Loading...
HomeMy WebLinkAboutContract 53111-PM1JAN - 9 2020 C/Ty C1) StCR� RY CITY SECRETARY - CONTRACT NO. 53) I l - PM 1 FORTWORTH CONTRACT FOR THE CONSTRUCTION OF Northstar Section 2, Phase 1 City Project No.102270 FID No. 30114-0200431-102270-EO7685 W-2650 X-26154 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth September 20119 LJA Engineering, Inc. TEXAS REGISTRATION F-1386 3017 West 7"' Street, Suite 300 Fort Worth, Texas 76107 ��.N»-kX%X11 s���E OF tE4��i s � 7y� ili OlYA1.� OFFICIAL RECORI CITY SECRETARY FT. WORTH, TX 00 00 00 - 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised February 2, 2016 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 31 15 Engineer Project Schedule 00 32 15 Construction Project Schedule 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 10 Standard City Conditions of the Construction Contract For Developer Award Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 00 00 00 - 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised February 2, 2016 01 78 39 Project Record Documents Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s Buzzsaw site at: htps://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction%20Documents/Specifications Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 00 00 00 - 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised February 2, 2016 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings-Cast Iron 33 05 13.01 Frame, Cover and Grade Rings-Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 00 00 00 - 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised February 2, 2016 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control 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 00 00 00 - 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised February 2, 2016 END OF SECTION 00 11 13 - 1 INVITATION TO BIDDERS Page 1 of 2 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:102270 Revised December 22, 2016 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction NORTHSTAR SECTION 2, PHASE 1 UTILITY, PAVING AND STREET LIGHT IMPROVEMENTS will be received by the FAR NORTH FORT WORTH MUNICIPAL UTILITY DISTRICT NO. 1: WELCH ENGINEERING, INC. 1308 Norwood Drive Suite 200 Bedford, Texas 76022 until 1:45 pm, CST, Tuesday, September 24, 2019 and bids will be publicly read aloud at 2:00 pm, CST, Tuesday, September 24, 2019. 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. 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 by 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 PREBID CONFERENCE A mandatory prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, time and location: DATE: Thursday, September 12, 2019 TIME: 2:00 P.M. C.S.T. LOCATION: Welch Engineering Inc., 1308 Norwood Drive, Suite 200 Bedford, Texas 76102 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 and Section 00 45 12 with 5% Bid Bond. INQUIRIES 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 2 CITY OF FORT WORTH NORTHSTAR SECTION 2, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:102270 Revised December 22, 2016 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 September 4, 2019 September 11, 2019 END OF SECTION 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised August 21, 2015 SECTION 00 21 13 1 INSTRUCTIONS TO BIDDERS 2 1. Defined Terms 3 4 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 5 00 - GENERAL CONDITIONS. 6 7 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 8 meanings indicated below which are applicable to both the singular and plural thereof. 9 10 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 11 directly through a duly authorized representative, submitting a bid for performing 12 the work contemplated under the Contract Documents. 13 14 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 15 corporation acting directly through a duly authorized representative, submitting a 16 bid for performing the work contemplated under the Contract Documents whose 17 principal place of business is not in the State of Texas. 18 19 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom 20 Developer/City/M.U.D (on the basis of City's evaluation as hereinafter provided) 21 makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither Developer/City/M.U.D nor Engineer shall assume any responsibility for errors or 26 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 27 Documents. 28 29 2.2. Developer/City/M.U.D and Engineer in making copies of Bidding Documents available 30 do so only for the purpose of obtaining Bids for the Work and do not authorize or confer 31 a license or grant for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving – Requirements document located at; 41 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-42 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving43 %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ44 UIREMENTS%20FOR%20PAVING%20CONTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at; 47 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised August 21, 2015 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-1 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving2 %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ3 UIREMENTS%20FOR%20PAVING%20CONTRACTORS.PDF?public 4 5 3.1.3. Water and Sanitary Sewer – Requirements document located at; 6 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-7 %20Construction%20Documents/Contractor%20Prequalification/Water%20and%28 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre9 qual%20requirements.doc?public 10 11 12 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 13 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 14 45 11, BIDDERS PREQUALIFICATIONS. 15 16 3.2.1. Submission of and/or questions related to prequalification should be addressed to 17 the City contact as provided in Paragraph 6.1. 18 19 20 3.3. The City/M.U.D. reserves the right to require any pre-qualified contractor who is the 21 apparent low bidder(s) for a project to submit such additional information as the City, in 22 its sole discretion may require, including but not limited to manpower and equipment 23 records, information about key personnel to be assigned to the project, and construction 24 schedule, to assist the City in evaluating and assessing the ability of the apparent low 25 bidder(s) to deliver a quality product and successfully complete projects for the amount 26 bid within the stipulated time frame. Failure to submit the additional information, if 27 requested, may be grounds for rejecting the apparent low bidder as non-responsive. 28 29 3.4. In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 3.5. Special qualifications required for this project include the following: N/A 33 34 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 35 36 4.1. Before submitting a Bid, each Bidder shall: 37 38 4.1.1. Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents (including "technical data" referred to in 40 Paragraph 4.2. below). No information given by Developer/City or any 41 representative of the Developer/City other than that contained in the Contract 42 Documents and officially promulgated addenda thereto, shall be binding upon the 43 Developer/City. 44 45 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 46 site conditions that may affect cost, progress, performance or furnishing of the 47 Work. 48 49 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised August 21, 2015 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 1 progress, performance or furnishing of the Work. 2 3 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 4 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, 5 Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 6 Nondiscrimination in Federally-assisted programs of the Department of 7 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 8 affirmatively insure that in any contract entered into pursuant to this advertisement, 9 minority business enterprises will be afforded full opportunity to submit bids in 10 response to this invitation and will not be discriminated against on the grounds of 11 race, color, or national origin in consideration of award. 12 13 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 14 contiguous to the Site and all drawings of physical conditions relating to existing 15 surface or subsurface structures at the Site (except Underground Facilities) that 16 have been identified in the Contract Documents as containing reliable "technical 17 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 18 at the Site that have been identified in the Contract Documents as containing 19 reliable "technical data." 20 21 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 22 the information which the City will furnish. All additional information and data 23 which the City will supply after promulgation of the formal Contract Documents 24 shall be issued in the form of written addenda and shall become part of the Contract 25 Documents just as though such addenda were actually written into the original 26 Contract Documents. No information given by the City other than that contained in 27 the Contract Documents and officially promulgated addenda thereto, shall be 28 binding upon the City. 29 30 4.1.7. Perform independent research, investigations, tests, borings, and such other means 31 as may be necessary to gain a complete knowledge of the conditions which will be 32 encountered during the construction of the project. Bidder must fill all holes and 33 clean up and restore the site to its former conditions upon completion of such 34 explorations, investigations, tests and studies. 35 36 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 37 cost of doing the Work, time required for its completion, and obtain all information 38 required to make a proposal. Bidders shall rely exclusively and solely upon their 39 own estimates, investigation, research, tests, explorations, and other data which are 40 necessary for full and complete information upon which the proposal is to be based. 41 It is understood that the submission of a proposal is prima-facie evidence that the 42 Bidder has made the investigation, examinations and tests herein required. Claims 43 for additional compensation due to variations between conditions actually 44 encountered in construction and as indicated in the Contract Documents will not be 45 allowed. 46 47 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised August 21, 2015 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 1 between the Contract Documents and such other related documents. The Contractor 2 shall not take advantage of any gross error or omission in the Contract Documents, 3 and the City shall be permitted to make such corrections or interpretations as may 4 be deemed necessary for fulfillment of the intent of the Contract Documents. 5 6 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 7 8 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 9 the site which have been utilized by Developer in preparation of the Contract 10 Documents. The logs of Soil Borings, if any, on the plans are for general 11 information only. Neither the Developer nor the Engineer guarantee that the data 12 shown is representative of conditions which actually exist. 13 14 4.2.2. those drawings of physical conditions in or relating to existing surface and 15 subsurface structures (except Underground Facilities) which are at or contiguous to 16 the site that have been utilized by Developer in preparation of the Contract 17 Documents. 18 19 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20 on request. Bidder is responsible for any interpretation or conclusion drawn from 21 any "technical data" or any other data, interpretations, opinions or information. 22 23 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 24 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 25 exception the Bid is premised upon performing and furnishing the Work required by the 26 Contract Documents and applying the specific means, methods, techniques, sequences or 27 procedures of construction (if any) that may be shown or indicated or expressly required 28 by the Contract Documents, (iii) that Bidder has given Developer written notice of all 29 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 30 written resolutions thereof by Developer are acceptable to Bidder, and when said 31 conflicts, etc., have not been resolved through the interpretations by Developer as 32 described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient 33 to indicate and convey understanding of all terms and conditions for performing and 34 furnishing the Work. 35 36 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 37 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material , unless 38 specifically identified in the Contract Documents. 39 40 5. Availability of Lands for Work, Etc. 41 42 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 43 access thereto and other lands designated for use by Contractor in performing the Work 44 are identified in the Contract Documents. All additional lands and access thereto 45 required for temporary construction facilities, construction equipment or storage of 46 materials and equipment to be incorporated in the Work are to be obtained and paid for 47 by Contractor. Easements for permanent structures or permanent changes in existing 48 facilities are to be obtained and paid for by Developer. 49 50 51 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised August 21, 2015 6. Interpretations and Addenda 1 2 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 3 Developer’s/City’s representative. Interpretations or clarifications considered necessary 4 by Developer in response to such questions will be issued by Addenda delivered to all 5 parties recorded by Developer as having received the Bidding Documents. Only 6 questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 Attn: Gregg Thawley, P.E., LJA Engineering, Inc. 12 Email: GThawley@LJA.com 13 Phone: 214-451-0859 14 Attn: Patrick J. Buckley, P.E., IPRC 15 Email: Patrick.Buckley@fortworthtexas.gov 16 Phone: 817-392-2443 17 18 19 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 20 Developer/City/M.U.D. 21 22 6.3. Addenda or clarifications may be posted via LJA Engineering, Inc. at https://bids.lja.com. 23 24 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 25 INVITATION TO BIDDERS. Representatives of Developer will be present to discuss 26 the Project. Bidders are encouraged to attend and participate in the conference. 27 Developer’s representative will transmit to all prospective Bidders of record such 28 Addenda as Developer considers necessary in response to questions arising at the 29 conference. Oral statements may not be relied upon and will not be binding or legally 30 effective. 31 32 7. Bid Security 33 34 7.1. Each Bid must be accompanied by Bid Bond made payable to Developer in an amount of 35 five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety 36 meeting the requirements as listed in the General Conditions. 37 38 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 39 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 40 Agreement within 10 days after the Notice of Award, Developer may consider Bidder to 41 be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be 42 forfeited. Such forfeiture shall be Developer’s exclusive remedy if Bidder defaults. The 43 Bid Bond of all other Bidders whom Developer believes to have a reasonable chance of 44 receiving the award will be retained by Developer until final contract execution. 45 46 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised August 21, 2015 8. Contract Times 1 The number of days within which, or the dates by which, Milestones are to be achieved in 2 accordance with the General Requirements and the Work is to be completed and ready for 3 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 4 attached Bid Form. 5 6 9. Liquidated Damages 7 Provisions for liquidated damages are set forth in the Agreement. 8 9 10. Substitute and "Or-Equal" Items 10 The Contract, if awarded, will be on the basis of materials and equipment described in the 11 Bidding Documents without consideration of possible substitute or "or-equal" items. 12 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-13 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 14 City, application for such acceptance will not be considered by City until after the Effective 15 Date of the Agreement. The procedure for submission of any such application by Contractor 16 and consideration by City is set forth in Section 01 25 00 of the General Requirements. 17 18 11. Bid Form 19 20 11.1. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 21 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 22 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 23 price item listed therein. In the case of optional alternatives, the words "No Bid," 24 "No Change," or "Not Applicable" may be entered legibly, in ink or type, for which 25 the Bidder proposes to do the work contemplated or furnish materials required. 26 27 11.2. Bids by corporations shall be executed in the corporate name by the president or a 28 vice-president or other corporate officer accompanied by evidence of authority to 29 sign. The corporate seal shall be affixed. The corporate address and state of 30 incorporation shall be shown below the signature. 31 32 11.3. Bids by partnerships shall be executed in the partnership name and signed by a 33 partner, whose title must appear under the signature accompanied by evidence of 34 authority to sign. The official name and address of the partnership shall be shown 35 below the signature. 36 37 11.4. Bids by limited liability companies shall be executed in the name of the firm by a 38 member and accompanied by evidence of authority to sign. The name and state of 39 formation of the firm and the official address of the firm shall be shown. 40 41 11.5. Bids by individuals shall show the Bidder's name and official address. 42 43 11.6. Bids by joint ventures shall be executed by each joint venturer in the manner 44 indicated on the Bid Form. The official address of the joint venture shall be shown. 45 46 11.7. All names shall be typed or printed in ink below the signature. 47 48 11.8. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 49 which shall be filled in on the Bid Form. 50 51 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised August 21, 2015 11.9. Postal and e-mail addresses and telephone number for communications regarding the 1 Bid shall be shown. 2 3 11.10. Evidence of authority to conduct business as a Nonresident Bidder in the state of 4 Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance 5 to State Law Non Resident Bidder. 6 7 12. Submission of Bids 8 Bids shall be submitted on the prescribed Bid Form and proposal form, provided with the 9 Bidding Documents, at the time and place indicated in the Advertisement or INVITATION 10 TO BIDDERS, addressed to Welch Engineering, In., and shall be enclosed in an opaque 11 sealed envelope, marked with the City Project Number, Project title, the name and address of 12 Bidder, and accompanied by the Bid security ; if required, and other required documents. 13 14 13. Modification and Withdrawal of Bids 15 16 13.1. Bids cannot be withdrawn prior to the time set for bid opening. A request for 17 withdrawal must be made in writing by an appropriate document duly executed in the 18 manner that a Bid must be executed and delivered to the place where Bids are to be 19 submitted at any time prior to the opening of Bids. After all Bids not requested for 20 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal 21 request has been properly filed may, at the option of the Developer/City, be returned 22 unopened. 23 24 13.2. Bidders may modify their Bid by electronic communication at any time prior to the 25 time set for the closing of Bid receipt. 26 27 14. Opening of Bids 28 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 29 abstract of the amounts of the base Bids and major alternates (if any) will be made available 30 to Bidders after the opening of Bids. 31 32 15. Bids to Remain Subject to Acceptance 33 All Bids will remain subject to acceptance for the time period specified for Notice of Award 34 and execution and delivery of a complete Agreement by Successful Bidder. 35 Developer/City/M.U.D. may, at their sole discretion, release any Bid and nullify the Bid 36 security prior to that date. 37 38 16. Evaluation of Bids and Award of Contract 39 40 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 8 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102270 Revised August 21, 2015 16.1. Developer/City/M.U.D. reserves the right to reject any or all Bids, including without 1 limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or 2 conditional Bids and to reject the Bid of any Bidder if Developer/City believes that it 3 would not be in the best interest of the Project to make an award to that Bidder, 4 whether because the Bid is not responsive or the Bidder is unqualified or of doubtful 5 financial ability or fails to meet any other pertinent standard or criteria established by 6 City. Developer/City also reserves the right to waive informalities not involving 7 price, contract time or changes in the Work with the Successful Bidder. 8 Discrepancies between the multiplication of units of Work and unit prices will be 9 resolved in favor of the unit prices. Discrepancies between the indicated sum of any 10 column of figures and the correct sum thereof will be resolved in favor of the correct 11 sum. 12 13 16.1.1. Any or all bids will be rejected if Developer/City has reason to believe that 14 collusion exists among the Bidders, Bidder is an interested party to any litigation 15 against Developer/City, Developer/City or Bidder may have a claim against the 16 other or be engaged in litigation, Bidder is in arrears on any existing contract or 17 has defaulted on a previous contract, Bidder has performed a prior contract in an 18 unsatisfactory manner, or Bidder has uncompleted work which in the judgment 19 of the Developer/City will prevent or hinder the prompt completion of additional 20 work if awarded. 21 22 16.2. Developer/City may consider the qualifications and experience of Subcontractors, 23 Suppliers, and other persons and organizations proposed for those portions of the 24 Work as to which the identity of Subcontractors, Suppliers, and other persons and 25 organizations must be submitted as provided in the Contract Documents or upon the 26 request of the Developer/City. Developer/City also may consider the operating costs, 27 maintenance requirements, performance data and guarantees of major items of 28 materials and equipment proposed for incorporation in the Work when such data is 29 required to be submitted prior to the Notice of Award. 30 31 16.3. Developer/City may conduct such investigations as Developer/City deems necessary 32 to assist in the evaluation of any Bid and to establish the responsibility, 33 qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers 34 and other persons and organizations to perform and furnish the Work in accordance 35 with the Contract Documents to Developer’s/City's satisfaction within the prescribed 36 time. 37 16.3. 38 16.4. Failure or refusal to comply with the requirements may result in rejection of Bid. 39 40 17. Signing of Agreement 41 When Developer issues a Notice of Award to the Successful Bidder, it will be accompanied 42 by the required number of unsigned counterparts of the Agreement. The Contractor shall sign 43 and deliver the required number of counterparts of the Agreement to Developer’s 44 representative with the required Bonds, Certificates of Insurance, and all other required 45 documentation. 46 47 48 49 END OF SECTION 50 Utility Contract Forms D.T. Utility Contractors, Inc. 003513 BID FORM Page 1 of 1 SECTION 00 3613 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. htti),Ilwww.ethics.state.tx.us/forms/CIQ.pdf hftp:/A&ww.ethics.state.tx.us/forms/CIS.pdf CIQ Form does not apply o CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply Q CIS Form is on File with City Secretary a CIS Form is being provided to the City Secretary BIDDER: D.T. Utility Contractors, Inc. 2614 Causbie Road Weatherford, Texas 76087 END OF SECTION By: Ca17c, 1l l/& 147` Signature: Title: �� G ACSId e ^ 74— CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 410000 43 13_00 42 43_00 43 37_00 4512_00 35 13_Bid Proposal Workbook.xls SECTION 00 41 00 BID FORM TO: Far North Fort Worth Municipal L c/o: Welch Engineering, Inc. 1308 Norwood Drive, Suite 200 Bedford, Texas 76022 00 41 00 BID FORM Page 1 of 3 FOR: Northstar Section 2, Phase 1 Utility, Having and Street Light improvements Tor t-ar Nortn Tort worth Municipal utility Uistrlct No. 1 City Project No.: 102270 Units/Sections: Unit I: Water Improvements Unit IL Sanitary Sewer Improvements Unit III: Drainage Improvements Unit IV: Paving Improvements Unit V: Street Lighting Improvements Unit VI: Traffic Signal Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond, 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 120 Calendar $974,852.40 $974,852.40 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM IM 42 43 DAP - BID PROPOSAL Page 1 orT Bidder's Application Prii Ilea Infonnanon I B dders Proposal BIdlist Item No DeSi-rl 1!L.n p Specification Section No Unit i bteasure Bld Quantity [1mt Price 8 d Valut UNIT I: WATER IMPROVEMENTS 1 3311.0241 8" Water Pipe 3311 10.33 LF 5047 $27.50 $138.792.50 2 3312.3003 8" Gate Valve 33 12 20 EA 16 $950.00 $15.200.00 3 3312.0001 Fire Hydrant 33 12 40 EA 6 $3,400.00 $20.400.00 4 3311.0001 Ducfle Iron Water Fittings we Restraint 3311 11 TON 3.69 $5,000.00 $18 450.00 5 3312,2003 1" Water Service 3312 10 EA 127 $780.00 $99 060.00 6 3312.0117 Connection to Exisitng 4"-12" Water Main 33 12 25 EA 4 $500.00 $2.000.00 7 3305.0109 Trench Safety 3305 10 LF 5057 $0.50 $2 528.50 8 9999.0001 8" x 1.5" TS&V 00 00 00 EA 1 $1.850.00 $1 850.00 9 9999-0002 8" x 2.5" TS&V 00 00 00 EA 1 $2 500.00 $2 500.00 10 9999.0003 1.5" PVC Water Pipe 00 00 00 LF 5 $20 00 $100.00 11 9999.0004 2.5" PVC Water Pipe 00 00 00 LF 5 $20 00 $100.00 12 9999 0005 Water Testing (Excluding Geotech:i 00 110 0r LF 5057 $0.50 $2 528.50 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SUM $303 509.50 C1TV OF FORT WORTH STANDARD CONSTRICTION SPECIFICATION DOCI NETS -DEVELOPER A%ARDED PROJECTS Form Version Ni 22 24, r m 42 43 Bid PmpP ai_DAP_DTL ul UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 42 43 DAP - BID PROPOSAL Page 2 of Bidder's Application Project Item Inforniatlon I Bidde7s Proposal Bidlist Item No Description Specification Section No Unitof Measure Bid Quality Unit Price Bid Value UNIT It: SANITARY SEWER IMPROVEMENTS 1 3331.4211 12" Sewer Force Main (C-900 DR-14) 33 11 10,33 LF 949 $46.00 $43,654.00 2 3331.4115 8" Sewer Pipe (SDR-26, ASTM D3034) 3311 10.33 LF 3894 $29.00 $112,926.00 3 3331.3101 4" Sewer Service 3331 50 EA 125 $400.00 $50,000.00 4 3331.3301 8" Sewer Service 3331 50 EA 1 $2,300.00 $2,300.00 5 3339.1001 4' Manhole 33 39 10, 33 EA 17 $3,200.00 $54,400.00 6 3339.0003 Extra Depth 4' Manhole 33 39 10, 33 VF 68.3 $150.00 $10,245.00 7 3331.3401 Ductile Iron Sewer Fittings 33 11 11 TON 0.3 $5,000.00 $1,500.00 8 3331.4116 8" Sewer Pipe, CSS Backfill 3311 10,33 LF 110 $76.00 $8.360.00 9 3301,0002 Post -CCTV Inspection 3301 31 LF 4953 $3.80 $18.821.40 10 3301.0101 Manhole Vacuum Testing 3301 30 EA 17 $150.00 $2,550.00 11 3305.0109 Trench Safety 33 05 10 LF 4953 $0.50 $2,476.50 12 9999,0006 Connect to Existing Sewer Line 00 00 00 EA 3 $500.00 $1,500.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SUM $ 308,732.90 CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFIC ATION DOCUMENTS - DEVELOPER Alt ARDED PROJECTS Form Version 1[� 22. 21,19 co' 42 43 Bid Propus,d. DAP DT4ir SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID ,H: J,1 43 DAP - BID PROPOSAL Page 3 7r r Bidder's Application Project hem Information Bidders Proposal Bidlist Item description Specification I Unit of Bid UnitPrice Bid 'value No Section No Measure QuanUt} UNIT ill: DRAINAGE IMPROVEMENTS 1 3349.5001 10' Curb Inlet 33 49 20 EA 15 $4,000,00 $60,000.00 2 3349.5002 15' Curb Inlet 33 49 20 EA 5 $5,000.00 $25,000.00 3 3349.7001 4' Drop Inlet 33 49 20 EA 1 $3,800.00 $3,800.00 4 3349.0001 4' Storm Junction Box 33 49 10 EA 8 $3,500.00 $28.000.00 5 3349.0002 5' Storm Junction Box 33 49 10 EA 1 $4,800.00 $4,800.00 6 3341.0201 21" RCP, Class III 3341 10 EA 347 $70.00 $24,290.00 7 3341.0205 24" RCP, Class III 3341 10 EA 1367 $80.00 $109,360.00 8 3341.0302 30" RCP, Class III 3341 10 EA 130 $90.00 $11,700.00 9 3341.0309 36" RCP, Class III 3341 10 EA 726 $125.00 $90,750.00 10 3305.0109 Trench Safety 33 05 10 LF 2570 $0.50 $1,285.00 11 9999.0007 Riprap 31 3700 SY 25 $65.00 $2.125.00 12 9999.0008 Connect to Exisitng Storm 00 00 00 EA 3 $500.00 $1,500.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SUM $ 362 610,00 CrrY OF FORT WORT" STANDARD COMTRUCTION SPECIFICATION OOC L ME\7S - DEN ELOPER A" ARDED PROJECTS Form YefsioA `Ia% 22 261' all 42 a 3_B1d Proposal_DAP_DTt%1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID W11 4141 DAP - BID PROPOSAL Page ftrI Bidder's Application Project Item Information Bidders Proposal Btdltst Item DescriptionSection SpecificationT�J79uanuty No BidNo Unit Price Bid Value Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III DRAINAGE IMPROVEMENTS UNIT IV PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI. TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid This Bid is submitted bt the entity named below: �77 I/ � ovx/ ake si G 1�41 kve- gLiger-te-prol J;C %6Oe-7 $ 303,509.50 $ 308.732.90 $ 362 610.00 52.40 Contractor agrees to complete %NORK for FINAL ACCEPT►NCI; within CONTRACT commences to run as provided in the General Conditions. B1: TITLE: DATE: �� _ _ 1p /A0 calendar days after the date when the END OF SECTION CITY OF FORT NORTH STANDARD CONSTRUCTION SPFCIFICATIO% DO( LSIEN rS -DEN ELOPER AU ARDED PROJECTS Form %emon 4fa 22 21, 1. no 42 43 BLd Proposal, DAP_DTU1d Bond No. PH3772 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, D, T. Utility Contractors, Inc. , known as "Bidder" herein and Philadelphia Indemnity Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety' herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas known as "City" herein, in the penal sum of five percent (5 f) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the Principal has submitted a bid or proposal to perform Work for the following project designated as Northstar Section 2, Phase 1 Utility, Paving and Street Light Improvements for Far North Fort Worth Municipa€ Utility District No. NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be fitted on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern Disirict of Texas, Fort Worth Division. IN WI7NESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24th._ day of September , 2019. ATTEST: Witnes as to Principal CITY OF FORT WORTH STA.hlDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 PRINCIPAL. D. T. Utility Contractors, Inc. 400, BY: _ -Signature Vye- Name and Tide 00 41 0000 43 13 0042 43_00 43 37_00 a5 12_00 35 13 Bid Proposal workbooh.xls ' Vi` : ii>�iFitness asto Surety %i�' Diane Brown, Secretary Attach Power of Aitorney (Surety) for Attorney -in -Fact 0043 13 BID 8CND Page 2 of 2 Address: 2614 Causbie Road, Weatherford,Texas 76087 SURETY: Philadelphia Indemnity Insurance Com an SY: Sfgnature Fred A. Thetford, 111, Attorney -in -Fact Name and Title Address: One Bala Plaza Suite 100 Bala Cynwyd, Pennsylvania 1.9004 Telephone Number. 800-873-4552 'Nate: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fam Revised 20171109 Of} 41 Oa 00 43 13_00 4243_00 43 37_00 ,i5 12_00 35 13_13id Proposal Workbook.xls Bond No. PH3772 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney 6950 KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Jared Young, Fred A. Thetford, Jr,, Tobin Tucker, Tom Young, Diane Brown, Fred A. Thetford IV and/or Fred A. Thetford, III of Contract Bond Agency, LLC., its true and lawful Attomey-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed S50.000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14" of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: ( l) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27"' DAY OF OCTOBER, 2017, (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 27"' day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swom said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. roumawNrA T.e ory . —. lrOrMN49Ltt Mn�gan4.aay Ahlapry�ryCcuM Notary Pubic: Aaxt l:e•>m.Tap u a Al,reumrn,scn rt Flrst S@P[ 25.2]35 residing at: (Notary Seal) My commission expires: Bala Cynwyd_ PA September 25, 2021 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 27'h day of October, 2017 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 24th day of September 20 19 i Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY IMPORTANT NOTICE To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-877-438-7459 You may also write Philadelphia Indemnity Insurance Company at: One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Director of Surety You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at: 1-800-252-3439. You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 Fax# 512-475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection„@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY. - This notice is for information only and does not become a part or condition of the attached document. ADVISO IMPORTANTE Para obener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de para informacion o para someter una queja al: 1-877-438-7459 Usted tanbien puede escribir a Philadelphia Indemnity Insurance Company at: One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Director of Surety Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax# 512-475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Surety primero. Si no se resuelve la disputa, puede entonces comunicarrse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section S. A. Nonresident bidders in the State of State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑x BIDDER: D.T. Utility Contractors, B ennis Tollett Inc. 2614 Causbie Road (Signature) Weatherford, TX 76087 Title: President Date: 09124/2019 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 CO 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised July 1, 2011 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a.A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c.A completed Bidder Prequalification Application. (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2)The firm’s e-mail address and fax number. (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e.Other information as requested by the City. 2. Prequalification Requirements a.Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2 Phase 1 City Project No. 102270 Revised July 1, 2011 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6)The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9)The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b.Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a.The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c.The City will issue a letter as to the status of the prequalification approval. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 1, Phase 2 City Project No. 102270 Revised July 1, 2011 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION 00 45 12 BID FORM Page 1 of 1 SECTION 00 4512 PR EQUALIF I CATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Install water and sewer and storm drain D.T. Utility Contractors, Inc. 04/30/2020 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: D.T. Utility Contractors, Inc. 2614 Causbie Road Weatherford, TX 76087 END OF SECTION D nntTollett (Signature) Title. President Date: 09/24/2019 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 4313_00 42 43_00 43 37_00 45 12_00 3513_Bid Proposal Workbook.As 004526-1 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW Page IofI SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 102270. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 12 Company (Please Print) 13 14 Xi1(% &"agdi.'G l rah Signature: 15 Address 16 ,�/�✓ j� 17 lr/�a�.%W� 7X' % Title: t llGe, Z %�/ PL/1 T 18 CityiState/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BENRE ME, the undersigned authority, on this day personally appeared 26 o%a1 Zl/c,G1 , known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that heishe executed the same as 28 the act and deed of p ' &,41J./& CZ c,. for the purposes and 29 consideration therein expressed and in the capacity therein stated 30 31 32 33 34 35 36 37 38 39 GI EN UNDER MY HAND AND SEAL OF OFFICE this 'eA day of 7ori1-.n,6 ele- , 201P. Lori Toilett Notary Publ-c STATE OF TEXAS ,w+� ID#2008259 My Comm Exp Sep 5 2021 Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Northstar Section 2, Phase 1 CPN 102270 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/2019DT Utility Contractors Inc. 19-012120thNovember19 20thNovember19 19-012120thNovember19 20thNovember19 19-012120thNovember19 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 1 I noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Northstar Section 2, Phase STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 102270 Revised January 31, 2012 21stNovember19 Paving Contract Forms L.H. Lacy Company Ltd. 00 35 1 BID FORA Page 1 of SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. httpliwww ethics.state tx us+'formsr'CIQ-Pdf http:?; www.ethics.state.tx.usiforms?CIS.pdf L` CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary L�?" CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: L.H. Lacy Company, Ltd. By: Printed Name Here 1880 Crown Dr, Ste. 1200 Signature: Dallas, TX 75234 Title: Bobby Gvrtdon - President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 410000 4313_00 42 43_00 43 3700 4512_00 3513_Bid Proposal Workbool 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 3 SECTION 00 4100 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: MERITAGE HOMES OF TEXAS, LLC 8840 CYPRESS WATERS BLVD, SUITE 100 DALLAS, TEXAS 75019 FOR: NORTHSTAR SECTION 2, PHASE 1 WATER, SANITARY SEWER, STORM SEWER, PAVING AND STREET LIGHTS IMPROVEMENTS City Project No.: 102270 Units/Sections: STREET PAVING 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at crrf OF FORT WORTH STANDARD CONSTRUCTION BID FORM - DEVELOPER AWARDED PROJECTS 00 4100 Bid Form - DAP.dotx Form Revised Apr 12, 2014 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of 3 artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. WATER DISTRIBUTION, DEVELOPMENT, (8-INCH DIAMETER AND SMALLER) b. SEWER COLLECTION SYSTEM, DEVELOPMENT (S-INCH DIAMETER AND SMALLER) C. STORM DRAINAGE d. STREET PAVING e. STREET LIGHTING 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 60 calendar days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c. Proposal Form, Section 00 42 43 d. MBE Forms (if required) e. Prequalification Statement, Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre -qualification application (optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT wORTH STANDARD CONSTRUCTION BID FORM— DEVELOPER AWARDED PROJECTS 004100 Bid Form DAP docx Form Revised Apr 12, 2014 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> Total Base Bid $810,770.95 Alternate Bid Deductive Alternate Additive Alternate TOTAL BID $810,770.95 7. Bid Submittal This Bid is submitted on Sept. 24, 2019 by the entity named below Respectfully submitted, II a7ei — (Print d Name) Title: <Title or Office> Company: L.H. Lacy Company, Ltd. <Company Name> Address: 1880 Crown Dr, Suite #1200 <Address =} <Address if applicable, otherwise delete> Dallas, TX 75234 <City, State, Zip Code> State of Incorporation: TX Email: estimating,,a lhlacy.com Phone: _(214) 357-0146 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM —DEVELOPER AWARDED PROJECTS 0041 DO Bid Form —DAP.docK Form Revised April 2, 2014 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTHSTAR SECTION 1, PHASE 1 CPN: 102270 UNIT PRICE BID 00 42 43 DAP Bm PROPOSAL Page I or2 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section Na. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 1 3213.0101 6" Reinforced Cone Pvmt 32 1313 SY 10,380 $35.00 $363,300.00 2 3211.0400 Hydrated Lime (30#1SY per Geotech) 32 1129 TN 275 $180.00 $49,500.00 3 32-11.0501 6" Lime Treatment 32 1129 SY 11083.00 $2.40 $26,599.20 4 3211.0502 8"Lime Treatment 32 13 13 SY 7,251 $2.50 $18,127.50 5 3213,0501 Barrier Free Ramp,Type R-I 32 13 20 EA 12 $1,625.02 $19,500.00 6 3213,0506 Barrier Free Ramp,Type P-1 32 13 20 EA 4.00 $1,600.00 $6,400.00 7 3441,4003 FumisMnstall Alum Sign Ground Mount City 3441 30 EA 7 $1,750.00 $12,250.00 8 34-41,4003 FumisMnstall Alum Sign Ground Mount City 344130 EA 1 $1,750.00 $1,750.00 9 32-92.0200 Seeding, Broadcast 3292 13 SY 4441 $1 25 $5,551.25 10 9999.0009 6" Unreinforced Concrete 32 13 13 SY 574 $31.00 $17,794.00 11 9999,0010 7.5" Reinforced Cone Pvmt 32 13 13 SY 6899 $41.00 S282,859.00 12 99-99.0011 Road Barricade 00 00 00 EA 3 $900.00 $2,700.00 13 9999.0012 Pavement Header 00 00 00 LF 124 $10.00 $1,240.00 14 99-99.0013 Remove Barricade & Connect to Existing. 00 00 00 EA 4 $500.00 $2,000.00 IS 99-99.0014 6" Compacted Suhgrade 00 00 00 SY 600 $2.00 $1,200.00 TOTAL UNIT IV: PAVING IMPROVEMENTS1 $810,770.95 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Vmion Apn12, 2014 m 42 43 - FINAL BID ITEMS SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP BID PROPOSAL Page T 00 Bidder's Application Project Item Information Bidder's Proposal Bidhst [tam No. Description Specification Section No. 111 °f Measure Bid Qualtlay Unit Price Bid � alue Bid Summary UNIT I: WATER IMPROVEMENTS $�� - $ WI - UNIT It: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS $ UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS $ 81 , qs* - $ Of. gift - UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS $ -alb . Total Construction Bid 11 610. , This Bid is submitted by the entity named below: BIDDER: { 1'11H t� ontpany Namr 111L L - Wy tom ?Am. L� \ddrex.Ilere.- IS160 CKON-,J 4*Igoo �,\ddrex. Here Or {IlaaL'• � {+ cClt,. St3k lip ('Oil�� Ilerp> pALL�St ' r' T,]2 Contractor agrees to complete \FORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided is the General Conditions. END OF SECTION BY. Principal here} TITLE: l lere DATE: llerca q J2`{ t� n . 6O 1 it days calendar days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCMN; SPECIRCATION DOC1AEMS • DBTLOPFR AWARDED PROJEM Finn 4usioo Ntay 22 2019 00 42 43 Bid Ptapnwl. DAP xis SECTION 00 4313 DAP - BID BOND BY THESE PRESENTS: 0043 13 DAP BID BOND FORM FOR PUBLICLY BID PROJECTS ONLY Page l of 1 That we, L.H. Lacy Company, Ltd. called the Principal, and Great American Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the Far North Fort Worth Municipal Utility District No. 1, hereinafter called the Obligee, in the sum of Five Per Cent of the Greatest Amount Bid — ($ 5% G.A.B.) and No1100 Dollars said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS the Principal has submitted a proposal to perform work for the following project of the Obligee identified as: Northstar Section 2, Phase 1 Water, Sanitary Sewer, Storm Sewer, Paving and Street Lights Improvements NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 24' day of September, 2019. By: L.H. Lacy Company, Ltd. igna of Principal) By: Great American Insurance Com ny ��, Rita G. Gulizo, Attorney -in -Fact (Signature of Attorney -of -Fact) *Attach Power of Attorney (Surety) for Attorney -in -Fact impressed Surety Seal Only END OF SECTION C TY OF FORT WORTH STANDARD CONSTRUCTION BI D BOND FORM — DEVELOPER AWARDED PROJECTS a V5FKh W Form Version Apr 2, 2014 GREAT AMERICAN INSURANCE COMPANY® AdminisbWWo Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-MM • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No. 0 19964 POWER OFATTORNEY KNOW ALL MEN BYTHESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power RITA G. GULIZO ALL OF ALL SUSAN D. ZAPALOWSKI NEW ORLEANS, LOUISIANA $100,000,000 DAVID T. MICLETTE This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHI=.REOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 6TH day of FEBRUARY 1 2019 Attest GREAT AMERICANINSU NCECOMPANY Assislant.%timlary Divisional Semnr line President STATE OF OHIO, COUNTY OF HAMILTON - ss- MARK VMAR10 (877-377-2405) On this 6TH day of FEBRUARY 2019 , before me personally appeared MARK VICA RIO, tome known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal, that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. i. VAwd N ft Fdk 8Wd0Mo wOodlni* 11 61p11IIIII0e~1M This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of GreatAmerican Insurance Company by unanimous written consent dated June 9, 2008 RESOLVED. That the Divisional President the several Divisional Senior Vice Presidents. Divisional Vice Presidents and Divisonal Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fart to execute on behalf of the Company. as surety, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER. That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company maybe e ff red by facsimile to mW power of attorney or certificate of either given for the execution of anv bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 24th day of September , 2019 4ic. C. - Assistant Secreffey S1029AG (07/18) Great American Insurance Company of New York GREATAmERIcAN Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9091 FAX: l-512-490-1007 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondclaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. F.9667A (10/16) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. L BIDDER: L •4, LAci ComPAwvA fin, I$$o CRwu QR, ►� 12ov TEND OF SECTION By: Printed Name Here ig ture) Title: bo8� Gnxnc,j - ps,otJ r Date: 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 410000 4313_00 42 43_00 43 3700 4512_00 35 13_Bid Proposal workbook 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised July 1, 2011 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a.A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c.A completed Bidder Prequalification Application. (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2)The firm’s e-mail address and fax number. (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e.Other information as requested by the City. 2. Prequalification Requirements a.Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2 Phase 1 City Project No. 102270 Revised July 1, 2011 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6)The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9)The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b.Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a.The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c.The City will issue a letter as to the status of the prequalification approval. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 1, Phase 2 City Project No. 102270 Revised July 1, 2011 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION 00 45 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date WATER Water Transmission, Development, 12" and smaller SANITARY SEWER Sewer Collection System, 8" and smaller STORM DRAINAGE STREET PAVING L.H. LACY COMPANY 7/1/2021 STREET LIGHTS The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: L.H. LACY COMPANY Company 1880 Crown Road, #1200 Address Dallas, Texas 75234 City/State/Zip By: 2,L . (Pl se Print) Signature: Title: P t e . de (Please Print) Date: kL -0 -19 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICAT ON STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12 Prequalification Statement - LACY Form Version April 2, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102270. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: L. k - L Ac-, Cos,, dw � � By: 1 6l. & � Company ��! (Ple a Print) 1 Tyc) Cr-,�- bf--�Xf— Signature: Address ��1us -7 5"7,3 Title: Pre 5% je&- City.+State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OFTARRANT § BF,FORE ME, the undersi ed authority, on this day personally appeared i t{ , known to me to be the person whose name is subscribed t the foregoing instrument and acknowledized to me that he/she executed the same as the act and deed of , f L114 UffibOyl(k. t1d for the purposes and consideration therein expressed and in the pacit t ierein stated. G 'EN UNDER MY HAND AND SEAL OF OFFICE this day of A & , 20. R fir+ ,&Aynu%0 DARiENE CONEY Notary 10 # 10317301 My Commission Expires March 9, 2020 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 ry Public in and for the St a of Texas Northstar Section 2, Phase 1 CPN 102270 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/2019 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/201911/20/2019 20thNovember 20thNovember 20thNovember 20thNovember 20thNovember 0062 19-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS CPN 102270 Revised January 31, 2012 20thNovember THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT -- FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number Agency Number Policy Effective Date CPP206752901001 02/01 /2019 Policy Expiration Date Date Account Number 02101 /2020 Named Insured Agency BDWEN, MICLETTE & BRITT g p y AMERfSURE IN L.H. LACY COMPANY, LTD INSURANCE AGENCY COMPANY 1. a. SECTION II - WHO IS AN INSURED is amended to add as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. b. The written contract or written agreement must: (1) Require additional insured status for a time period during the term of this policy; and (2) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim under this policy. c. If, however: (1) "Your work" began under a letter of intent or work order; and (2) The letter of intent or work order led to a written contract or written agreement within 30 days of beginning such work; and (3) Your customer's customary contracts require persons or organizations to be named as additional insureds; we will provide additional insured status as specified in this endorsement. 2. The insurance provided under this endorsement is limited as follows: a. That person or organization is an additional insured only with respect to liability caused, in whole or in part, by: (1) Premises you: (a) Own; (b) Rent; (c) Lease; or (d) Occupy; (2) Ongoing operations performed by you or on your behalf. Ongoing operations does not apply to "bodily injury" or "property damage" occurring after: (a) All work to be performed by you or on your behalf for the additional insured(s) at the site of the covered operations is complete, including related materials, parts or equipment (other than service, maintenance or repairs); or (b) That portion of "your work" out of which the injury or damage arises is put to its intended use by any person or organization other than another contractor working for a principal as a part of the same project. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 10 15 Pages 1 of 3 (3) Completed operations coverage, but only if: (a) The written contract or written agreement requires completed operations coverage or "your work" coverage; and (b) This coverage part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". However, the insurance afforded to such additional insured only applies to the extent permitted by law. b. If the written contract or written agreement: (1) Requires "arising out of" language; or (2) Requires you to provide additional insured coverage to that person or organization by the use of either or both of the following: (a) Additional Insured —Owners, lessees or Contractors —Scheduled Person Or Organization endorsement CG 2010 10 01; or (b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 371001; then the phrase "caused, in whole or in part, by" in paragraph 2.a. above is replaced by "arising out of'. c. If the written contract or written agreement requires you to provide additional insured coverage to that person or organization by the use of: (1) Additional Insured —Owners, Lessees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13; or (2) Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13; or (3) Both those endorsements with either of those edition dates; or (4) Either or both of the following: (a) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization endorsement CG 2010 without an edition date specified; or (b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 without an edition date specified; then paragraph 2.a. above applies. d. Premises, as respects paragraph 2.a.(1) above, include common or public areas about such premises if so required in the written contract or written agreement. e. Additional insured status provided under paragraphs 2.a.(1)(b) or 2.a.(1)(c) above does not extend beyond the end of a premises lease or rental agreement. f. The limits of insurance that apply to the additional insured are the least of those specified in the: (1) Written contract; (2) Written agreement; or (3) Declarations of this policy. The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations. g. The insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: (1) The preparing, approving, or failing to prepare or approve: (a) Maps; (b) Drawings; (c) Opinions; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 3 CG 70 85 10 15 (d) Reports; (e) Surveys; (f) Change orders; (g) Design specifications; and (2) Supervisory, inspection, or engineering services. h. SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4.Other Insurance is deleted and replaced with the following: 4. Other Insurance. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: a. Primary; b. Excess; c. Contingent; or d. On any other basis; but if the written contract or written agreement requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that otherinsurance. i. If the written contract or written agreement as outlined above requires additional insured status by use of CG 20 10 11 85, then the coverage provided under this CG 70 85 endorsement does not apply except for paragraph 2.h. Other Insurance. Additional insured status is limited to that provided by CG 20 1011 85 shown below and paragraph 2.h. Other Insurance shown above. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket where required by written contract or written agreement that the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 j. The insurance provided by this endorsement does not apply to any premises or work for which the person or organization is specifically listed as an additional insured on another endorsement attached to this policy. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 10 15 Pages 3 of 3 Street Lights Contract Forms Independent Utility Construction, Inc. SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http:/Iwww.ethics.state.tx.us/forms/ClQ.pdf http:/A+niww.ethics.state.tx.us/forms/CIS.pdf CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, TX 76119 END OF SECTION By: Ri tl Wolfe Signature: Title: President 0035 13 BID FORM Page 1 of 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.As SECTION 00 41 00 BID FORM TO: Far North Fort Worth Municipal l 0041 00 BID FORM Page 1 of 3 c/o: Welch Engineering, Inc. 1308 Norwood Drive, Suite 200 Bedford, Texas 76022 FOR: Northstar Section 2, Phase 1 Utility, Paving ana Street Llgrlt Improvements for Far Nortn Fort Worth Municipal utility ulstrict No, 1 City Project No.: 102270 Units/Sections: Unit I: Water Improvements Unit If: Sanitary Sewer Improvements Unit III: Drainage Improvements Unit IV: Paving Improvements Unit V: Street Lighting Improvements Unit VI: Traffic Signal Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding procoss to tho dotrimont of City (b) to ostablish Bid prices at artifioial non competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 0000 43 13_00 42 43_00 43 3700 45 12_00 35 13 Bid Proposal Workbook.xls 0041 00 BID FORM Page 2 of 3 competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Street Lights a C. !l 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions, 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 410000 43 13_00 42 4300 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xis CC 41 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification andlor modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Base Bid Alternate Bid Deductive Alternate Additive Alternate Total Bid 7. Bid Submittal This Bid is submitted on 09-24-19 Respectfully sub e , By: gna Richard Wolfe (Printed Name) Title: President company: Independent Utility Construction, Inc. Address: 5109 Sun Valley Dr Fort Worth, TX 76119 State of Incorporation: Texas Email: estimating@iuctx.com Phone: 817-478-4444 END OF SECTION $66,839.03 0.00 0.00 0.00 $66,839.03 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No, 4: Corporate Seal: "ilitq ? ��,,�pA1STr3UC.. `". `y •�•.......•.. �O '. 7 0 •.�. n SEAL • A :� a'••. 97 0 ••' �.� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2015OB21 00 41 00_00 43 13_00 42 43—DO 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xis SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID „: 42 ,, DAP - BID PROPOSAL Pagc S er7 Bidder's Application Project hem Information Bidder's Proposal Bidlist hem \o. Description Specification Section No- JLlul of mcasrrre B)d Quantity Unit Pnce Rid Value LY INT 1 2605.3001 2” CONDT PVC SCH 80 (T) 26 05 33 LF 1774 10.79 19,141.46 2 3441-3303 Rdwy Ilium Foundation TY7 3441 20 EA 29 949.51 27,535.79 3 3441.1410 NO 10 Insulate Elec Condr_ 3441 10 LF 1774 0.99 1,756.26 4 3441.3035 Install Utility Washington Postiine 3441 20 EA 29 512.00 14,848.00 5 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 3548 0.99 3,512.552 6 7 3441.1502 Ground Box Type B. wf Apron 3441 10 EA 45 1.00 45.00 8 9 11 12 13 14 15 16 17 18 19 -- - 20 21 22 23 24 25 _ 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 _ 41 42 43 44 45 _ . 46 SUM _$66,539.03 CITY OF FORT H'ORTII ST 4YDARDCOVSTRUCTIOi SPED IFICATIOS ImWUMENTs • DEVELOPER AW.ME[) PRO1FCrs ram 1'crs,on ]lad 22. 211W M 42, t_Rd Propasal_DAP AS SECTION 00 42 43 Developer Awarded Pro.ects - PROPOSAL FORM UNIT PRICE BID un JIJ: DAP - BID PROPOSAL Parc "ur7 Bidder's Application Project Item Information Bidder's Propnsal Blasi 111 Ikicripuon Spccifieahun Scclran \u Unit of Bid Unit Price Bid ValueQuantity No \tcasure ULU aummany UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Independent Utility Construction. Inc_ 5109 Sun Valley Drive Fort Worth, TX 76119 Contractor agrees to complete WORk for within ( O\TR \CI -commences to run as provided in the General Conditions. F.\ D OF SE(TIO\ CIT1 OF FORT 4%ORfit STANDARD COYSTRCCTIO] SPEC IFH' aT1OS D1KC\II :CTS - DF%'EI.OPFR AAV �RDED PRo1Fri5 Foam V-- M. '-'. to I'r B5: R;Zqrd Wolfe TITIA- President IIATE- 10-29-19 30 calendar does after the date when The 3r J`J, Bid Proposal D%P its SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Pages 1 of 2 That we, Independent Utility Construction, Inc. , known as "Bidder" herein and Westfield Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Northstar Section 2, Phase 1 Utility, Paving and Street Light Improvements for Far North Fort Worth Municipal Utility District No. NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void_ If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court forthe Northern District of Texas, Fort Worth Division, IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24th day of September , 2019. A ES i�--/ Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20171109 PRINCIPAL: INDEPENDENT UTILITY CONSTRUCTION, INC. m z;f` Richard Wolfe, President Name and Title 00 41 00_00 43 13_00 42 43_00 43 37 00 45 12_00 35 13_Bid Proposal Workbook, xis Witness ai>o Surety Elizabeth Gray Attach Power of Attorney (Surety) for Attorney -in -Fact Address: 5109 Sun Valley Drive Fort Worth, TX 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: atur Kyle W. Sweeney, Attorney -in -Fact Name and Title Address: 555 Republic Drive, Suite 450 Piano. TX 75074 Telephone Number: 972-516-26DO 004313 BID BOND Page 2 or 2 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END Ol: SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_13id Proposal Workbwk,xls THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARINGS I Fn5 6AMt POWER # AND ISSUED PRIOR TO 04/20111. FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 42200S2 06 Genera[ Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Mon by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seat of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be it Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other ;executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.- (Each adopted at a meeting held on February 8, 2000)- in Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A-D., 2011 - Corporate �\�uff�fc,, 11�5if, WESTFIELD INSURANCE COMPANY Seals •• •_� : • ��• 'sG,,. • .,yam- WESTFIELD NATIONAL INSURANCE COMPANY Affixed •cY►~ �t4 o; :fl 1F.' -;c�` OHIO FARMERS INSURANCE COMPANY �:� •C�iT��FQ�SEAL - `•s-.....- ,{ .,: ' '� f '•. a --.:- * iii `wa•, ,.,.r B y. State of Ohio ^ k""'' Richard L_ Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Kinnaird, Jr_ to me known, who, being by me duly sworn, did depose and say, that he resides'in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order or the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial �H .......,,,, Seal A Affixed a - -� • William J. Kahelin, A rney at Law, Notary Public State of Ohio N ,fO My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County or Medina ss.: .T1 of I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereor, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 24th day of A D., ce �vrca. :i �t•Sf.+i SE AL yam: y •�i+yIARTERf'0? e 2 �cn; :rn_ =o: rp , 184E q. i Secretary Frank A. Carrine, Secretary BPOAC2 (combined) (06-02) O0 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. X❑ BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Drive Fort Worth, TX 76119 END Of SECTION gX d Wolfe ignature) Title: President Date 09-24-19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised July 1, 2011 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a.A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c.A completed Bidder Prequalification Application. (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2)The firm’s e-mail address and fax number. (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e.Other information as requested by the City. 2. Prequalification Requirements a.Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2 Phase 1 City Project No. 102270 Revised July 1, 2011 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6)The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9)The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b.Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a.The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c.The City will issue a letter as to the status of the prequalification approval. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 1, Phase 2 City Project No. 102270 Revised July 1, 2011 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION 00 45 12 BID FORM Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequaiified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Street Lights Independent Utility Construction, Inc. 04/03/2021 List work type here or space List work type here or space List work type here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. Independent Utility Construction, Inc. 5109 Sun Valley Drive 79Richa olfe Fort Worth, TX 76119 4 (Signature) Title. President Date- 10 /Z g J 2 o 1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Rev sed 20120120 00 41 0000 43 1300 42 4300 43 3700 45 1200 35 13 Bid Proposal Workbook.xls 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 co 45 26 - I CON,rRAC FOR COMPLIANCE: %k I I'II WORKI.R'S COMPLNSA I -ION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102270. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Independent Utility Construction, Inc. By: Richard Wolfe Company lease Print) 5199 Sun Valley Drive Signature: _ Address Fort Worth, TX 76119 Title City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that heishe executed the same as the act and deed of Independent Utility+ Construction,. Inc_ for the purposes and consideration therein expressed and in the capacity therein stated. G "N ER Y HAND A SEAL OF OFFICE this day of � �,:' � 20 k..� r y E ff ",CHRISTINA GARCIAxNotary Public, State of Texas Comm. Expires 12-20-2020 ry Public in and for the State of Texas Notary ID 130940785 END OF SECTION CITY OF FOR I V1 OR 111 STANDARD CON5'rR1UTIONSITCIIICAr1ONDOCI MINTS Revised April 2 2;J 14 \ortkaar Sccuoo 2 Maw CI'N 1.122711 Independent Utility Construction, Inc.DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/2019 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F84 DocuSign Envelope ID: 8C7EB113-EF38-4C84-BDCB-EDB7B7CB5F8411/20/2019 20thNovember19 20thNovember19 20thNovember19 20thNovember19 20thNovember19 006219-2 MAINTENANCE BOND Page 2 of 3 Bond No. 049447Y 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Northstar Section 2, Phase 1 STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 102270 Revised January 3 t, 2012 20thNovember19 IMPORTANT NOTICE To obtain information or make a r:rfmplaint You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's loll -free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httl2://www.tdi,state.tx.us E-mail: ConsumerProtectionPtdi.state. tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de tefefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.slate.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agenle o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamenlo (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016     STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT       TABLE OF CONTENTS   Page   Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6   Article 2 – Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8   Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents................................................................. 10 3.05 Reuse of Documents ................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ 11   Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions ............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site .............................................................................. 14   Article 5 – Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19   Article 6 – Contractor’s Responsibilities ........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016     6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitutes and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royalties ........................................................................................................... 26 6.09 Permits and Utilities.................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Documents...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs ............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals.................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination....................................................................................................................... 35   Article 7 – Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination................................................................................................................................ 36   Article 8 – City’s Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City’s Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance with Safety Program............................................................................................... 37   Article 9 – City’s Observation Status During Construction ........................................................................... 37 9.01 City’s Project Manager ……...................................................................................................... 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations for Work Performed .......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016     Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40   Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ...................................................................................................... 45   Article 12 – Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price ............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47   Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 City May Stop the Work ............................................................................................................. 49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51   Article 14 – Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor’s Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ........................................................................................................................... 55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57   Article 15 – Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60   Article 16 – Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016     Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63       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. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents.   2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work.   3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents.   4. 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.   5. Award – Authorization by the City Council for the City to enter into an Agreement.   6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed.   7. Bidder—The individual or entity who submits a Bid directly to City.   8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda).   9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements.   10. 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.   11. Buzzsaw – City’s on-line, electronic document management and collaboration system.   12. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63       13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor 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.   14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed.   15. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative.   16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas.   17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative.   18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim.   19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral.   20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents.   21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work).   22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.   23. Contractor—The individual or entity with whom City has entered into the Agreement.   24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63       25. Damage Claims – A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim.   26. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.   27. Director of Aviation – The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.   28. Director of Parks and Community Services – The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.   29. Director of Planning and Development – The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.   30. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.   31. Director of Water Department – The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.   32. 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.   33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver.   34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City.   35. Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work.   36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award.   37. Final Acceptance – The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63       38. 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.   39. General Requirements—Sections of Division 1 of the Contract Documents.   40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto.   41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time.   42. 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.   43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property.   44. Major Item – An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less.   45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work.   46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement.   47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents.   48. PCBs—Polychlorinated biphenyls.   49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils.   50. Plans – See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63       51. 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.   52. Project—The Work to be performed under the Contract Documents.   53. Project Manager—The authorized representative of the City who will be assigned to the Site.   54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project.   55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.   56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays).   57. 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.   58. 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.   59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor’s Applications for Payment.   60. Site—Lands or areas indicated in the Contract Documents as being furnished by City 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 which are designated for the use of Contractor.   61. 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.   62. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63       63. 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.   64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award.   65. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor.   66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions.   67. 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.   68. 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.   69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition.   70. 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.   71. 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 Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents.   72. 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 E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning.   B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63       1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as directed” or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise).   C. 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. D. 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.   E. 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.   ARTICLE 2 – PRELIMINARY MATTERS   2.01 Copies of Documents   City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction.   2.02 Commencement of Contract Time; Notice to Proceed   The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63       2.03 Starting the Work   Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run.   2.04 Before Starting Construction   Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work.   2.05 Preconstruction Conference   Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents.   2.06 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.   2.07 Initial Acceptance of Schedules   No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents.   ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE   3.01 Intent   A. The Contract Documents are complementary; what is required by one is as binding as if required by all.   B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City.   C. Clarifications and interpretations of the Contract Documents shall be issued by City.   D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as “the Contractor shall,” “in conformity with,” “as shown,” or “as specified” are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63       section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims.   E. The cross referencing of specification sections under the subparagraph heading “Related Sections include but are not necessarily limited to:” and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete.   3.02 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 of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such 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.   3.03 Reporting and Resolving Discrepancies   A. Reporting Discrepancies:   1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby.   2. Contractor’s Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63       6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04.   3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.   B. Resolving Discrepancies:   1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents).   2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal.   3.04 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 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;   2. City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or   3. City’s written interpretation or clarification.   3.05 Reuse of Documents   A. Contractor and any Subcontractor or Supplier shall not:   1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or   2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63       B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes.   3.06 Electronic Data   A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City’s Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern.   B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data’s creator.   ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS   4.01 Availability of Lands   A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities.   1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements.   2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others.   B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63       C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment.   4.02 Subsurface and Physical Conditions   A. Reports and Drawings: The Supplementary Conditions identify:   1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and   2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities).   B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to:   1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or   2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or   3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information.   4.03 Differing Subsurface or Physical Conditions   A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either:   1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or   2. is of such a nature as to require a change in the Contract Documents; or   3. differs materially from that shown or indicated in the Contract Documents; or   4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63       then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition.   B. Possible Price and Time Adjustments   Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:   1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or   2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or   3. Contractor failed to give the written notice as required by Paragraph 4.03.A.   4.04 Underground Facilities   A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions:   1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and   2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for:   a. reviewing and checking all such information and data;   b. locating all Underground Facilities shown or indicated in the Contract Documents;   c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and   d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work.   B. Not Shown or Indicated:   1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63       Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility.   2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences.   3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary.   4.05 Reference Points   A. City shall provide engineering surveys to establish reference points for construction, which in City’s judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays.   B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor.   4.06 Hazardous Environmental Condition at Site   A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site.   B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to:   1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63       construction to be employed by Contractor and safety precautions and programs incident thereto; or   2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or   3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions or information.   C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.   D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any.   E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed.   F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City’s own forces or others.   G. 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 a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence.   H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63       ARTICLE 5 – BONDS AND INSURANCE   5.01 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 coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions.   5.02 Performance, Payment, and Maintenance Bonds   A. Contractor shall furnish performance and payment bonds, 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 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 5.02.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 5.01 and 5.02.C.   5.03 Certificates of Insurance   Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary 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.   1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as “Additional Insured” on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63       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 the Supplementary Conditions   6. 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.   7. 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.   8. 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.   9. 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%.   10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63       lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City.   11. 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.   12. 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.   13. 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.   14. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance.   5.04 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.   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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63       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.   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 (if identified in the Supplementary Conditions).   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.   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 requirements identified in the Supplementary Conditions.   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.   5.05 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 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 City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the 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 6 – CONTRACTOR’S RESPONSIBILITIES   6.01 Supervision and Superintendence   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 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63       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.   6.02 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.   6.03 Services, Materials, and Equipment   A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work.   B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63       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.   D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified.   6.04 Project Schedule   A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 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 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto.   2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16.   3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order.   6.05 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 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if:   a. the City determines that:   1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63       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   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 6.05.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:   a) perform adequately the functions and achieve the results called for by the general design;   b) be similar in substance to that specified;   c) be suited to the same use as that specified; and   2) will state:   a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time;   b) 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63       c) 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:   a) all variations of the proposed substitute item from that specified;   b) available engineering, sales, maintenance, repair, and replacement services; and   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 6.05.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 6.05.A and 6.05.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 6.05.A.2 and 6.05.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 (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute.   F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63       G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order.   H. Time Extensions: No additional time will be granted for substitutions.   6.06 Concerning Subcontractors, Suppliers, and Others   A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City.   B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C).   C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions.   D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City’s MBE Ordinance (as amended) by the following:   1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor.   2. Contractor will not make additions, deletions, or substitutions of accepted MBE 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 MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. 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.   E. 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63       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.   F. 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.   G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor.   H. 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 the Contract Documents for the benefit of City.   6.07 Wage Rates   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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63       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 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.   6.08 Patent Fees and Royalties   A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others.   B. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63       the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents.   6.09 Permits and Utilities   A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work.   B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required:   1. Texas Department of Transportation Permits   2. U.S. Army Corps of Engineers Permits   3. Texas Commission on Environmental Quality Permits   4. Railroad Company Permits   C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses.   6.10 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63       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 3.02.   C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time.   6.11 Taxes   A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller’s Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller’s Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H.   B. Texas Tax permits and information may be obtained from:   1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or   2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html   6.12 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63       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 6.21, 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, 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 the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor.   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.   6.13 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 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.   6.14 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63       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 6.14.A.2 or 6.14.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.   6.15 Safety Representative   Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.   6.16 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.   6.17 Emergencies and/or Rectification   A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63       changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued.   B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project.   6.18 Submittals   A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require.   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 6.18.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 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63       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.   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.   6.19 Continuing the Work   Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing.   6.20 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63       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 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   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 5.02.B. The City will give notice of observed defects with reasonable promptness.   6.21 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63       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.   6.22 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.   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 6.22, 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 6.18.C.   6.23 Right to Audit   A. 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.   B. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63       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.   C. 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.   6.24 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.   ARTICLE 7 – OTHER WORK AT THE SITE   7.01 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63       7.02 Coordination   A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions:   1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified;   2. the specific matters to be covered by such authority and responsibility will be itemized; and   3. the extent of such authority and responsibilities will be provided.   B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination.   ARTICLE 8 – CITY’S RESPONSIBILITIES   8.01 Communications to Contractor   Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor.   8.02 Furnish Data   City shall timely furnish the data required under the Contract Documents.   8.03 Pay When Due   City shall make payments to Contractor in accordance with Article 14.   8.04 Lands and Easements; Reports and Tests   City’s duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents.   8.05 Change Orders   City shall execute Change Orders in accordance with Paragraph 10.03.   8.06 Inspections, Tests, and Approvals   City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63       8.07 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 6.14.   8.08 Undisclosed Hazardous Environmental Condition   City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06.   8.09 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 6.14.   ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION   9.01 City’s Project Manager   City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s Project Manager during construction are set forth in the Contract Documents. The City’s Project Manager for this Contract is Patrick Buckley, or his/her successor pursuant to written notification from the Director of Transportation and Public Works Department.   9.02 Visits to Site   A. City’s Project Manager 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Manager 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 Manager’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 Manager’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63       9.03 Authorized Variations in Work   City’s Project Manager 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 and also on Contractor, who shall perform the Work involved promptly.   9.04 Rejecting Defective Work   City will have authority to reject Work which City’s Project Manager 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 13, whether or not the Work is fabricated, installed, or completed.   9.05 Determinations for Work Performed   Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager 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).   9.06 Decisions on Requirements of Contract Documents and Acceptability of Work   A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder.   B. City will render a written decision on any issue referred.   C. City’s written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06.   ARTICLE 10 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK   10.01 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 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, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63       10.02 Unauthorized Changes in the Work   Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17.   10.03 Execution of Change Orders   A. City and Contractor shall execute appropriate Change Orders covering:   1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;   2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed.   10.04 Extra Work   A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.   B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation.   C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work.   10.05 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63       10.06 Contract Claims Process   A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims.   B. Notice:   1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim.   2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim).   3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.   4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02.   5. Each Contract Claim shall be accompanied by Contractor’s written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event.   6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant’s last submittal (unless Contract allows additional time).   C. City’s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing:   1. deny the Contract Claim in whole or in part;   2. approve the Contract Claim; or   3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City’s sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63       D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial.   E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06.   ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT   11.01 Cost of the Work   A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items:   1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include;   a. salaries with a 55% markup, or   b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers’ compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City.   2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith.   3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63       4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 11.01.   5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work.   6. Supplemental costs including the following:   a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work.   b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor.   c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations.   d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses.   e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee.   f. The cost of utilities, fuel, and sanitary facilities at the Site.   g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63       h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain.   B. Costs Excluded: The term Cost of the Work shall not include any of the following items:   1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor’s fee.   2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Site.   3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments.   4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property.   5. Other overhead or general expense costs of any kind.   C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C.   D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data.   11.02 Allowances   A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City.   B. Pre-bid Allowances:   1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63       a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and   b. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid.   C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City.   D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted.   11.03 Unit Price Work   A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement.   B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05.   C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price.   D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:   1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and   2. there is no corresponding adjustment with respect to any other item of Work.   E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01.   1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63       2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order.   3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12.   4. A significant change in the character of work occurs when:   a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or   b. a Major Item of work varies by more than 25% from the original Contract quantity.   5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%.   6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price.   11.04 Plans Quantity Measurement   A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article.   B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than 25% (or as stipulated under “Price and Payment Procedures” for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10.   C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity.   D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63       E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable.   ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME   12.01 Change of Contract Price   A. The Contract Price may only be changed by a Change Order.   B. The value of any Work covered by a Change Order will be determined as follows:   1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or   2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or   3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s fee for overhead and profit (determined as provided in Paragraph 12.01.C).   C. Contractor’s Fee: The Contractor’s additional fee for overhead and profit shall be determined as follows:   1. a mutually acceptable fixed fee; or   2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work:   a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor’s additional fee shall be 15 percent except for:   1) rental fees for Contractor’s own equipment using standard rental rates;   2) bonds and insurance;   b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%);   1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63       tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%;   c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B;   d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor’s fee by an amount equal to five percent (5%) of such net decrease.   12.02 Change of Contract Time   A. The Contract Time may only be changed by a Change Order.   B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path.   12.03 Delays   A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in this Paragraph.   B. 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.   C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor.   D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63       ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK   13.01 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.   13.02 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.   13.03 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 acceptable to 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 13.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63       3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor.   4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment 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.   F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense.   G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D.   13.04 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.   B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment.   1. If it is found that the uncovered Work is defective, Contractor shall pay 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 uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work.   2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction.   13.05 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63       Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them.   13.06 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 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work.   13.07 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 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 6.10.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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63       C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents.   D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, 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 should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06.   E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose.   13.08 Acceptance of Defective Work   If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay 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) attributable to City’s evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, 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, reflecting the diminished value of Work so accepted.   13.09 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 13.06.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, correct, or remedy any such deficiency.   B. In exercising the rights and remedies under this Paragraph 13.09, 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63       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 13.09.   ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION   14.01 Schedule of Values   The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed.   14.02 Progress Payments   A. Applications for Payments:   1. Contractor is responsible for providing all information as required to become a vendor of the City.   2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents.   3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City’s interest therein, all of which must be satisfactory to City.   4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated with prior Applications for Payment.   5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63       B. Review of Applications:   1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application.   2. City’s processing of any payment requested in an Application for Payment will be based on City’s observations of the executed Work, and on City’s review of the Application for Payment and the accompanying data and schedules, that to the best of City’s knowledge:   a. the Work has progressed to the point indicated;   b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation).   3. Processing any such payment will not thereby be deemed to have represented that:   a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or   b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or   c. Contractor has complied with Laws and Regulations applicable to Contractor’s performance of the Work.   4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because:   a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement;   b. discrepancies in quantities contained in previous applications for payment;   c. the Contract Price has been reduced by Change Orders;   d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63       e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%).   2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%).   D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City.   E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents.   F. Reduction in Payment:   1. City may refuse to make payment of the amount requested because:   a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens;   b. there are other items entitling City to a set-off against the amount recommended; or   c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.   2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action.   14.03 Contractor’s Warranty of Title   Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63       14.04 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.   14.05 Final Inspection   A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents:   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.   B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume.   14.06 Final Acceptance   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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63       14.07 Final Payment   A. Application for Payment:   1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents.   2. The final Application for Payment shall be accompanied (except as previously delivered) by:   a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03;   b. consent of the surety, if any, to final payment;   c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and   d. 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.   B. Payment Becomes Due:   1. After City’s acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable.   2. 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.   3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter.   14.08 Final Completion Delayed and Partial Retainage Release   A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor’s final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63       portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims.   B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained.   14.09 Waiver of Claims   The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract.   ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION   15.01 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 make no extra payment for stand-by time of construction equipment and/or construction crews.   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 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.   D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63       15.02 City May Terminate for Cause   A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause:   1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City’s Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D);   2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction;   3. Contractor’s repeated disregard of the authority of City; or   4. Contractor’s violation in any substantial way of any provisions of the Contract Documents; or   5. Contractor’s failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or   6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or   7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or   8. Contractor commences legal action in a court of competent jurisdiction against the City.   B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice.   1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work.   2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63       obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below.   a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient.   3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed.   4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor.   5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract.   6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law.   C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.   D. Where Contractor’s services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability.   E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63       15.03 City May Terminate For Convenience   A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action.   B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall:   1. Stop work under the Contract on the date and to the extent specified in the notice of termination;   2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated;   3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination;   4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City:   a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and   b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City.   5. complete performance of such Work as shall not have been terminated by the notice of termination; and   6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest.   C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63       D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement.   E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived.   F. In such case, Contractor shall be paid for (without duplication of any items):   1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work;   2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and   3. reasonable expenses directly attributable to termination.   G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination.   ARTICLE 16 – DISPUTE RESOLUTION   16.01 Methods and Procedures   A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E.   B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request.   C. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 10.06.C or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63       1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or   2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or   3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction.   ARTICLE 17 – MISCELLANEOUS   17.01 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.   17.02 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.   17.03 Cumulative Remedies   The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016   00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63       17.04 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.   17.05 Headings   Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 Not Required for this Contract. Required for this Contract. A.Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B.Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C.Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D.Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E.Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project Number 102270 Revised July 1, 2011 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a.Name of manufacturer b. Name of vendor c.Trade name d. Catalog number 2.Substitutions are not "or-equals". B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Request for Substitution - General 1.Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a.When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a.Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project Number 102270 Revised July 1, 2011 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A.See Request for Substitution Form (attached) B.Procedure for Requesting Substitution 1. Substitution shall be considered only: a.After award of Contract b. Under the conditions stated herein 2.Submit 3 copies of each written request for substitution, including: a.Documentation 1)Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a)Manufacturer's name b) Telephone number and representative contact name c)Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a)Size b) Composition or materials of construction c)Weight d) Electrical or mechanical requirements 4) Product experience a)Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c)Available field data and reports associated with proposed product 5)Samples a)Provide at request of City. b) Samples become the property of the City. c.For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C.Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a.Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c.In the City’s opinion, acceptance will require substantial revision of the original design d. In the City’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Northstar Section 2, Phase 1 City Project Number 102270 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A.Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B.What effect does substitution have on other trades? C.Differences between proposed substitution and specified item? D.Differences in product cost or product delivery time? E.Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Northstar Section 2, Phase 1 City Project Number 102270 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request Northstar Section 2, Phase 1 CPN 102270 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments Northstar Section 2, Phase 1 CPN 102270 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 17, 2012 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Northstar Section 2, Phase 1 CPN 102270 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised July 1, 2011 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Administrative and procedural requirements for: a.Preconstruction Videos B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a.Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised July 1, 2011 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. Northstar Section 2, Phase 1 CPN 102270 01 33 00 - 2 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions Northstar Section 2, Phase 1 CPN 102270 01 33 00 - 3 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs Northstar Section 2, Phase 1 CPN 102270 01 33 00 - 4 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) Northstar Section 2, Phase 1 CPN 102270 01 33 00 - 5 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 Northstar Section 2, Phase 1 CPN 102270 01 33 00 - 6 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. Northstar Section 2, Phase 1 CPN 102270 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] Northstar Section 2, Phase 1 CPN 102270 01 33 00 - 8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days Northstar Section 2, Phase 1 CPN 102270 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. Northstar Section 2, Phase 1 CPN 102270 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Northstar Section 2, Phase 1 CPN 102270 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. Northstar Section 2, Phase 1 CPN 102270 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Northstar Section 2, Phase 1 CPN 102270 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE Northstar Section 2, Phase 1 CPN 102270 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. Northstar Section 2, Phase 1 CPN 102270 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review Northstar Section 2, Phase 1 CPN 102270 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Northstar Section 2, Phase 1 CPN 102270 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard Products List B. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. D. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] Northstar Section 2, Phase 1 CPN 102270 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List Northstar Section 2, Phase 1 CPN 102270 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. Northstar Section 2, Phase 1 CPN 102270 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. Northstar Section 2, Phase 1 CPN 102270 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Northstar Section 2, Phase 1 CPN 102270 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE Northstar Section 2, Phase 1 CPN 102270 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised February 14, 2018 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Requirements for construction staking and construction survey B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Construction Staking a.Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “Construction Staking”. 2)Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c.The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of “cut sheets” using the City’s standard template. 2. Construction Survey a.Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3.As-Built Survey a.Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “As-Built Survey”. 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised February 14, 2018 2)Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c.The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A.Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2.As-built Survey –The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking – The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4.Survey “Field Checks” – Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B.Technical References 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City’s Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A.The Contractor’s selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A.Submittals, if required, shall be in accordance with Section 01 33 00. B.All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A.Field Quality Control Submittals 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised February 14, 2018 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2.Submit “Cut-Sheets” conforming to the standard template provided by the City (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B.As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A –Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a.Contact City’s Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b.It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a.Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B.Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a.Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a.Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised February 14, 2018 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C.As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a.Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor’s responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c.For sewer mains and water mains 12” and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a.The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a)Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a)Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater – Not Applicable 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised February 14, 2018 b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a)Rim and flowline elevations and coordinates for each manhole 2) Water Lines a)Cathodic protection test stations b) Sampling stations c)Meter boxes/vaults (All sizes) d) Fire hydrants e)Valves (gate, butterfly, etc.) f)Air Release valves (Manhole rim and vent pipe) g)Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i)Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a)Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater – Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a.Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c.A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a.AutoCAD (.dwg) b. ESRI Shapefile (.shp) 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised February 14, 2018 c.CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a.Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c.Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e.The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B.Surveying instruments shall be kept in close adjustment according to manufacturer’s specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client’s plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised February 14, 2018 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A.If the Contractor’s work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a.Contractor shall perform replacements and/or restorations. b.The City may require at any time a survey “Field Check” of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A.It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B.Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A.Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northstar Section 2, Phase 1 City Project No. 102270 Revised February 14, 2018 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M.Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. Northstar Section 2, Phase 1 CPN 102270 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. Northstar Section 2, Phase 1 CPN 102270 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. Northstar Section 2, Phase 1 CPN 102270 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Northstar Section 2, Phase 1 CPN 102270 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. Northstar Section 2, Phase 1 CPN 102270 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion Northstar Section 2, Phase 1 CPN 102270 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Northstar Section 2, Phase 1 CPN 102270 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. Northstar Section 2, Phase 1 CPN 102270 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". Northstar Section 2, Phase 1 CPN 102270 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. Northstar Section 2, Phase 1 CPN 102270 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1, 2011 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Northstar Section 2, Phase 1 CPN 102270 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 12, 2019 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 13 30" DI MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" DI MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" DI MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" DI MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" DI MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" DI MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.08/24/17 33 05 13.01 30" DI MH Ring and Cover (Hinge & Lock) CompositeSewperCoverSCDH 3000, Std. Dbl Hinge Non-Metalic Ring and Cover w/Lock HD/FRP Composite30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"*33 39 10 Manhole, Precast ConcreteForterra(formerly Gifford-Hill, Hanson )ASTM C 47848"04/26/00 33 39 10 MH, Single Offset Seal JointForterra(formerly Gifford-Hill, Hanson )Type F Dwg 35-0048-001ASTM C 47848" Diam MH09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"* From Original Standard Products ListClick to Return to the Table of Content6 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeCertain-Teed Products CorpASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeNapco Manufacturing CorpASTM D 3034, D 17844" & 8"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26 and SDR-35 ASTM F 789, ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"33-31-20 PVC Sewer PipeRoyal Building ProductsRoyal Seal Solid Wall Pipe SDR 26 & 35ASTM 30344" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDr-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationPS 46 ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 303411/17/99E100-2Closed Profile PVC PipeDiamond Plastics CorporationASTM 1803/F79418" to 48"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"* From Original Standard Products ListClick to Return to the Table of Content21 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"* From Original Standard Products ListClick to Return to the Table of Content30 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35 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 July 30, 2019 Meritage Homes of Texas, LLC 8840 Cypress Waters Boulevard, Suite 100 Dallas, Texas 75019 Attention: Mr. Robert Hall Re: Pavement Recommendations Northstar – Phase 1 Off North Saginaw Boulevard, South of Bonds Ranch Road Fort Worth, Texas ALPHA Report No. W191406-A Submitted herein are the recommended pavement sections for the proposed subdivision (Northstar – Phase 1). The proposed subdivision is generally located about 1,000 ft north of Meadow Springs Drive and about 750 ft east of Trinity Express Railroad in Fort Worth, Texas. This study was authorized by Mr. David Aughinbaugh with Authorization Agreement (Contract No. 66312258) and performed in accordance with ALPHA Proposal No. 70776 dated April 17, 2019. This report is an extension of ALPHA Report No. W191406 dated July 11, 2019 containing geotechnical recommendations for residential foundations. The purpose of this study is to develop pavement sections for the planned streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed streets within the subdivision could be classified as “Residential - Urban”, “Collector” or “Arterial”, as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (ALPHA) to evaluate for Meritage Homes of Texas, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. ALHA Report No. W191406-A 2 Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 6 7½ 10 28-day Concrete Compressive Strength (psi) 3,600 3,600 3,600 Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime Application Rate (lbs per sq yd) 30 30 30 Reinforcing Bar No. 3 3 4 Reinforcing Bar Spacing (in) 18 18 18 Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 28 test borings to a depth of about 20 ft each. The test borings were performed in general accordance with ASTM D 420 using standard rotary drilling equipment. The approximate location of each boring is shown on the attached Boring Location Plan, Figure 1. Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. ALHA Report No. W191406-A 3 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations:  Moisture Content (ASTM D 2216)  Atterberg-Limits (ASTM D 4318)  Unconfined Compressive Strength (ASTM D 2166)  Sulfate Content (TX-145-E Part II)  Lime Series (Plasticity Index vs. Lime Content) In addition to conventional laboratory testing to assess engineering properties of the soils obtained, bulk samples were obtained from the site near the vicinity of Boring 2 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 about two-thirds of the borings generally consisted of limestone and/or shale extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 20, 23, 24, 25, 26 and 28 generally consisted of clay to depths of about 1 ft to 10 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Alternating layers of clay, limestone and shaly clay were encountered in Borings 5, 9, 15 and 21. Subsurface conditions encountered in Boring 10 generally consisted of clay 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. ALHA Report No. W191406-A 4 Free groundwater was encountered while advancing Boring 10 at a depth of about 12 ft below the ground surface and in the open borehole immediately upon completion of drilling at a depth of about 8 ft. The remaining borings were dry. 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. ENGINEERING ANALYSIS AND RECOMMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Subgrade Preparation Based on review of the borings and preliminary grading plans prepared by LJA Engineering, Inc. (Northstar Section 2, Phase 1 – Sheets 1 through 5 dated July 2019) 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, and 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. 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. ALHA Report No. W191406-A 5 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 6 inches depending on the depth of limestone from final grade. Potential seasonal movements are discussed in more detail in ALPHA Report No. W191406 performed for the residential foundations to be constructed at the site. 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 3.3 to 3.9 (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. ALHA Report No. W191406-A 6 Using the Street Classification of “Arterial” as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7½-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 5 ± 1 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw-cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of three (3) samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE B Soluble Sulfates Sample No. Boring No. Depth, ft Material Type Soluble Sulfate, mg/Kg (ppm) 1 5 2-4 Tan Clay 47 2 20 2-4 Brown Clay 75 3 28 0-2 Brown Clay 67 ALHA Report No. W191406-A 7 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularl y 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 within 4 ft of the existing ground surface in about two-thirds of the borings. We expect limestone could be encountered during general excavation and grading at this site. The limestone encountered in the borings was hard and may be difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or saw cutting) 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. ALHA Report No. W191406-A 8 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 t otal 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 means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench ex cavations) 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 and shaly clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 95 and 100 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 5 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. ALHA Report No. W191406-A 9 Clayey soils 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. In cases where mass fills are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. In general site grading areas where final fill slope s 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 In cases where utility lines are more than 10 ft deep, 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 utility lines under pavements 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. ALHA Report No. W191406-A 10 Groundwater Groundwater was encountered in Boring 10 at a depth of about 8 ft below the ground surface. Shallower 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. 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. ALHA Report No. W191406-A 11 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. 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. July 30, 2019 Mark L. McKay, P.E. Brian J. Hoyt, P.E. Director of Geotechnical Engineering Geotechnical Department Manager BJH/MLM/klf Copies: (1-PDF) Client Attachments: Boring Location Plan – Figure 1 Moisture - Density Relationship – Figure 2 California Bearing Ratio (CBR) – Figure 3 Mechanical Lime Series – Figure 4 WinPAS Analysis Results Log of Borings (Borings 1 through 28) Key to Soil Symbols and Classifications GEOTECHNICAL EXPLORATION PAVEMENT RECOMMENDATIONS NORTHSTAR - PHASE 1 OFF NORTHSTAR PARKWAY FORT WORTH, TEXAS ALPHA PROJECT NO. W191406-A BORING LOCATION PLAN FIGURE 1 P-3 B-16 B-15B-14B-13B-12B-11 B-10 B-8 B-7 B-6 B-5 B-4 B-2 B-1 P-5 B-17 B-18 B-21 B-26 B-28B-25 B-24B-23B-22 B-20 B-19 B-27 B-3 B-9 NORTHSTAR PARKWAY N APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION (W183124) Optimum Moistuire Content (%): Sample Location: Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) PL: FIGURE 2 23 Classification:CH Project No:W191406-A Date:07/12/19 Material Description: LL:72 28.4 % Passing #200:72.8% Maximum Dry Unit Weight (pcf):86.0 PI : 49 80 85 90 95 100 105 110 115 120 5.0%10.0%15.0%20.0%25.0%30.0%35.0%Dry Unit Weight, (pcf)Moisture Content, (%) CBR @ 0.20 Inches = 3.3% FIGURE 3 Sample Location:Boring 2 CBR @ 0.10 Inches = 3.9% Material Description:0 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No:W191406-A Date:07/12/19 0 10 20 30 40 50 60 70 80 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in REPORT OF MECHANICAL LIME SERIES RESULTS 8%6%% Lime 26 17 Project No:W191406-A Date: 1051 0% PI 5 FIGURE 4 07/12/19 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 2%4% 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Residential Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 5.91 930,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.00 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:12:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Collector Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 7.52 3,000,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.25 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:11:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Arterial Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 9.87 13,000,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.50 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:09:59PM Engineer: 100/ 1.5" 100/ 1" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:1 100/ 3.25" 100/ 1.25" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 13.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:2 100/ 2" 100/ 1.25" 100/ 2.25" 100/ 2.25" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams Gray SHALE TEST BORING TERMINATED AT 20 FT 8.0 13.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:3 100/ 2.25" 100/ 1" 100/ 0.5" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:4 4.25 4.5+ 4.5 3.25 4.5+ 20 16 17 13 13 25 16 40 46 20 21 20 25 100/ 3.25" Brown CLAY with rock fragments Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers Tan SHALY CLAY TEST BORING TERMINATED AT 20 FT 2.0 6.0 12.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:5 100/ 1.5" 100/ 1" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:6 100/ 1" 100/ 0.75" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:7 100/ 1.75" 100/ 1" 100/ 0.5" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 9.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:8 2.5 4.0 4.25 4.5+ 3.75 4.0 35 35 27 19 13 16 19 87 30 57 100/ 4.25" Brown CLAY - with limestone fragments at 5 ft Tan CLAY Tan LIMESTONE with clay seams and layers Tan SHALY CLAY TEST BORING TERMINATED AT 20 FT 6.0 8.0 11.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:9 114 2.75 3.0 3.25 2.0 2.0 4.5+ 0.5 0.5 26 30 20 18 15 29 32 57 18 39 Brown CLAY with limestone fragments Tan CLAY with calcareous nodules Tan SHALY CLAY TEST BORING TERMINATED AT 20 FT 4.0 12.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):12 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):8. . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in): BORING NO.:10 100/ 1" 100/ 0.75" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 7.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:11 100/ 1" 100/ 0.75" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:12 100/ 1.25" 100/ 0.75" 100/ 1" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:13 100/ 2" 100/ 1.75" 100/ 3" 100/ 2.25" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 14.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:14 4.5+ 2.5 3.25 4.5+ 4.5+ 19 35 35 29 24 56 62 19 21 37 41 100/ 4" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Tan SHALY CLAY TEST BORING TERMINATED AT 20 FT 4.0 6.0 11.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:15 100/ 1.25" 100/ 0.75" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:16 100/ 1" 100/ 0.75" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:17 100/ 2.5" 100/ 1" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:18 100/ 1.25" 100/ 0.75" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:19 90 4.5+ 2.5 2.75 4.25 4.5+ 1.3 26 31 23 16 18 46 22 24 100/ 1.5" 100/ 1" Brown CLAY Tan CLAY - with limestone fragments at 8 ft Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 10.0 17.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:20 118 2.0 3.0 1.75 2.0 4.5+ 0.7 36 24 17 8 12 21 79 90 24 27 55 63 100/ 1.5" 100/ 1.25" Dark Brown CLAY - with limestone fragments from 2 ft to 4 ft Tan CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Tan and Gray CLAY TEST BORING TERMINATED AT 20 FT 4.0 9.0 17.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:21 100/ 0.75" 100/ 0.5" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:22 4.5+ 4.0 25 15 80 28 52 100/ 1.25" 100/ 1.75" 100/ 1" 100/ 1" Brown CLAY Tan CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 4.0 14.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:23 3.0 2.5 4.5+ 31 32 16 77 25 52 100/ 1.75" 100/ 1.75" 100/ 1.25" Dark Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 6.0 17.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:24 4.5+16 64 20 44 100/ 0.5" 100/ 0.75" 100/ 1.25" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 13.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:25 4.5+19 63 25 38 100/ 2" 100/ 1" 100/ 0.75" 100/ 0.5" Dark Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 14.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:26 100/ 1.75" 100/ 1.25" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 12.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:27 3.25 30 77 24 53 100/ 1.5" 100/ 0.75" 100/ 1" 100/ 1" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 14.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:28 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT GEOTECHNICAL EXPLORATION NORTHSTAR – PHASE 1 Off Northstar Parkway Fort Worth, Texas ALPHA Report No. W191406 July 11, 2019 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 July 11, 2019 Meritage Homes of Texas, LLC 8840 Cypress Waters Boulevard, Suite 100 Dallas, Texas 75019 Attention: Mr. Robert Hall Re: Geotechnical Exploration Northstar – Phase 1 Off Northstar Parkway Fort Worth, Texas ALPHA Report No. W191406 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. David Aughinbaugh with Authorization Agreement (Contract No. 66312258) and performed in accordance with ALPHA Proposal No. 70776, dated April 17, 2019. 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. July 11, 2019 Mark L. McKay, P.E. Brian J. Hoyt, P.E. Director of Geotechnical Engineering Geotechnical Department Manager BJH/MLM/klf Copies: (1-PDF) Client TABLE OF CONTENTS ALPHA REPORT NO. W191406 1.0 PURPOSE AND SCOPE .................................................................................................... 1 2.0 PROJECT CHARACTERISTICS ...................................................................................... 1 3.0 FIELD EXPLORATION .................................................................................................... 2 4.0 LABORATORY TESTS .................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS ...................................................................... 2 6.0 DESIGN Recommendations ............................................................................................... 3 6.1 Slab-on-Grade Foundations .................................................................................... 3 6.1.1 Subgrade Improvement Using Moisture Conditioning in Zone III ............. 5 6.1.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil in Zone III ........................................................................................... 6 6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade .................... 6 6.3 Drainage and Other Considerations ........................................................................ 6 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ............................. 7 7.1 Site Preparation and Grading .................................................................................. 8 7.2 Foundation Excavations .......................................................................................... 9 7.3 Fill Compaction ...................................................................................................... 9 7.4 Utilities .................................................................................................................. 10 7.5 Groundwater ......................................................................................................... 11 8.0 LIMITATIONS ................................................................................................................. 11 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. W191406 1 1.0 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. In addition, results of a Preliminary Geotechnical Exploration preformed at the site (Alpha Report No. W183124 dated January 3, 2019) were reviewed as part of this current study 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 2.0 PROJECT CHARACTERISTICS It is proposed to develop a residential subdivision (Northstar – Phase 1) on a tract of land generally located about 1,000 ft north of Meadow Springs Drive, and about 750 ft to the east of Trinity Express Railroad 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 with scattered trees in some areas. No information regarding previous development on the site was provided to us. Grading plans prepared by LJA Engineering, Inc. (Northstar Section 2, Phase 1 – Sheets 1 through 5, dated July 2019) indicate the site slopes down to the northeast by about 21 ft (Appx. Elev. 853 ft to 832 ft). These grading plans also indicate cuts up to 4 ft and fills of up to 6 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. W191406 2 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 28 test borings. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. 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. 4.0 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. 5.0 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 about two-thirds of the borings generally consisted of limestone and/or shale extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 20, 23, 24, 25, 26 and 28 generally consisted of clay to depths of about 1 ft to 10 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Alternating layers of clay, limestone and shaly clay were encountered in Borings 5, 9, 15 and 21. Subsurface conditions encountered in Boring 10 generally consisted of clay 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. ALPHA Report No. W191406 3 Free groundwater was encountered while advancing Boring 10 at a depth of about 12 ft below the ground surface and in the open borehole immediately upon completion of drilling at a depth of about 8 ft. The remaining borings were dry. It is common to encounter seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the boring logs provided in the Appendix. 6.0 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 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 1.5 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native clay, on limestone, on fill placed as recommended in Section 7.3, or on moisture improved soil placed as recommended in Section 6.1.1. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movements occur in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post- tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab-on-grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab-on-grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I, II and III and delineated on the Boring Location Plan, Figure 1. ALPHA Report No. W191406 4 Subgrade improvement in the respective Zones (see Figure 1) should be performed using the information summarized in Table A. TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement ZONE ESTIMATED POTENTIAL MOVEMENT, INCHES IMPROVEMENT REQUIRED TO REDUCE MOVEMENTS TO 4½ INCHES I Up to 3 No Improvement Required II Up to 4½ No Improvement Required III Up to 6 4 ft of Moisture-Conditioning Potential seasonal movements were estimated using results from absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in-situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding our estimates could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 50 or less. If the plasticity index of material used to raise the grade is higher than 50, potential movements could be higher than our estimates. Potential movements could be less than 3 inches and 4½ inches in some areas of Zones I and II, respectively. However, due to the variability in the depth to limestone in these zones and across the site, we recommend using 3 inches and 4½ inches for design purposes. Potential movements estimated for slab foundations in Zone III (see Figure 1 for delineation of Zones) are considered outside normal design tolerances without subgrade improvement as presented in Table A. Movement of slab foundations in Zone III could be reduced to not more than about 4½ inches by using plastic sheeting moisture conditioning to a depth of 4 ft below final grade as summarized in Table A. Recommendations for plastic sheeting and moisture conditioning are discussed in Section 6.1.1. In choosing moisture conditioning as a method of slab movement reduction, the Client is accepting some post construction movement of slabs (about 4½ inches). Therefore, the Client understands and acknowledges that in the geographical region covered by this report, a potential movement of 4½ inches is considered a reasonable compromise between foundation design and construction cost and the amount of allowable movement of the foundation. ALPHA Report No. W191406 5 Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and not the entire residential lot. Accordingly, planned residences must be exclusively constructed within the building pad designated on the referenced project grading plans. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation, and should be followed by the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral extent of the plastic sheeting and to confirm that no portion of the new residences will extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond the designated building pad, ALPHA should be contacted for additional design recommendations. 6.1.1 Subgrade Improvement Using Moisture Conditioning in Zone III Estimated potential movements of slab foundations in Zone III could be reduced to about 4½ inches by moisture-conditioning 4 ft of on-site soils below final grade as summarized in Table A. The depth of limestone was highly variable in some areas of the site. It is possible limestone could be encountered within the recommended depth of moisture conditioning in some areas, particularly at zone boundaries. It is not required to over-excavate limestone to install moisture conditioned soil. Moisture-conditioning consists of over-excavating (where necessary) and/or filling with on-site soil that is compacted at a “target” moisture content at least 5 percentage points above the material’s optimum moisture content as determined by the standard Proctor method (ASTM D 698). The moisture-conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture- conditioning with on-site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the designated building pad (as indicated on the referenced project grading plans). Plastic sheeting (6 to 8 mil thickness) should be placed above the moisture-conditioned soil for long-term maintenance of the moisture content of the conditioned soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Followin g completion of moisture-conditioning and placement of the plastic sheeting, estimated movements in Zone III should not exceed about 4½ inches. The purpose of moisture-conditioning is to reduce the free swell of the moisture- conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the “target” moisture content for moisture-conditioning (estimated at 5 percentage points above the material’s optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness, moisture content, and density. ALPHA Report No. W191406 6 6.1.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil in Zone III Due to the presence of shallow limestone in some areas of the site, we expect some of the fill material generated from site grading will consist of processed limestone and/or lean clay and limestone mixtures. As an alternative to moisture conditioning with plastic sheeting, potential seasonal movements in Zone III could be reduced to about 4½ inches by placing at least 4 ft of low PI material below final grade. Low PI material could consist of processed limestone and/or lean clay with a plasticity index of 20 or less. 6.2 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade Tables B and C contain information for design of the post-tensioned, slab-on-grade foundations. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement = 3 inches in Zone I Edge Lift Center Lift Edge Moisture Distance (em), ft 3.9 7.5 Differential Soil Movement (ym), inches 1.8 (swell) 1.3 (Shrink) TABLE C PTI Design Parameters Potential Seasonal Movement = 4½ inches in Zone II and after Improvement as discussed in Section 6.1 in Zone III Edge Lift Center Lift Edge Moisture Distance (em), ft 4.0 7.8 Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink) 6.3 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. ALPHA Report No. W191406 7 In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post-construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab systems.  Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing.  Moisture conditions should be maintained “constant” around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report.  Planter box structures placed adjacent to building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy.  Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab.  The root systems from existing or recently removed trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near-maximum swell potential. Clay soils surrounding tree root mats in areas to be covered with at-grade slabs (including but not limited to foundations, driveways, porches, patios, and sidewalks) should be removed to a depth of at least 1 ft below the tree root ball. The resulting excavation should be backfilled with engineered fill as described in Section 7.3. 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. 7.0 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. ALPHA Report No. W191406 8 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 the ground surface and within 4 ft of the ground surface in about two-thirds 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 slab foundations, flatwork or areas to receive new fill should be properly prepared.  After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed.  The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil.  Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well-compacted material as outlined in Section 7.3.  Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. ALPHA Report No. W191406 9 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. 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 The following are recommendations pertaining to general fill compaction. Moisture conditioned soil should conform to the recommendations provided in Section 6.1. Clay and shaly 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. ALPHA Report No. W191406 10 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. In cases where mass fills are more than 10 ft deep, 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 In cases where utility lines are more than 10 ft deep, 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 utility lines under pavements 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. ALPHA Report No. W191406 11 7.5 Groundwater Groundwater was encountered in Boring 10 at a depth of about 8 ft below the ground surface. Shallower 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. 8.0 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 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. ALPHA Report No. W191406 12 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 result ing 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. W191406 A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 28 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 u sed to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. A modified version of the Texas Cone Penetration (TCP) test was completed in the field to determine the apparent in-place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT strength correlations. In this case, ALPHA TESTING, INC. has modified the procedure by using a 140-pound hammer dropping 30-inches for completion of the field test. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheets as “TX Cone” (reference TxDOT Test Method TEX 132-E, as modified). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. GEOTECHNICAL EXPLORATION NORTHSTAR - PHASE 1 OFF NORTHSTAR PARKWAY FORT WORTH, TEXAS ALPHA PROJECT NO. W191406 BORING LOCATION PLAN FIGURE 1 B-9 B-3 B-27 B-19 B-20 B-22 B-23 B-24 B-25 B-28 B-26 B-21 B-18 B-17 P-5 B-1 B-2 B-4 B-5 B-6 B-7 B-8 B-10 B-11 B-12 B-13 B-14 B-15 B-16 P-3 I I I I I I I I I I II II II II II II II II II II II II II II II II II II II II NORTHSTAR PARKWAY N APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION (W183124) ZONE II I ZONE I II ZONE III III ALPHA Report No. W191406 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), Atterberg-limit tests (ASTM D 4318) and dry unit weight determinations were performed on selected samples. In addition, unconfined compressive strength tests (ASTM D 2166) and 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. Boring No. Sample Depth Vertical Pressure, psf Liquid Limit Plastic Limit Plasticity Index Initial Moisture Final Moisture Free Swell 5 14 1750 46 21 25 27%33%0.1% 9 3 375 87 30 57 35%37%0.0% 10 5 625 57 18 39 20%21%0.0% 15 3 375 56 19 37 34%35%0.5% 20 5 625 46 22 24 22%22%0.0% 21 3 375 79 24 55 27%29%0.1% 23 1 125 80 28 52 26%35%1.6% 26 1 125 63 25 38 20%24%0.3% 28 1 125 77 24 53 28%31%0.0% SWELL TEST DATA FIGURE 2 SWELL DATA SHEET GEOTECHNICAL EXPLORATION NORTHSTAR - PHASE 1 OFF NORTHSTAR PARKWAY FORT WORTH, TEXA ALPHA REPORT NO. W191406 100/ 1.5" 100/ 1" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:1 100/ 3.25" 100/ 1.25" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 13.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:2 100/ 2" 100/ 1.25" 100/ 2.25" 100/ 2.25" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams Gray SHALE TEST BORING TERMINATED AT 20 FT 8.0 13.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:3 100/ 2.25" 100/ 1" 100/ 0.5" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:4 4.25 4.5+ 4.5 3.25 4.5+ 20 16 17 13 13 25 16 40 46 20 21 20 25 100/ 3.25" Brown CLAY with rock fragments Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers Tan SHALY CLAY TEST BORING TERMINATED AT 20 FT 2.0 6.0 12.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:5 100/ 1.5" 100/ 1" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:6 100/ 1" 100/ 0.75" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:7 100/ 1.75" 100/ 1" 100/ 0.5" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 9.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:8 2.5 4.0 4.25 4.5+ 3.75 4.0 35 35 27 19 13 16 19 87 30 57 100/ 4.25" Brown CLAY - with limestone fragments at 5 ft Tan CLAY Tan LIMESTONE with clay seams and layers Tan SHALY CLAY TEST BORING TERMINATED AT 20 FT 6.0 8.0 11.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:9 114 2.75 3.0 3.25 2.0 2.0 4.5+ 0.5 0.5 26 30 20 18 15 29 32 57 18 39 Brown CLAY with limestone fragments Tan CLAY with calcareous nodules Tan SHALY CLAY TEST BORING TERMINATED AT 20 FT 4.0 12.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):12 Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf). After Drilling (ft):8. . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in): BORING NO.:10 100/ 1" 100/ 0.75" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 7.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:11 100/ 1" 100/ 0.75" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:12 100/ 1.25" 100/ 0.75" 100/ 1" 100/ 0.75" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:13 100/ 2" 100/ 1.75" 100/ 3" 100/ 2.25" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 14.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:14 4.5+ 2.5 3.25 4.5+ 4.5+ 19 35 35 29 24 56 62 19 21 37 41 100/ 4" Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Tan SHALY CLAY TEST BORING TERMINATED AT 20 FT 4.0 6.0 11.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:15 100/ 1.25" 100/ 0.75" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 6.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:16 100/ 1" 100/ 0.75" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:17 100/ 2.5" 100/ 1" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 8.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:18 100/ 1.25" 100/ 0.75" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 5.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/10/2019 End Date:6/10/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:19 90 4.5+ 2.5 2.75 4.25 4.5+ 1.3 26 31 23 16 18 46 22 24 100/ 1.5" 100/ 1" Brown CLAY Tan CLAY - with limestone fragments at 8 ft Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 10.0 17.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:20 118 2.0 3.0 1.75 2.0 4.5+ 0.7 36 24 17 8 12 21 79 90 24 27 55 63 100/ 1.5" 100/ 1.25" Dark Brown CLAY - with limestone fragments from 2 ft to 4 ft Tan CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Tan and Gray CLAY TEST BORING TERMINATED AT 20 FT 4.0 9.0 17.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:21 100/ 0.75" 100/ 0.5" 100/ 0.5" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:22 4.5+ 4.0 25 15 80 28 52 100/ 1.25" 100/ 1.75" 100/ 1" 100/ 1" Brown CLAY Tan CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 4.0 14.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:23 3.0 2.5 4.5+ 31 32 16 77 25 52 100/ 1.75" 100/ 1.75" 100/ 1.25" Dark Brown CLAY Tan CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 4.0 6.0 17.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:24 4.5+16 64 20 44 100/ 0.5" 100/ 0.75" 100/ 1.25" 100/ 1" Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 1.0 13.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/11/2019 End Date:6/11/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:25 4.5+19 63 25 38 100/ 2" 100/ 1" 100/ 0.75" 100/ 0.5" Dark Brown CLAY Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 14.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:26 100/ 1.75" 100/ 1.25" 100/ 0.75" 100/ 0.5" Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 12.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:27 3.25 30 77 24 53 100/ 1.5" 100/ 0.75" 100/ 1" 100/ 1" Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT 2.0 14.0 20.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 15 20 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191406 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:6/12/2019 End Date:6/12/2019 Project:Northstar Phase 1 Client:Meritage Homes of Texas, LLC - DFW Hammer Drop (lbs / in):140 / 30 BORING NO.:28 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator 15.32$              Asphalt Paving Machine Operator 13.99$              Asphalt Raker 12.69$              Broom or Sweeper Operator 11.74$              Concrete Finisher, Paving and Structures 14.12$              Concrete Pavement Finishing Machine Operator 16.05$              Concrete Saw Operator 14.48$              Crane Operator, Hydraulic 80 tons or less 18.12$              Crane Operator, Lattice Boom 80 Tons or Less 17.27$              Crane Operator, Lattice Boom Over 80 Tons 20.52$              Crawler Tractor Operator 14.07$              Electrician 19.80$              Excavator Operator, 50,000 pounds or less 17.19$              Excavator Operator, Over 50,000 pounds 16.99$              Flagger 10.06$              Form Builder/Setter, Structures 13.84$              Form Setter, Paving & Curb 13.16$              Foundation Drill Operator, Crawler Mounted 17.99$              Foundation Drill Operator, Truck Mounted 21.07$              Front End Loader Operator, 3 CY or Less 13.69$              Front End Loader Operator, Over 3 CY 14.72$              Laborer, Common 10.72$              Laborer, Utility 12.32$              Loader/Backhoe Operator 15.18$              Mechanic 17.68$              Milling Machine Operator 14.32$              Motor Grader Operator, Fine Grade 17.19$              Motor Grader Operator, Rough 16.02$              Off Road Hauler 12.25$              Pavement Marking Machine Operator 13.63$              Pipelayer 13.24$              Reclaimer/Pulverizer Operator 11.01$              Reinforcing Steel Worker 16.18$              Roller Operator, Asphalt 13.08$              Roller Operator, Other 11.51$              Scraper Operator 12.96$              Servicer 14.58$              Small Slipform Machine Operator 15.96$              Spreader Box Operator 14.73$              Truck Driver Lowboy‐Float 16.24$              Truck Driver Transit‐Mix 14.14$              Truck Driver, Single Axle 12.31$              Truck Driver, Single or Tandem Axle Dump Truck 12.62$              Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$              Welder 14.84$              Work Zone Barricade Servicer 11.68$              2013  PREVAILING WAGE RATES The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by  the United States Department of Labor and current as of September 2013.  The titles and descriptions for the  classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,  Heavy, Utilities, and Industrial Construction in Texas.   (Heavy and Highway Construction Projects) Page 1 of 1 CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic  $             25.24  AC Mechanic Helper  $             13.67  Acoustical Ceiling Installer  $             16.83  Acoustical Ceiling Installer Helper  $             12.70  Bricklayer/Stone Mason  $             19.45  Bricklayer/Stone Mason Trainee  $             13.31  Bricklayer/Stone Mason Helper  $             10.91  Carpenter  $             17.75  Carpenter Helper  $             14.32  Concrete Cutter/Sawer  $             17.00  Concrete Cutter/Sawer Helper  $             11.00  Concrete Finisher  $             15.77  Concrete Finisher Helper  $             11.00  Concrete Form Builder  $             15.27  Concrete Form Builder Helper  $             11.00  Drywall Mechanic  $             15.36  Drywall Helper  $             12.54  Drywall Taper  $             15.00  Drywall Taper Helper  $             11.50  Electrician (Journeyman) $             19.63  Electrician Apprentice (Helper) $             15.64  Electronic Technician  $             20.00  Floor Layer  $             18.00  Floor Layer Helper  $             10.00  Glazier  $             21.03  Glazier Helper  $             12.81  Insulator    $             16.59  Insulator Helper  $             11.21  Laborer Common  $             10.89  Laborer Skilled  $             14.15  Lather  $             12.99  Metal Building Assembler  $             16.00  Metal Building Assembler Helper  $             12.00  Metal Installer (Miscellaneous) $             13.00  Metal Installer Helper (Miscellaneous) $             11.00  Metal Stud Framer  $             16.12  Metal Stud Framer Helper  $             12.54  Painter  $             16.44  Painter Helper  $               9.98  Pipefitter  $             21.22  Pipefitter Helper  $             15.39  Plasterer  $             16.17  Plasterer Helper  $             12.85  Plumber  $             21.98  Plumber Helper  $             15.85  Reinforcing Steel Setter  $             12.87  (Commercial Construction Projects) 2013  PREVAILING WAGE RATES Page 1 of 2 Reinforcing Steel Setter Helper  $             11.08  Roofer  $             16.90  Roofer Helper  $             11.15  Sheet Metal Worker  $             16.35  Sheet Metal Worker Helper  $             13.11  Sprinkler System Installer  $             19.17  Sprinkler System Installer Helper  $             14.15  Steel Worker Structural  $             17.00  Steel Worker Structural Helper  $             13.74  Waterproofer  $             15.00  Concrete Pump  $             18.50  Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel  $             19.31  Forklift  $             16.45  Foundation Drill Operator  $             22.50  Front End Loader  $             16.97  Truck Driver  $             16.77  Welder  $             19.96  Welder Helper  $             13.00  The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted  and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman  Trubitt, PLLC Construction Group.  The  descriptions for the classifications listed are provided on the TEXO's (The  Construction Association) website.   www.texoassociation.org/Chapter/wagerates.asp Equipment Operators  Page 2 of 2