Qhio Farmers fnsurance Campany'� #olf-free telephone number far infarm�tion ar ta make a complaint at: 'f -800�368-3597 You may alsa write to Westfield Insurance Company andlor Qhio Farmers Insurance Campar�y a#: 555 Republic Drive, Suite 450 Plano, Texas y5074,8848 You may contact the Texas Department af f nsurance to abtain inform�tion on companies, cover�ges, rights or compl�ints at; 1-8D0-252-3439 You may write the Texas department of Insurar�ce: P. O. Box 149104 Austin, TX �871�4-9104 Fax: (512) 475-17�1 Web: http:llwww.tdl.stat�.tx.us �-mail: Cor�sumerProtectionCa7tdi.state.tx.u� RR�MfUM OR CLA1M DfSPUTES: Shauld you have a dFspute cancerning yaur premium or about a claim you should contact the agent or Westfield Insurance Company andlor ahio Farmers Insurance Comapny first. If #he dis�ute is not resoE�ed, yot� may cont�ct the Texas �epartment af Insurance. ATTACH THIS NOTIC� TQ Y011R POLlCY: This notice is for infarmatior� onfy and does not become a p�rt o� condition ot the attached docum�nt, AVlSO EMP�RTANTE Para obtener informacian a para someter una quej�: �Jsted pued� Ilamar aI numero de tefef�no gra#is de Wes#field Insuranee Company's 1 Ohio Farmers Insurance Compa�ny's para infarmacion o par� sameter una q�eja al: 1-800-368-359'T Us#�d tambien puede escribir a Westfield Insurance Cam�any 1 Ohio F�rmers Insurance Company: 565 Repub�ic Drive, Suite �5Q Plana, Texas 75d74-8848 Pu�de camunicarse con �I Departarr�enta de Seguras d� 1'�xas para abtener informacion acerca de comp�nias, coberturas, derechos a quejas al: "I -8D0-252-3�439 i�uede escribir al Dep�rtarnenta de Seguros de Texas: P. 0, Box 149T04 Austin, TX 78714-91 Q4 Fax: {512) 475-1771 Web: h.tt�:llwww.fdi.stat�.tx.us E-mail: ConsumerPra#ection[c�tdi.state.tx.us dISI�UTAS SOBRE PRIMAS D RECLAM�S: Si tiene un� disputa concerniente a su prima o a un reclamo, debe camunicarse con eE agenke o Westfield Insuran�e Company 1 Ohio F�rmers fnsur�nce Cor�pany primero, Si na se resuelve f� disputa, puede en#onc�s cornunicarse con el departamenta (T�I). UNA ESTE AVISO A SLJ POLI2A: Este a�iso es solo p�r� praposito de informacion y no se co�vierte en parte 4 condicion del dacumento adjur�#o. TiiiS POWER �F ATTORNEY SUP�RCEQ�S q�Y i�REVIOV$ pOW�ft BFJ�I21NCr � �11� 7HMt POWE�2 � ANf� 15suE❑ F�Hior� To oa�2n111, FOR ANY pERS�N OR P[RS�NS NJ�(W1F,� BEL�W- Genera� Power o� Attari7ey C�RTIFIEO CQPY I'OWGR �l0, 422DD52 d6 Wes#�ield lnsurance Ca. W�sf�eld Nat�onal [nsurance Cc�. �hio Farmers Insurar�ce Co. West�iald Cenler, Ohio Know A1r MrR �}y Th<`se l�rr:5errts, lhat WESTFIEI,l7 IN5UR/1NCE COMPANY, WFSTFIELD NATIpN11L INSURl�NC[ (;OMPANY and p�ilC) f=A�tN�C:RS IN5�JR11NCE C'(�MPANY, corFsorations, hcreirsaiter reTerr�c� ta inr�sv�dually as a"Company" and cotleci�vcly a5 "C�on���anles," duly organizcd and cxistir�y und�r the faws of tl�e 5tate of Qi�io, and having its priJieipal off�ce in Westiicld Center, Medina Ca�inly, C]hip, do dy ih�se presents makc, co�istilul� and appot�t CHRI�LES ❑. SWEfNEY, MiCHAEL A. SWEENEY, ECY�� W_ SW�ENEY, [�.IZA6�3H GRAY, JOIFJTI.Y [:R SEVERALLY of F0�2T WOR7H anA ,>ka�� of TX fts truC 2n8 lawful Attorney{5}-in,F�r.t, wiih f�ll pow�:r anci airkhorlty f1Cr�4y CQnf�frCd In Its n�rRC, ptace and 5tead, 14 execukr„ �Cknowledc,�e and dt:livar �ny and �!1 t�onds, reCagnizanCes, undertaking5, or o[her tnstrumen[S or conlraCis of suretyship- - - - - - - - - - - - - - - - • • - - - - - - - - - - - - - - - - - - - - - - - - - • - - • • - - • - - . . . . - - - - . LIMITATI�N: THIS POW[R af= ATroRhEv CANNdT B� USEp TO EX�CUTE NOTE GUARANTEE, MOR7GAGE DEfICi�fVCY, nnORTcn�E �unRqhiTE�, dR BANK pE�05f�of2Y 130Nds. and to birtd any of tlxc Cao77panic:s tr�crctiy as fully and to the same extent as it sucfi borids were signed by the; Pr�side.nl, S�,ai�d w�lh the crrrparate seai of tl�c applicablc Cumpany and Uuly atte;ked by its Secretary, herat�y f�tiiying anci Corihrming ali itial the said AtTDrne;y(s)�in-FaCt may do in the prCmises. S2id appolntment is made undcr �nd t5y 2uthprity af the ta[lawir�g res❑lution adopted hy the Board of DircCtors ol CaCh U! the WESTFIELD 1N.�Uf�ANC[ [�OMF�ANY, W�SIFIELD NATIONAL INSURANGC COMPANY and OHIp FARMERS INSURAnC:C- CDMi'ANY' "8c !i Rcsofved, th8t llle Pr�:sid¢nt, any Scniar Executive, any Secretary ar any Fidelity & Surety Operations Execut�ve or otf7er Executive shalt he and is ricrct�y vc;sted w�th ttitl! power anc� �u[flor'ily [o apppink any qne or marP ;uitat�le per5qns a; Attorncy(sj-in-Fact to rcpresent a�d -act tpr and an t�chaii ot the Cornpany suhjccr to tl�e fallowirtig provisions: T hc Attor�riey-ira-r:�r.t. may be c�iven full power a�d authority far and in the name af and on t�ehalf of tl7c Compar7y, to cxucute, acknnwledge and cicliver, any and all bonds, recac,�nizances, contract;, agreerrrents af indernniky arsd okher conditional or o�lis�atory undcrtakirrgs :�nd any and all rroticcs ana a�cuments canceling ar terminating thP Company's liabili#y thereunder, and any sucl7 instruments so executed by arsy such Attorney-in-F=act shall he as t]Ind'Ing upon ttle Corrrparly as if signed by thC Pfestident a�d SG�IeCf �nd �ttestetl �iy the Corpnrate Secr�lary," "6C iI Furirler Resolved, thaY thc sic�nature of arry such de�ignated person and the seal of tne Com�any Iieretofore or hereaiter atiixed ta any pawer of ats�rney vr any certificato relating triers�ta by facsimi3e, and any pawer af attorncy or ccrtificate bearing facsimiie signatur�s r�r t�csimile seal shall be uaiid and hindinr� upon the Company with res�ect to any bo�cE or undertaking to which it is attacf�ed." (Cach adopled ak a meeting h�ld oc, F�.�ru�ry e, 2aoo)_ Jn Witness N/13ereof, W�STFIGLD IhlSURllfdC� C01�4PANY, WESTFlEL� NATIOMAt 1NSUR1INCE COMf�I�NY antl [7HIU FAFt1�,TERS INSURANCE COMPI�NY have caused these presents to be signed by kheir Senior Executive and their corporate scals to be hereta affixed thi$ �Okli day of APREL 11.L7., 2017 . Corparale p�F �""•.. Scals �4�r����`�Ir�fi`�. Affixed � �+,r�: �Y• � �,L�y �. ; �s ��.��� � "+�� �••ti �'" „� � ,a 5tate of Ohia '�""' County of Medina ss.: 4,��'�.��cs nsq� �r '�, ., b .r'ti � : •• �p"•, = ur: /�� :! : 7 LL : ��I.i 1 � � =,f-: 'rn= ; N. . =5�� •�� �r�'. ��4: � �'' +� e�4', j � 1��� '. # .... � ♦ W£STFlELD INSURANC� COMPANY W�STFIEL� NATIQNA� INSURla�C� CQMPANY OHIO FARMERS IhlSURAhG� CUMf'ANY �� , . By: Richard L. Kinnaird, Jr., N�ilor�a! Sure(y Lcader and 5enior Exccutive On this 2oth day of APf21L A.b_, 2011 , qefore ma parsonalty c�me Richard L. Kinnaird, Jr, ta me known, who, bcing by me duly swarn, did deposa and say, thai he resides ln MedinB, Uhlo; that he Is Senior Executi�e of WE57FIGLo fN5uRANCE CpMpqNY, WESTFIELD NA71ONI1L INSURAt�CE GQMPRNY and OHIO FARM�RS INSI}RANCE COI�tPA1JY, the companles tlescribed in and which executed tne abavc Instrurr7dni; tltiai he knows the seals oF said Companies; that the seals affixed to said instrument are such cnrpor�te seals; that thcy wero so affixed by ardor oi tYie E3oards of Directors of satd Compa�les; and that he slgned his namr� thereto by Ifke arde.r_ hiota ri a� + N„�.,.��.«��.,, . 3eal .,*`� 1 A � �'ti � � �ff�x�d � P��11lfrj� �``= �: �,+,�:�_ � --�+ • �fliam J. Kaheiin, A rney ai Law, Notary 1'ublic State of ahso :, � ,r5_ �� 4 My Commissivn Does Nat Expire {Sec. 147.�3 Onlo Re�i�ed Cocic) Gaunty ni Medrr�a ss.: � ; : �PC O� �, ` I, FranK A. Carrino, Secretary at WESTFIELD IMSURAh1CF COMPANY, WESTFIELD NATIOi�AL fNSURANC� GpAAPANY and 4H10 �ARMFftS INSURANC� COMPAhY, do hereby eertlfy thal lhe above and forcgoing is a true and correct copy nT a Power of Atkornay, executed by said Compar,l�s, which is stili in fuil forcc and eHect; and furEhermor�, tho resolutions af ttie 6nards of Directors, set out fn lhe Pawer af Attorney are in FutF force and effect. !� W+tness Whereof, I havc hereurito set my hand and aifixcd t��e seals of Said CvFnpanies a9. Wesifiead Centcr, 4hio, this day af .,r`" w'*.,. •�\�L',�11 ft.l y�"4 ; v�,A•'',ey''••��' {; � �'r is � 4 �: ��� =l7 ; w+,�;,. � � '� '� .�� �`�{ ,.�,�,...,,, .+`'yN���N*�� ���,e',Sy . :�0:•'� • , : FN; sr.�. " � : =; 7 :, ,�a = '•*•. t, �,�.r,.,,, r` � ���V%t/.�"'� s���_,... �„t��� :,�� G11#a�fR�d ; � 3 :�� :�e . 1�48 ; � _ «'• ... . ' • ' �.., . ��.,.,,�.�.....•'' ���� J�J( � I r �4CfYtd{� Frank A. Carrina, 5ecretary 9P�AC2 (canibined} (06-42j 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. 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. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) 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- none none none 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 Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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. 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 KAdeka 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 MHPress-Seal Gasket Corp250-4G 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, IncFlowtiteASTM 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 IncA 24 AM24" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia33 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" dia33 05 13 Manhole Frames and CoversNeenah Casting24" dia10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia01/31/06 33 05 13 30" DI MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia11/02/10 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" Dia08/24/17 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 IncWPA24AM24" Dia03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd300-24-23 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 IncASTM 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 Inc48" 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 Inc48" 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, IncReliner 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" dia09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, IncLifeSaver - Stainless SteelFor 24" dia09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, IncTetherLok - 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, IncCarbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, IncStainless 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, CoSuper Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe CoAmerican Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe CoAmerican Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU S Pipe and Foundry CoAWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe CoAWWA 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, IncD025LTP02(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 IncASTM 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 IncASTM 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, IncHobas 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, IncOpticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco IncASTM D 12488"*High-density polyethylene pipePolly Pipe, IncASTM 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, IncSDR 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, Inc11/03/98Fold and Form PipeInsituform Technologies, IncInsituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, IncDemo Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline CorpEX 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, IncUltra-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, IncFB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co, IncFB600-6-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, IncFB600-4-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 , LtdB-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 , LtdB-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 , LtdB-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, Inc412 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 IncDFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics IncDFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics IncDFW65C-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, IncEmpire 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 CoCrispin Air and Vacuum Valves, Model No 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer CorpAPCO #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, IncMechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, CoMechanical 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, CoMechanical 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, IncOne Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, IncMegalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, IncMegalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, CoSigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, CoSigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, CoSigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, CoSigma 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, IncPVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, IncDIP 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 Co4" - 12"11/08/99Resilient Wedge Gate Valve Mueller CoSeries A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller CoSeries A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller CoMueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller CoMueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve CoAWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve CoClow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve CoClow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve CoClow 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 CoMetroseal 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 CoAWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller CoAWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves CoAWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp Valmatic American Butterfly ValveAWWA 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 IndStandard 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 3 East of Bates Ashton Road Fort Worth, Texas ALPHA Report No. W200795 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 3 East of Bates Ashton Road Fort Worth, Texas ALPHA Report No. W200795 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. 69501450) and performed in accordance with ALPHA Proposal No. 76316, 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. W200795 PURPOSE AND SCOPE .................................................................................................... 1 PROJECT CHARACTERISTICS ...................................................................................... 1 FIELD EXPLORATION .................................................................................................... 2 LABORATORY TESTS .................................................................................................... 2 GENERAL SUBSURFACE CONDITIONS ...................................................................... 2 DESIGN Recommendations ............................................................................................... 3 6.1 Pond Backfill .......................................................................................................... 3 6.2 Slab-on-Grade Foundations .................................................................................... 3 6.3 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade .................... 4 6.4 Drainage and Other Considerations ........................................................................ 5 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES............................. 6 7.1 Site Preparation and Grading .................................................................................. 6 7.2 Foundation Excavations .......................................................................................... 7 7.3 Fill Compaction ...................................................................................................... 8 7.4 Utilities .................................................................................................................... 8 7.5 Groundwater ........................................................................................................... 9 LIMITATIONS ................................................................................................................... 9 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. W200795 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 3) on a tract of land generally located about 1,200 ft north of the intersection of Spring Way Drive and Meadow Springs Drive and about 600 ft east of Bates Aston Road in Fort Worth, 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. Review of historical aerial photography indicate a pond was backfilled in the vicinity of Boring 13. 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 50, 51 and 52, dated January 2020) indicate the site slopes down to the southwest by about 12 ft (Appx. Elev. 855 ft to 843 ft). These grading plans also indicate cuts up to 2 ft and fills of up to 11 ft will be required to achieve final grade in the building pad areas. 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. ALPHA Report No. W200795 2 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 15 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. 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 about 1 ft of clay underlain by limestone extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 5, 6 and 7 generally consisted of clay to depths of about 4 ft to 8 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Limestone was encountered at the surface in Borings 1, 2 and 3 which extended to the 20 ft termination depth of the borings. About 6 ft of fill material consisting mostly of limestone cobbles was encountered in Boring 13 underlain by 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. ALPHA Report No. W200795 3 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. 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 Pond Backfill As discussed in Section 5.0, it appears a pond was backfilled in the vicinity of Boring 13 and the upper 6 ft of material encountered in Boring 13 was visually identified as fill material, consisting mostly of limestone cobbles. It is also not known if this fill was placed under engineering supervision with compaction records. If compaction records for this fill cannot be obtained, the existing fill should be considered as uncontrolled fill. Uncontrolled fill is generally not considered suitable for support of slab foundations due to the risk of under-compacted zones resulting in failures of weak soil and/or indeterminate levels of settlement. Any existing uncontrolled fill should be removed from the building pad areas and replaced with engineered fill as recommended in Section 7.3. The excavated materials may be suitable for reuse as engineered fill provided they are free of organics, boulders, rubble, and other debris. The lateral extent, depth and nature of the existing fill are not known. Test pits could be performed prior to construction to verify the presence, lateral extent, depth, and nature of the existing fill materials. ALPHA would be pleased to provide this service if desired. 6.2 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 can 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. ALPHA Regoi-t No. W2��795 � � � Couditions encaimtered in the test boriugs, the planned cutl�ll wit}�in the buildiug pads and results af the labora#ary tests reveal �ariatians iu hi�ily expansive clay t}uckness and expansive properties across the site. Suc}� �ariations in �lay thickness and expansive properties will directly affe�t design paraineters used far slab-on-�rade foundations. T1�erefore, lots with appai�eutly canunfln average clay thi�kness, sunilar expansive clay praperties and sunilar carrespondin� estiuiated potential inovements ha�e Ueen grouped iuto 2nnes I, II and III and delineated on the Boring Locatian Plau, Figl�re 1. Sub�rade iingravement iu t}�e respective 2ones (see Fi�ire 1) shot�ld be perfoi7ned usu�� t}ie inforuiation suu�nnarized ui TaUle A. TABLE A Estimated Poteutial Seasan�l Mo►-emeuts aud Recommeuded Subgrade Impt•ovement ES�TIl1�I�TED POTE� TIAL I�ZPRDVE��Eti r REQiTIRED r0 ZUNE �Z�VEl1�TENT, �DUCE �Z�VEII�TENTS TD 4'/� IlYCHES INCHES I Up to 3 No Imgrovement Requu�ed II LTp to 4'/ No Improvement Requued III Up to 4�z1 Cover Building Pads with Plastic Sheetiug 'Plastic sheeting should Ue placed aUove the �eneral fill used to raise grades in �oue III. Plastic sheetin� should extend at over the entire building pad aud at least 5 ft beynnd the buildin� gad linuts. About la ta 12 inc}�es ❑f sail caver witt� a plasticiry iudex greater than 25 s}�ould be placed as a protective layer aUo�e the plastic sheetin�. Poteutial inovemeuts iu Zaue III could Ue aUout 5'/ iuches ifplastic sheetin� is nat laced iLtune€liatel after final �radiv� is com leted. Patential seasoual inoveinents were estunated usin� results froui aUsorptian swell tests, in �eneral accordartce with inetltads outlined Uy the T'exas Departinent ❑f Tt�ansgortatian (TxD�T} Test Methad Tex-124-E and eugineering judgtnent and experience. Estii�ated inovei�ents were calculated assurr�in� the moish�re content of tlte iv-situ sail within the noi�al zone af seasonal inoishu�e content cltange varies between a"dry" conditiou and a"wet" condition as de�ned l�y Tex-124-E. Also, it was assuuied a 1 psi sur�har�e load fi�otn t�ie floor s1aU acts on the subgrade soils. Movements exceeding our estituates cot�ld accur if gositive drainage of surface water is not inaivtaived or if soils are suhject ta an outside water soi�rce, su�h as leakage fiorn a utility line or substuface moishire migxation fiom off-site locatians_ Patential seasonal inoveruents were estunated assutning �11 inaterial used to raise the ��ade will �onsist of onsite or siuular uiate��ial with a plasticity ineiex of 50 or less. If the plasticity index of inaterial used to raise t�ie grade is }�i�her t�ian 5�, potential rnoveinents �flu1d be �ii�her t}�an ai�r estitnates. 6.3 PoSt-�Tensianin� InStitute, Design af Post-TenSioned Sla�-on-Grade Tables B and C cantain ivforination for desi�n of the post-tensioned, slab-on-��ade foundations. Design paraineters were evaluated based on the canditians encoiurtered in the barin�s and using infai�iation and Garrelations published Uy PTI Third Editian and V�LFLO 1.5 camputer program pro�ided l�y Geostruchual Tool Kit, Inc_ (GTI). 4 ALPHA Regoi-t No. W2��795 � � � TABLE B PrI Desi u Parameters Potential Seasonal �Zo�°ement = 3 iuches in Zone I Edge Lift Centet• Lift Edgz MaistuJ�e Distance (e�,}, ft 3.9 7.5 I3ifferevtial Soil Movement (ym}, inches 1.8 (swell} 1.2 (S�uink} TABLE C PT'I Desi�n Parameters Patenrial Sea�oual Movement = 4YZ in�hes iu Zone II aud after laciu lastic sheeriu as discnssed in Section 6.2 in Zane III Edge Lifr Centet• Lift Ed�e Moisture Distance (e�,}, ft 4.0 7.8 I3iffereutial Sail Movement (ym}, inches 2.2 (swell) 1.6 (S�uink) 5.4 Draina�e anc� Other Considerations Adequate drainage should Ue pravided to reduce seasonal variatious in the uioishire eonteut of fouudation soils. All pavement and sidewalks wit}un 5 ft of the residences s}�ould Ue sloped away frain t�ie shuct�ues to prevent pondu►g ❑f water around the foundations. Final grades wit�iin 5 ft af the struchu�es should be adjusted to slope away from the struchu�es at a minuntun slape af 2 percent_ Maintaining pnsitive surface drainage thraughnut the life af the structures is essential. In areas with paveuient or sidewalks adjacent to the new residen�es, a positive seal rnust be inaivtaived between the srilichue and the pavernent or sidewalk ta tninirnize seepage of water into the underlying supporting soils. Post-constiuction inovement of paveinent and flatwork is �ouuuon. Narinal inaiutenance s�iould include insgection of all jaints in pavin� and siaewalks, etc. as well as resealing w}�ere uecessaiy. Several fa�tors relate to �ivil and arc}utechiral design andlor inaivtenan�e, whi�h can sigxiifi�antly affect fuh�re moveinents of t}�e foundation and floor s1aU systerns. ■ Preferably, a coinplete systetu ❑f �itters and dawnspouts shot�ld cai7y iunaff water a ininitniun of 5 ft �rain the completed stnictures. * Large trees and sluuUs should nat be allowed closer to the found�tion than a horizontal distance equal to rou�lily one-half of their ulahue }�ei�ht due ta t}�eu� siguificant inoisture deuiand upon inahuing. ■ Moish�re �onditions shot�ld Ue maintained "constant" arouud the edge of t}�e s1aU. Pondiug ❑f water in planters, in tu�paved areas, and arotu�d joi�ts iv pavirt� and sidewalks can cause s1aU uioveinents beyond those predicted in this repoi-t. ■ Planter Uox st�lich�res pla�ed adjacent to buildiug should l�e pro�ided with a uieans to assure concentrations of ��vater are uot available to the suUsoil stratigxaphy. ■ Ac•c}utechiral desi� of t}�e flaar slabs shot�ld avaid additional feahues suc}� as win� walls as extensions af t}�e s1aU. ALPHA Report No. W200795 6 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 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. Existing fill was encountered to a depth of about 6 ft below the ground surface in Boring 13. The fill appeared to consist mostly of limestone cobbles. Existing fill materials can also contain organics, boulders, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA would be pleased to provide this service if desired. 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 20 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. ALPHA Report No. W200795 7  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. 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. ALPHA Report No. W200795 8 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. 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. ALPHA Report No. W200795 9 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 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 ALPHA Report No. W200795 10 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. W200795 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. Some samples were obtained using split-spoon sampling procedures in accordance with ASTM Standard D 1586. Disturbed samples were obtained at selected depths in the borings by driving a standard 2-inch O.D. split-spoon sampler 18 inches into the subsurface material using a 140-pound hammer falling 30 inches. The number of blows required to drive the split-spoon sampler the final 12 inches of penetration (N-value) is recorded in the appropriate column on the Log of Boring sheets. 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. ,; � �� �� � � l�� � � hN � /� � � _ `f �q. ';, � , L � SYLV;"�5�. � }' `�' � FIi `/P` na .� �` / �-'� l Y y�.. ��.` � f� a�4'y �_ � �l� �:�� ' � � 1 y�. �. Y� .� . `� _ �. '. '� ' - •' '� y�' ti . . X ��. L ...{ � ' _ � _ �� .''' ; f � 1 _ . A , �' 1 ����. b� \ \l _ W�,�a.iW^.. .. �:r� �iy � k„ �'Lan: '•. , � .�P';.." u[:,F� r� �..1 ' '. � 1 � .' . . ., �.,. J ' � ��'� . �•i �,\ ; _ ' ' ti , �. ������� 5 = } � ���� , „ r , `��- Cy �. �'`•�-�� '.�� - I � , �. �- �� ��- B-ti . :.�r - `., ;: ` ° �� �� �` 'f'' _ � �$-� _ _�-�.;,�= �� ��I. �Y . y � ��, ,.� - :.�- '` �� �, � , �:.'� �t .'t. D'f� � _ , ;r 5 - ����\._,.4 rr� r 1) 1 ! ' � f�'��. _ �� ff � • nt �Y�\ r , I [/ �� �, f . V��.,���'�����. `.• .', Y ',\ ,rJl/ , ' � �, .t• � ` f fJ �_� ��\,�, , � �� l' , f '�.�• ... 4.� � '�\,ti, r` �_� • r'�� ��'�,' `�. �- " .i. � . ., � , `l � . _'�. 1�, y . .�� � .,t�k r .� �•L .��f:.. .1 .��1 �r.5 � 1 }���'k��� �-1� ��a / -$ �1 ''f �'�� , �~��� :'�,' '��'' .1 1 ka..ly' `°L.�1,Y� t;,'.; ' i,�i-t. B-1 �`�`, i��^: ��ti ' ' as��;'r •� ��: �,.. - ,•�ti't ti�' - � ' , .�°�� ` . - r��� r - '� � � �� " , ��`\ }:.: • i ����:' ar r.•�_� � . :r !k. . 1 • .� - �, r�� s�� ': , ,'i r�. t • �-1� � .y ' �i � � r/� �� ti'��`�~t••� ��' � 1�•l - d�;.'/ i,� � �` � ` '4 ���y � � i � �. � '°� . �%./ .,._ e 1 \ . ? `� / 't I d '���r�;�a H�:.��?'�,, �Y,�h� .� l �' 1� a" �� A C /, r `ti`�; :�" ` ,.�� yyy+++r � i r � �=�, �� � �V ��� �f'�,��5 � _ �i� ..� �, \^�r � 4 ' �� '.���, ,L'e �l ��\ '�...I j � r �•� t'w .�� �w��� � \ wy� '; . '+,y�� .� . �` rr F • :i ii�: . ., �.1'. � �'`� h!i, ,-Y. B-11 � �'� , '�� ,4 _-- � ;'�y � •� ;�- 'k, �`-..- �r ], . , �-. ��� � .�, :: y � -�r�r ll` �i",� � '��r . ��:�. � �'S' . '�� � d.'�t�' ..�q� ,- '`��\�, �4:':l. ge � �, B _ 1 � --Y' ' � . \ \ � \ �L : t' r : . � `�� °� 4I+.9 �' ��J . t. +�' 't ��i, �� ... . � - p;� ` . �..`.., . . If ..k, . �' �'� w J y � — x...�.� . ','�� j��� GEOTECHNICAL EXPLORATIDN NORTHSTAR - SECTTON 2, PHASE 3 EAST OF BATES ASHTDN ROAD FORT WORTH, TEXAS ALPHA P1tOJECT ND. W2Q0795 �LPNA ��T�STIN� � WHERE IT ALL aEGlWS FIGLTRE 1 S�RING LOCATIDN PLAN �X`-f ^_ ` 9:7' �k: . j� � 1"i� ' /� I, �'L� �5';. r'..^�r.� �� �•" �.� � ! �nic� "�e � �.1' � S_i.�.'�il=ii 49� � � PiPPRO?►�I_IIrLTE SORII` G LUCATIOV ��� zon� i NO IhiPRUL�AIENT RE�LZRED II ZOh� II lti O I14iPRU�"E1IIENT AEQLZAED � 20VEIII COL'ERSLZLDINGPPiDS ►i'ITH PL�ISTIC SHEETING ALPHA Report No. W200795 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. sossapr�shc��xa. gpRING N�.: 1 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: Start Date: 3I2612�2� End Date: 3126I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Tan LIMEST�NE with clay seams and layers 62 100f 2.5�,� 100f � 3.0" �or 3.0" 8_0 Grsy LIMESTONE with shsle sesms 10 77 �or 15 3.0" �or 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 2 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: Start Date: 3I2612�2� End Date: 3126I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Tan LIMEST�NE with clay seams and layers �p� 4.0" 100f 3 5�� 100f � �.25" �aor o ��� 7a 10 12.0 Grsy LIMESTONE with shale seams �or 15 6.0" �or za 2o.a � �" TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 3 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 of 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: Start Date: 3I2612�2� End Date: 3126I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Tan LIMEST�NE with clay seams and layers �p� 1.0" 100f 3 0�� 100f � 1.0" 501 8 0 q ��� Grsy LIMESTONE with shsle sesms 1� 55 �or 15 3.0" 1 [] Of 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 4 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 3 0�� 100f � 2 p,� �aor 1 5�� 100f 10 � ��� �aor 15 � 0�� 16.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 5 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 of 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 2.0 1 � 2_� Tan CALCAREOLJS CLAY 3.5 12 � � � � 3.5 18 4_5+ 1B 47 21 26 0.7 � 8_0 Tan LIMESTQNE with clay seams and Isyers 100f 10 3 p,� �aor 15 � ��� 1 [] Of 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 5 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 3_25 28 4_5+ 83 24 77 26 51 4.0 Tan LIMESTaNE uvith clay seams and layers 100f � 3.0" �aor z o�� �oor 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 7 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 4_5+ 33 3.0 33 77 25 52 4.0 Tan LIMESTaNE uvith clay seams and layers 100f � 4.75" �aor 3.0" 100f 10 2 75.� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: $ A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 3 0�� 100f � 2 p,� �aor 2.25.' 100f 10 1 75., �aoi 15 1 25., 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 9 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 2 0�� 100f � 2 p,� �aor 3.0" 100f 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms 1 [] Of 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�sh c��xa. gpRING N�.: 1 D A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 2 0�� 100f � 3.0" �aor 1 5�� 100f 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 11 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 3 0�� 100f � 2 75.� �aor z o�� �oor 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � 25.� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 12 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! 1 � q 0,� Tan LIMESTaNE with clay seams and layers 100f 3.i5" 100f � 3 �,� �aor 3.25" 100f 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms 1 [] Of 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 13 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412012�2� End Date: 4120I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments - FILL 3.0 �_a Tan LIMESTaNE cobbles with clay - FILL 100f 3 0�� 100f � 3.75" 6_0 Tan LIMESTdNEwith clay seams and layers 1�Of 2.75.' 100f 10 3 25.� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � �5.� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 14 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 of 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412012�2� End Date: 4120I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 2 0 �_a Tan LIMESTaNE with clay seams and layers 100f 3.i5" 100f � 3 �,� �aor 3 5�� 100f 10 1 75., �aor 15 � ��� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � �5.� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 15 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412012�2� End Date: 4120I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 2� �_a Tan LIMESTaNE with clay seams and layers 100f 3.i5" 100f � 3.75" �aor 2.i5.' 100f 10 � ��� �aoi 15 325" 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 2 75.� TEST BORING TERMINATED AT 20 FT ALPNA�� � TESTING KEY T� SQIL SYMB{3LS AND CLASSIFICATIDNS WHERE IT ALL BEGIHS S�IL & RaCK SYM60LS � {CH}, High Plasticity CLAY � {CL}, Low Plasticity CLAY � {SC}, CLAYEY 511ND � {SP}, Pooriy Graded SANQ � {SW], Well Graded SAN❑ � {SMj, 51LTY SAIVD � {ML}, SILT � {MH}, Elastic SILT � LIMESTdNE � SHALE 1 MARL � SANQSTDNE � a {GPJ, Poorly Graded GRAVEL �. {GW}, Well Graded GRAVEL � {GCj, CLAYEY GRAVEL � {GM], 51LTY GRAVEL � {aL}, aRGAIVIC SILT � {�H}, DRGANIC CLAY � FILL SAMPLING SYMBaLS ■SHELBY TUBE (3" aD exceptrvhere noted vtherwise} �SPLIT SP�QN 2" a� exceptwhere noted otherwise� � AUGER SAMPLE ❑ TEXAS CaNE PENETRATIflN ❑RaCK CDRE {2" I� except where noted otheruvise} RELATIVE aENSITY OF CaHESI�IVLESS SDILS {blawslft] VERY L�DSE L��SE ME�IUM aENSE VERY QENSE D TQ 4 5 T� 14 11 T� 3d 31 Ta 5U DVER 5U SHEAR STRENGTH �F C�HE5IVE S�ILS [tsf] VERY SDFT SaF-f FIRM STIFF VERY STIFF wv�o LESS THAN �25 �_23 T� 0.5U �_50 TQ 1.D� 1_IXl T� 2.04 2_IXl T� 4.Dd DVER 4.D� RELATIVE DEGREE �F PL,4STICITY (PI] L�W ME�IUM HIGH VERY HIGH 4 Ta 15 16 T� 25 26 Ta 35 DVER 35 RELATIVE PROP�RTIONS {°Ia] TRIICE 1 T� 1 � LITTLE 11 T� 2� SDME 21 T� 35 AN� 3fi T� 5d PARTICLE 51ZE IaENTIFICATION ��IAMETER] BDULQERS CdBBLES GDARSE GRAVEL FINE GRAVEL CDURSE SAND MEDIUM SANd FINE SAND S ILT GLAY 8.0" aR LARGER 3_0" TD 8.0" �.75" TD 3.0" 5_� mm TD 3.0" 2.4 mm TD 5.0 mm 0.4 mm TD 5.0 mm O.D? mm TD �.4 mm D.002 mm Ta D_�7 mm LESS THAN �.IX12 mm 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 3 East of Bates Ashton Road Fort Worth, Texas ALPHA Report No. W200795-A Submitted herein are the recommended pavement sections for the proposed subdivision (Northstar – Section 2, Phase 3). The proposed subdivision is generally located about 1,200 ft north of the intersection of Spring Way Drive and Meadow Springs Drive and about 600 ft east of Bates Aston Road in Fort Worth, Texas. This study was authorized by Mr. Robert Hall and Mr. David Aughinbaugh with Authorization Agreement (Contract No. 69501450) and performed in accordance with ALPHA Proposal No. 76316 dated March 5, 2020. This report is an extension of ALPHA Report No. W200795 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 Na. W200795-A � � � Aecotiunendations provided ui this repart were developed froin uifoiYuation obtaiued in test barings depic#ing subsi�rface couditians only at the speGific barivg la�ations and at the particul�r tirne desi�nated on the lo�s. Subsurface conditions at ot�ier locatians ruay differ fiorn those obser�ed at the boring lacations, and suUsiufa�e conditions at Uaring locatians uiay vary at different tiuies af the year. The s�ope of wark inay nat fi�lly define the variability of subsw�fa�e inaterials and couditions that are present on the site. The nahue and extent af variations between barings rnay not Uecome evident iuitil canstnictian. If sigxiificant variations then appear evident, oi�r offi�e should Ue contaGted to re-evahiate oi�r recoinuiendations afte�� perfor�nin� on-site oUservations and passiUly other tests. SiJl1I14TARY OFREC:Ol1Il�TEItiD�TIQ1tiS Tat�le A contains a siun�naiy af paveinent sec#ion requirements for prapased streets at the suUject project. TABLE A Snininai•� of Paveinent Sectiau Requit•ements Sti�eet Cla�sification Residential -iTt•b�u Collectat• Ai•tei�ial PCC Pavemevt Tluckuess(ui) placed � �1� 14 on lime stabilized subgrade sail 2$-d�y Concrete Coinpressive Strength (psi} 3,600 3,640 3,6a0 Su�i�rade Treahnent 6 iuehes Lime 8 iuches Liiue S inches Lune Applicatiou Rate (lbs per sq yd} 30 36 36 Reivfor�ing Bar No. 3 3 4 Reit�farcing Bar Spacing (in) 18 18 18 Furt}�er recouunend�tions and aualyses used to de�elog the suuunary ui Table A are grovided fiuther in this report. FIELD E?�PLflR.�TIO\ 5ubsiuface canditions on t}�e site were explored hy drillivg a total of 15 test borin�s ta a depth of about 24 ft eac}�. The test barings were perfai�ued in �eneral ac�ord�nce with ASTM D 42� usivg standard rotaiy drilling equipinent. The apgroxunate location of each baring is shovvv on the attached Boring Location Plan, Figl�re 1. SuUsiuface types encoiuttered di�ring t}�e �eld exgloration are presented on t}�e atta�hed Log of Barin� sheets {horin� lo�s). These boring logs �ontain oiu Field Teclwician's and Engineer's interpretation ❑f conditions Uelieved to exist Uetween actual sauiples retrieved. T�ierefore, the boring logs contain both fachial and ivteipretive iuforination. Lines delineating subsurfa�e str�ta on the t�oriv� logs are appro�iulate and the achial transition between st�ata inay be gxadual. 2 ALHA Report No. W200795-A 3 LABORATORY TESTS Bulk samples were obtained from the site near the vicinity of Boring 14 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 high shrink-swell potential. Subsurface conditions encountered in most of the borings generally consisted of about 1 ft of clay underlain by limestone extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 5, 6 and 7 generally consisted of clay to depths of about 4 ft to 8 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Limestone was encountered at the surface in Borings 1, 2 and 3 which extended to the 20 ft termination depth of the borings. About 6 ft of fill material consisting mostly of limestone cobbles was encountered in Boring 13 underlain by 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. W200795-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 50 through 52 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 5½ inches depending on the depth of limestone from final grade. Potential seasonal movements are discussed in more detail in ALPHA Report No. W200795 performed for the residential foundations to be constructed at the site. ALHA Report No. W200795-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 5.3 to 5.7 (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 Na. W200795-A � � � If t}�e achial expected traffie voluine is different t}�an used for oi�r analysis herein, oiu office shauld be provided with the a�tual expected txaffic voluuie sa t�iat we can re-eval��te aur recoinuiendations. Based on t}�e subgX�ade preparations reconunended �ierein, the proje�ted traf�c voluine and stated design garameters, a tuiuiuiurn 5-inch se�tian of Portland cement concrete is requu�ed for Aesidential LTrban �lassified streets, a minirniun 7%-iv�h se�tion of Poi-tland centent �oncrete is reqtul•ed far Callector classified streets and a uiinitniuu lfl-inch section of Poitland ceinent �oncrete is requu�ed for Arterial classi�ed streets at this project. PCC s}�ould }�ave a ininiuiurn 3,b�� psi cotnpressive sheugth at 28 days. T�ie conerete sectian should be placed over a praperly prepared suUgrade as discussed herein. Cancrete shox�ld be designed with 5� 1 per�ent enh�ained air. Reinfor�ing steel for can�rete paveinent should be in accordartce with Table �.1 af t}�e referenced Paveuieut Design Manual. Jaints and saw-cuttin� iu �oncrete should Ue in a�cardance with Se�tiou Fow� af the referenced Paveinent I�esign Mant�al. Drainage and Maintenance Routine uiaintenance, ivcludin� sealing af cracks and jaints should be perfonned over the life af the pavement. Adequate draina�e should be provided to reduce seasonal variations in the inoisture content of suUgrade sails. Maintaining gvsitive surfaee drainage throughout the life ❑f the gavement is essential. Saluble Sulfates A sivgle samgle abtaiued fiam the Uu1k sainple was tested for soluble sulfate concentrations. Aesults of the laboratoiy testin� (TxD�T Test Methad TEX-145-E Part II} are siunuiarized ui Table S. rABLE B Salnule Snlfates Sa�nple Bai•in� Depth, Salnble Snlfate, ti o. Na, ft 14laterial r��pe m IK m 1 14 4-2 Brown Clay 46 Based on the resi�lts ❑f laUaratoiy testin�, t�ie soluUle sulfate conteut ineasured in the sainples tested is considered relatively law (�3,000 ppui). It shot�ld be noted that con�entxations af sohible sulfates in sail are typically very localized and concentrations in other areas of the site could vary significantly. Tl�erefore, it is recanunended st�lfate satnpluY�ltestin� Ue perforined along the paveinent sub��ade di��ivg constiuction. During constn��tion, experienced �eote�hnical persoiwel s}�ould uiake close oUserv�tions for possit�le sulfate reactions. GE1�EIZ�L COI�STRtiC'TIOI� PROC'EDLTRES �1VD 1�ECOl�T�IENDATI�I�S �iariations in suUstuface conditions could t�e encoiu�tered dw�in� constniction. To pei�ut coirelatian between test Uoring data and achial subsurface conditions encountered diuing �onshuction, it is re�ouunended a registered Professional Engiveeriv� �rui Ue retained to obser�e construction procedw�es and inaterials. 5 ALHA Report No. W200795-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. 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 ALHA Report No. W200795-A 8 means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to 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. 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. ALHA Report No. W200795-A 9 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 to evaluate the need for such drains. ALHA Report No. W200795-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. W200795-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 15) Key to Soil Symbols and Classifications . .;� , .,;.. . �_';:���� �,� � %` '�n �'` �_ -... . ,�;:• .;%-�,1-:�= : .r ' •L� , .';,, ;. :- ., . . . *•�.eL. :•S.J fSy.:.• „ � �! � , � `1 � • rr- `k, � _�.i +- _:i'���j�'n� '��i1.5i.�,`1 �` �-�• �"yq,�� . xa wP �1 J ` � . � O r; �� •'. \ �''� • ' ' l_�-' ��.i� ��� �� ,� s�,_ �. ,`1-: - _ f i1 ��s 9�i9 ��? l E `-��� ° � h � . - -.t "'L�. `r�.!s;� .� r.�r �\�1 � ✓ �,'' l� � i �,y � y3 � � � ��� 1 ,. � . , r f �' n' � l+, , mr.c i ,� �[ �:' •` � r. � N: f. 1 i 1�y I; f�' ti . � �: -� 2 1 y � ���` e . Y .� !l - . �"� R � � J` �r ]]- � n�;`'� � �'l_���s !i 1'-, , ,� d s,;;'�� '. Y s, �t� � y��1t. � L B-1� y �y:�s - :'�x�,�' �l [ • i� , , � �r � • � �::: T. ,�• ,4 j�r/_. ,.�i�����y � 1t�� �1����`., . •!le� �.i:f' n'�.'i. iP 1. �.•:•. 1 r 1A��h `�` i�iic_ \ �,�� il.�•� ��'] ' .'�.' L \ assa r .1l'�'' � i \� � ��. �. 4 1 r� �-f' a 1 �i ' � !rJ �� ' - yi�_ j` .i�'1'� •• 5�I �' �� `�!",_ .�;�`,.. .R�• � �1'�'ej.l �L�' y B'� , �, ti ti\ �°/�s Y�.� �' 1'.' L� =i'1'. hl t 1 ��'� �rr . ,� ���' �� '�- �_'� _ ' e� Y�1.:�Z�'� !�� �, , t �� feaa , .'� � � Jrrr �4 � ,� 'R� �,j , �� ' '�_ � � '. . �'�' a at�, i.. �. ��Y4 : S tl�, r �T �. �,J ��y °S , 'V :�,n�[7 J.� . t y� x i o)].B �! T.�� . � � l��'� '�� J///� � �,�M1�' � /f/' \ ''��;; 8-13���-� :�' ' ti �/J ti ';'� „'�\� � ye � '. '],/ =�+ ; K t `} �S � � Y \ ' r . � •1;l � .� 1 Z � . �y� �fii� \'. �. ���� '�:� 1��. S'. �i'� n•.�v �.� .l'} i� i'.\ _ . `i � 1X R »1. ], �� 5�.,�1 � ��'�.� �� � k r i ��c � �J , • � ' eis , -� ` m�, � � 6k3 "� ..�1'�� 3��� 1, �l i � A� t� � /ii � �•l��\. �'" �t• � ' i• : �i .�.s� _ � 1 r �� � � ,t !i�e"' r��a,. �, ,� � �'i �'��'l �f . ' • \' ���� Mrr�, n,� ��' 1 5 �� � J`�,� ,��.\, i�y/J(�o. /��'. . • Y� a P � B- � � � rii� t�,. ���... � Y- � t'" �- ��✓: ' �� . �'� �l 1���i �. ��b D �'9 �1�'�. � � '� �' ��.. _ � n.!� v ��� J axs J ♦ 1J'1 5 � �'{ "�:.! � �--. yw'°�a. .�� . � �e ��C• ��r � ���',,,�,,,��� ��f,. • � k ` - � *V � ` . .. :� °_ _ i ��i e.;.9r;�y �„ 1�t�•-:� i7 "o� � Y'�.� � .��\ x �� ` 1',�' �.'. � l �" esi � 1 tr• ��,��i� .� �� h r/r �:?�k���y �. � '• f�,� -��, -� �r; � .� r �-.a.���� � a_. �f . � ' .�' � , t ,n - � .`�'2��, / / � , . .� � ; �.'M� h B-1't klj+ '�� ��.o. �+ , �.^ `. .,; ;`z, .� f � �Y `• �`*' iif a�.� . ��� _ 1.j� .[ au. ^-]�. �� . ti � .� � J . _ }J,� �/ �' : '1� al :� y� �,���� \,11 eel.a ���Y / J a' �'•Y i�f } `..'1 � r r . z ��..(r�� �"a3v CJ ��14 a�s ��� .�� H� f ��'�� �r/� ,�a `�w �S � � ,. r,ci '�� . 1•� ,�.�^��I ;,� � aT''� t i l � y�i�:��'.`h fi n:s f� }•,,��� . � T i 11 a�s � 1 � r.aF ���^'•� � ' , i, '� -� `,� s ��1 1 � •,�}+� ti ���`".� T � n ] �',�,� F�r e. � � 1 . .i t �J�' �.� � �l1 �' JJ'11 G�.[ r.'.�l��n fy��-� ..,r'i F' �` .Y� ' �k �. .e'�� 'r \ �' � fi �� B-5 , '� . `�t� 11 � i' ��.�4 ��` 1 �� �/ e.�s i^�. � � % fy1 V���• •-' •�``' Fl ��, j � 'f . .\.� 1'..'k" � _��_ ' x' \`� �'�?` •�,rl• il .��_.�� � a �Cr,1 �. � � �X _ •1 •?� � ;n+;' te` r/ ...� 4�� JJ ��`n��T. \e.'ifji._ . .��. . n x�����V. Y d'� ` � '^ l "''S �, � '2: ���]'11 � r ." .` '�4 Y��'r{ ! ^• "y_ ,.�a, y ;� �' � f�!n . �i > ' �J S �".� - . v n� �. '� ��— .^/ti �� 7k..., ':� � S1�{i If �� ns:, ^:.�'� 4f - - L� y�.a� •r.! A'``!' � )tir.. N . .. - ! sj� "`� 1 ��k: �' �' � '" �' bra. �i � . .. j ° �. = •�.-_ �..'.� y/' � �c� . e �'i! J�� '�` ���� .�;`�'.t.' .�4��. !� �_� _ r _ `°V � \,.... .,,�w�, ,�� a:;l, - �� � . � � ti•` `l`��'q r !. � �' • , - �. , f,o. =�f'T�\\= ���� �r� �r f , _ .�,, � �'� ' � �� �' _ �� ��`` �i: -' - ' ���� � r�; _- - =w � ', i, t ' - �, ' F .1t'�i i�� 'j,. �..�. ,. �`" f.ti:ti �� . :;.�` ��.� � f�� rc� . . .,��11'.�� . � �, ��C. � �`� �� .� �..: � ,, n• ��� �� '�`,S r ' � b;� \ ; �y.� � � - _ _ - . � .�I Y� �'�; . . _ � �l�''!r�a' `�!I�5.�1',��•�1 ' � � �����/� r - �; �I , ��tis �'1''�i.�'; ]y _ _ -�� r Ir,�C,&�' �-'�� _ �-�t �r� � ` �` �� ��, ,+i!±'+,+�+j�,i+�`^� "' _ ; �, P+ ,/ +. Y� r�'' i��� t" y Y. _'.ri 1= ' I'r +r I+ J r I-� " !� .. vu-., �i� � -� � 1 � �: ;;.� � `- - �', . . - , �. I Mh�::i� ii•:_ 5°EIS,:}�+ a9 i � �� c �. ` _ J� ���\. I� i�� ,. ',;,��,,,;,. __—_ 4'_=_� Y--�� GEDTECHIVICAL EXPLflRATI�N NORTHSTAR - SECTIDN 2, PHASE 3 �� p N A�� T E S T I N� �'pp��Y`���tT£ Q[7RlNc, �.oc�,�Tirr� EAST �F BATES ASHTDN R�AD � F�RT W�RTH. TEXAS V,' H E Fi E I T A L L B E G I N S ALPHA PR�JECT N�. W20fl795-A FIGLI� i B012ING L�CATI�N PLAN ALPHQ ��\TESTIH� U58 Brush Creek Road ort Worth, Texas 76119 �eotechnical I Constructiarr Materials I En�iranmental rww.alphatesti ng.cam BPE Firm Mo. 813 F�R: Meritage Hornes af Texas, LLC - DFW Dallas, Texas R�JECT: Northstar Section 2 Phase 3 Haslet, Texas 114 109 104 � 3 [1 � 99 H 2 C9 Wy 3 94 H Z � � � ❑ 89 84 79 4% 9% 14% DUR REP�RT NO.: W2a�795- MATERIAL DESCRIPTION; Brown Sandy Clay CLAS5IFICATIaN: CH SAMPLE LDCATIaN: At 6oring 14 TEST METHDD: ASTM Dfi9&B SDIL IQ NUMBER: MAXIMUM ORY UNIT WEIGHT: 9�.2 PCF �PTIMUM MDISTURE CDNTENT: 21.fl °/o LIQUID LIMIT: 55 PLASTIC LIMIT: 22 PLASTICIN INDEX; 33 °�a FINER THAN N�. 2�a SIEVE: 6�°/0 1996 24% 29% M015TLJRE ��NTENT 04lfl7120 34% 39% Fiespectfully Submitted, ��1 ��- F I� U R E� Brian Hoyt ALPHATESTIIVG, INC. Qur test results and reports are for the exdusrve use of Ihe Client (and their dexignated recipients on file in our officej and shall nat be reproduced andlor distri6uted except with e�ress approval of Alpha. The use of our narne and test resutts must receive our vrtitten approval. Test resutts and reports apply ontyto Uie samples tested andfor observed, and are not indicatrve of ihe qualities oT apparently identical or similar specimens. MDISTURE DENSITY FtELATIQNSHIP ALPHA/�TESTIH� �� 1NHERE IT AI.L BEGINS Geotechnical � Consiruciion Materials • En�ironmenta! � TBPE Firm Na. 813 REPORT ❑F CALIFORNIA BEARING RATID RESLJLTS �ASTM ❑1883j Project No: W2D0795-A Date: 061�5l2D Aaterial Description: Brvwn Clay iample Location: 6oring 14 C6R @ 0,14 Inches = 5,7�% C6R @ 0.20 Inches = 5.3U% 120 110 1Q� 9Q 8Q •y 7Q � y 6Q � L *+ � 5Q aa 3Q 2a 1Q ! i--- -- — — -- �--- --- --- --- --- -- 0 0.0 Q.1 0.2 4.3 Penetration, in 0.4 4.5 Q.5 FIGURE 3 ALPHA/�TESTIH� �� 1NHERE IT AI.L BEGINS Geotechnical � Consiruciion Materials • En�ironmenta! � TBPE Firm Na. 813 REP�RT OF MECHANICAL LIME SERIES RE5ULT5 Project No: W2D0795-A I Date: 061�5l2D °Io Lime 0°/a 2°/a 4°/0 6°/0 8°/0 PI �0 16 11 9 7 7� 65 6� 55 5Q 45 4Q d 35 3� 25 2� 15 1� 5 � 0 fl°la 1% 2% 3% �% 5°/a 5% 7% 8°/a 9% 10% 11°/a 12°/a 13°l0 1A°lo 15% Percent Dry Weight �f Lime FIGURE 4 WinPAS Pa�ement Thickness Design According to 1993 AASHT� Guide f�r ❑esign of Pa�ements 5tructures American Concrete Payement Association Rigid Design Inputs Agency: City of Fort Worth Campany: Alpha Testing Inc. Contractor: Praject �escriptian: Residential Pa�ervient Analysis Lacatian: Fort Worth, TX Rigid Pa�ement DesignlE�aluation PCC Thickness Design ESALs Reliability O�erall De�iation Modulus of Rupture Modulus of Elasticity 5.91 inches 93a,aaa 85.00 percent 0.39 620 psi 4,aaa,aaa psi Load Transfer, J Mod. Subgrade Reaction, k �rainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 psilin 1.00 4.50 2.00 Modulus of Subqrade Reaction fk-�aluel Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness �epth to Rigid Foundation Loss of Suppork Value �0,1,2,3j Mvdulus vf Subgrade Reaction 280.aa psilin 0.0 psi 0.0 psi 0.00 inches 0.00 feet 0.0 Thursday, April 23, 2a15 1:12:04PM Engineer: WinPAS Pa�ement Thickness Design According to 1993 AASHT� Guide f�r ❑esign of Pa�ements 5tructures American Concrete Payement Association Rigid Design Inputs Agency: City of Fort Worth Campany: Alpha Testing Inc. Contractor: Praject �escriptian: Collector Pa�ernent Analysis Lacatian: Fort Worth, TX Rigid Pa�ement DesignlE�aluation PCC Thickness Design ESALs Reliability O�erall De�iation Modulus of Rupture Modulus of Elasticity i.52 inches 3,aaa,aaa 85.00 percent 0.39 620 psi 4,aaa,aaa psi Load Transfer, J Mod. Subgrade Reaction, k �rainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 psilin 1.00 4.50 2.25 Modulus of Subqrade Reaction fk-�aluel Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness �epth to Rigid Foundation Loss of Suppork Value �0,1,2,3j Mvdulus vf Subgrade Reaction 280.aa psilin 0.0 psi 0.0 psi 0.00 inches 0.00 feet 0.0 Thursday, April 23, 2a15 1:11:04PM Engineer: WinPAS Pa�ement Thickness Design According to 1993 AASHT� Guide f�r ❑esign of Pa�ements 5tructures American Concrete Payement Association Rigid Design Inputs Agency: City of Fort Worth Campany: Alpha Testing Inc. Contractor: Praject �escriptian: Arterial Pavernent Analysis Lacatian: Fort Worth, TX Rigid Pa�ement DesignlE�aluation PCC Thickness Design ESALs Reliability O�erall De�iation Modulus of Rupture Modulus of Elasticity 9.8i inches 13,aaa,aaa 85.00 percent 0.39 620 psi 4,aaa,aaa psi Load Transfer, J Mod. Subgrade Reaction, k �rainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 psilin 1.00 4.50 2.50 Modulus of Subqrade Reaction fk-�aluel Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness �epth to Rigid Foundation Loss of Suppork Value �0,1,2,3j Mvdulus vf Subgrade Reaction 280.aa psilin 0.0 psi 0.0 psi 0.00 inches 0.00 feet 0.0 Thursday, April 23, 2a15 1:09:59PM Engineer: sossapr�shc��xa. gpRING N�.: 1 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: Start Date: 3I2612�2� End Date: 3126I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Tan LIMEST�NE with clay seams and layers 62 100f 2.5�,� 100f � 3.0" �or 3.0" 8_0 Grsy LIMESTONE with shsle sesms 10 77 �or 15 3.0" �or 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 2 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: Start Date: 3I2612�2� End Date: 3126I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Tan LIMEST�NE with clay seams and layers �p� 4.0" 100f 3 5�� 100f � �.25" �aor o ��� 7a 10 12.0 Grsy LIMESTONE with shale seams �or 15 6.0" �or za 2o.a � �" TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 3 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 of 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: Start Date: 3I2612�2� End Date: 3126I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Tan LIMEST�NE with clay seams and layers �p� 1.0" 100f 3 0�� 100f � 1.0" 501 8 0 q ��� Grsy LIMESTONE with shsle sesms 1� 55 �or 15 3.0" 1 [] Of 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 4 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 3 0�� 100f � 2 p,� �aor 1 5�� 100f 10 � ��� �aor 15 � 0�� 16.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 5 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 of 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 2.0 1 � 2_� Tan CALCAREOLJS CLAY 3.5 12 � � � � 3.5 18 4_5+ 1B 47 21 26 0.7 � 8_0 Tan LIMESTQNE with clay seams and Isyers 100f 10 3 p,� �aor 15 � ��� 1 [] Of 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 5 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 3_25 28 4_5+ 83 24 77 26 51 4.0 Tan LIMESTaNE uvith clay seams and layers 100f � 3.0" �aor z o�� �oor 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 7 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 4_5+ 33 3.0 33 77 25 52 4.0 Tan LIMESTaNE uvith clay seams and layers 100f � 4.75" �aor 3.0" 100f 10 2 75.� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: $ A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 3 0�� 100f � 2 p,� �aor 2.25.' 100f 10 1 75., �aoi 15 1 25., 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 9 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 2 0�� 100f � 2 p,� �aor 3.0" 100f 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms 1 [] Of 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�sh c��xa. gpRING N�.: 1 D A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 2 0�� 100f � 3.0" �aor 1 5�� 100f 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 11 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! � a � o,� Tan LIMESTaNE with clay seams and layers 100f 3 0�� 100f � 2 75.� �aor z o�� �oor 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � 25.� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 12 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412112�2� End Date: 4121I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 100! 1 � q 0,� Tan LIMESTaNE with clay seams and layers 100f 3.i5" 100f � 3 �,� �aor 3.25" 100f 10 � ��� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms 1 [] Of 2� 20.0 � ��� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 13 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412012�2� End Date: 4120I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments - FILL 3.0 �_a Tan LIMESTaNE cobbles with clay - FILL 100f 3 0�� 100f � 3.75" 6_0 Tan LIMESTdNEwith clay seams and layers 1�Of 2.75.' 100f 10 3 25.� �aor 15 � 0�� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � �5.� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 14 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 of 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412012�2� End Date: 4120I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 2 0 �_a Tan LIMESTaNE with clay seams and layers 100f 3.i5" 100f � 3 �,� �aor 3 5�� 100f 10 1 75., �aor 15 � ��� 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 � �5.� TEST BORING TERMINATED AT 20 FT sossapr�shc��xa. gpRING N�.: 15 A L P H��� T E S T I H G ��r� �or��, Twras 76119 Sheet 1 af 1 � Phone 817-49ti-5600 �� 817-49ti-5608 PROJECT NQ.: �lV2DQ795 W H E R E I T A L L B E G I M 5 "'"'"'�Qrp�°r�h"g.�°�" Clierrt: Meritage Hames of Texas, LLC - DFW Lvcation: Haslet, Texas Project: Northstsr Section 2 Phase 3 Surtace Eler►ativn: g}��{ p�: 412012�2� End Date: 4120I2020 West: drilling Method: CONTINU�LIS FLIGHT RUGER Nvrth: Hamrner �rop (Ibs ! in]: 1�0130 GROUND WRTER �BSERVATIaNS �, � � = N � � � � � � � � g On Rods [ft]= IVONE � �. Q,��, � w v� �N �� a� � J � a � � TAfter �rilling (fi}_ ❑RY �' �O� _ � � � � a, �� �,� o � � �' �, � Q a o� �� � o , c�N p-- v '3 v, � 3 o � �After Haurs (ft]: � � X = _ �� o Q ._ �, J � � rr� �a a � � � � � MATERIRL aESCRIPTI�N Brovm CLAY with limestane fragments 2� �_a Tan LIMESTaNE with clay seams and layers 100f 3.i5" 100f � 3.75" �aor 2.i5.' 100f 10 � ��� �aoi 15 325" 18.0 Grsy LIMESTONE with shsle sesms �aor 2� 20.0 2 75.� TEST BORING TERMINATED AT 20 FT ALPNA�� � TESTING KEY T� SQIL SYMB{3LS AND CLASSIFICATIDNS WHERE IT ALL BEGIHS S�IL & RaCK SYM60LS � {CH}, High Plasticity CLAY � {CL}, Low Plasticity CLAY � {SC}, CLAYEY 511ND � {SP}, Pooriy Graded SANQ � {SW], Well Graded SAN❑ � {SMj, 51LTY SAIVD � {ML}, SILT � {MH}, Elastic SILT � LIMESTdNE � SHALE 1 MARL � SANQSTDNE � a {GPJ, Poorly Graded GRAVEL �. {GW}, Well Graded GRAVEL � {GCj, CLAYEY GRAVEL � {GM], 51LTY GRAVEL � {aL}, aRGAIVIC SILT � {�H}, DRGANIC CLAY � FILL SAMPLING SYMBaLS ■SHELBY TUBE (3" aD exceptrvhere noted vtherwise} �SPLIT SP�QN 2" a� exceptwhere noted otherwise� � AUGER SAMPLE ❑ TEXAS CaNE PENETRATIflN ❑RaCK CDRE {2" I� except where noted otheruvise} RELATIVE aENSITY OF CaHESI�IVLESS SDILS {blawslft] VERY L�DSE L��SE ME�IUM aENSE VERY QENSE D TQ 4 5 T� 14 11 T� 3d 31 Ta 5U DVER 5U SHEAR STRENGTH �F C�HE5IVE S�ILS [tsf] VERY SDFT SaF-f FIRM STIFF VERY STIFF wv�o LESS THAN �25 �_23 T� 0.5U �_50 TQ 1.D� 1_IXl T� 2.04 2_IXl T� 4.Dd DVER 4.D� RELATIVE DEGREE �F PL,4STICITY (PI] L�W ME�IUM HIGH VERY HIGH 4 Ta 15 16 T� 25 26 Ta 35 DVER 35 RELATIVE PROP�RTIONS {°Ia] TRIICE 1 T� 1 � LITTLE 11 T� 2� SDME 21 T� 35 AN� 3fi T� 5d PARTICLE 51ZE IaENTIFICATION ��IAMETER] BDULQERS CdBBLES GDARSE GRAVEL FINE GRAVEL CDURSE SAND MEDIUM SANd FINE SAND S ILT GLAY 8.0" aR LARGER 3_0" TD 8.0" �.75" TD 3.0" 5_� mm TD 3.0" 2.4 mm TD 5.0 mm 0.4 mm TD 5.0 mm O.D? mm TD �.4 mm D.002 mm Ta D_�7 mm LESS THAN �.IX12 mm