Loading...
HomeMy WebLinkAbout064366 - Construction-Related - Contract - Acadia Services, LLCCSC No. 64366 FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF Northside IV 24-inch Water Transmission Main Phase 1 C Mattie Parker Mayor E `aF\T ll BRIEN J. COFFEY 133846 CENSEP 11�G� fdCU'L L4 P.E. Date: 08/27/2025 * ^Ak tnp League nail & perkins Segment 3 City Project No. 105114 Jesus "Jay" Chapa City Manager Chris Harder Director, Water Department Prepared for The City of Fort Worth Water Department 5237 N Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPELS: ENG F-230; SURB 10011600, 1001 1601, 10194381 TBAE: BR 2673 August 2025 Prepared by: SHIELD ENGINEERING GROUP TEPE FIRM •Flld]9-TRPLR FIRM 0101938M 1600 West 71h Street, Suite 400 Fort Worth, Texas 76102 817.810.0696 TBPE FIRM #F-11039 TBLS FIRM #10193890 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. "I'll City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 06/13/2025 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 09/30/2021 0043 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 0045 11 Bidders Prequalifications 08/13/2021 0045 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 06/13/2025 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00-45-40 N/A 0310-5 00 52 43 Agreement 06/13/2025 0061 13 Performance Bond 12/08/2023 0061 14 Pa ment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 013300 Submittals 12/20/2012 01 35 13 Spec al Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services (MODIFIED) 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Si na e 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 - Existing Conditions NONE Division 03 — Concrete NONE Division 26 - Electrical NONE Division 31 - Earthwork NONE Division 32 — Exterior NONE Division 33 - Utilities Date Modified 33 04 12 Magnesium Anode Cathodic Protection System- MODIFIED 04/01/2025 3305 10 Utility Trench Excavation, Embedment, and Backfill - 08/22/2025 MODIFIED Division 34 - Transportation NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https:Happs.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 06/13/2025 0334 13 Controlled Low Strength Material CLSM 03/07/2025 0334 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical NONE Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Segment 3 City Project No. 105114 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 312400 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 '21 3� nn �-rT--vv 12420/2n12 r�-avravzz Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 06/13/2025 32 1123 Flexible Base Courses 12/20/2012 9 Lime e Tr-e 4e,1 Base retwse., 1 �i�ti 32 1133 Cement Treated Base Courses 06/10/2022 32 1 1 7 7ZT1�T 08421,12015 32 12 16 Asphalt Paving 6/07/2024 27 171 �740/2012 32 13 13 Concrete Paving 06/13/2025 32 1= � n �-zv l � 109/2 � rLrv�rrvzz , 32 1373 Concrete Paving Joint Sealants 12/20/2012 2' 12�Q 3✓Cffi#er-s1 � ink 32 1723 Pavement Markings 06/10/2022 32 q-2- 11,104,12013 —344-3 iz-rsvrsvzz 2 3 t 26 �rzv more -e ees era rl.,ros 1 2Q0'/2n1 � izrsvrsviz 2'1� Wood Fefiee., .,a Gate., 1'1/7Q0'/20Q 2 32 t 2 Cast in Plaee GeaeFete Retaining Walls 06 05/20 Q 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 4 05 n�2� 2 92 t c Nmive CTfass and Wildt4ewepSeediag 1 n 06/2023 27 n3 n2 Trees and c11,. ms 12i20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television CCTV Inspection — Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television CCTV Inspection — Storm Drain 12/08/2023 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 3304 10 Joint Bonding and Electrical Isolation 12/20/2012 3304 11 Corrosion Control Test Stations 12/20/2012 33 nn 1 12QO/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3 nc t oExea-vatiefi,06/13/2025 22 nc 1 TJ--�J-TZ 12QO/2n12 1 LTG�Gv�G 33 05 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 22� Tunnel T imoo,-Dlae 17�7r QO/ viz 33 05 22 Steel Casing Pie 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pie 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride PVC Pressure Pie 09/09/2022 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 03/07/2025 334444 � 12/20/20 2 rrravravzz 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 1220 Resilient Seated Gate Valve 05/06/2015 3444-24Rubber-nn i�9 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 -z 33341� 1 � 90,12012 r�-avravzz 22 3 12Fibefglass1 2 90/2012 22�-S 0493/20019i J r1n �� 10 0 9/09/2022�z Pe�inyl Chloride Closed Profile Gravity Sanitary Sewe 333121 (PVC) Pipe 1 i�12 2 2�z 1 i�12 J 3 2-Sanitafy12 i20/2012 33-34-:5onSanitarynnio�13 3 3 7nValn'p.12i20/2012 3339 10 Cast -in -Place Concrete Manholes 12/13/2024 33 39 20 Precast Concrete Manholes 12/13/2024 J 30 2n es-12/13/2024 33-39-40 Wastewater- n eeess Chamber- (W n Cl 12i�lz 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 A n7 inn 334444 12i20A2012 rLravravzz 33 n 1 1 2Polyethylene1 1 13/20 c 3 �Stefm06no n�z 22 n� nn �J--Tv-vv 12 20,12012 rtravravzz 33 � � n l �--Tv-vT Sl Ae StaR Tl,-ain n7in 1 /20 mTvrr�viz �n� = 33 n4 Tfefiet, r Faif s � 01 o0201 1 wn 3-3-� Cast i vlaee Manholes ,-ad i do Bees 12n�2-4 33 44-2A Ctffb and Dfep4nkets n3/1�2" 22 nn nn �--rr-ty n1 Q0 m�Tvm�viz CITY OF FORT WORTH Northside W 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Division 34 - Transportation 344 1 n als 03/11 /7M7 2 nTOT A#aehiicnt A.C-- no Tt Ao leO',2 iin@t 1 2 niz-r 19/2015 3n ^�0i 0240i2 � n n�03 A#aehment C Seftwafe Speeifieation 01/2012 ni 1 1 /�13 4 t 2 1 �I t� 03 /2022 �z 244 t NRoadway12QO/2012 zn nt 2nn1 wayr-es06/1512015 344 0 Q Freeway LED Roadway Luminaifves 06,115,12015 34n i 20 03 Residefttial LED Roadway LuminaiFes 06/1 c/201 c 2A�oAluminumgi+s1 11 1 /13 n 02 /moo 3471 13 Traffic Control 03/22/2021 Appendix GC-4.01 Availability of Lands GC-4.01A Availability of Lands- (Outstanding Agreements) GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities N/A GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.09A Permits and Utilities - (Outstanding Agreements) GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 11, 2025 REFERENCE NO.: **M&C 25-1055 LOG NAME: 60NSIV24INWTMPICSEG3-ACADIA SUBJECT: (CD 10 and ETJ) Authorize Execution of a Contract with Acadia Services, LLC in the Amount of $6,393,696.00 for Northside IV 24-inch Water Transmission Main, Phase 1 C - Segment 3 Project, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Acadia Services, LLC in the amount of $6,393,696.00 for the Northside IV 24-inch Water Transmission Main, Phase 1 C - Segment 3 Project (City Project No. 105114); 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Northside IV 24-Inch Water Transmission Main Phase 1 C project; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Revenue Bond Series 2023 Fund by increasing estimate receipts and appropriations in the Northside IV 24-Inch Water Transmission Main project (City Project No. 105114) in the amount of $5,400,000.00, and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program; and 4. Adopt the attached appropriation ordinance adjusting appropriations in the Water & Sewer Commercial Paper Fund by increasing appropriations in the Northside IV 24-Inch Water Transmission Main project (City Project No. 105114) in the amount of $1,606,687.00 and decreasing appropriations in the Water & Sewer Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: The Northside IV 24-inch Water Transmission Main, Phase 1 C - Segment 3 construction project provides for the installation of a 24-inch water main from Union Pacific Railroad to US Highway 287. The project was advertised for bid on August 27, 2025, and September 3, 2025, in the Fort Worth Star -Telegram. On October 2, 2025, the following bids were received: Bidder Acadia Services, LLC Thalle Construction Company, Inc. Amount $6,393,696.00 $6,506,918.00 Contract Time 365 Calendar Days Conatser Construction TX, L.P. $7,474,936.00 Belt Construction of Texas, LLC $8,432,676.00 Jackson Construction, Ltd. $8,559,387.00 In addition to the contract cost, $421,180.00 is required for project management, material testing and inspection and $191,811.00 is provided for project contingency. This project will have no impact on the Water Department's operating budget when completed. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding is available in the Commercial Paper project within the W&S Rev Bonds Series 2023 Fund and the W&S Commercial Paper Fund for the purpose of funding of the Northside IV 24-inch Water Transmission Main, Phase 1 C project. Funding for the NS IV 24 WTM P1 C project are depicted below: Fund Existing Appropriations Additional Appropriations project Total* W&S Rev Bonds Series 2024 — $1,918,750.00 $0.00 $1,918,750.00 Fund 56022 W&S Rev Bonds Series 2023 — $0.00 $5,400,000.00 $5,400,000.00 Fund 56021 Commercial Paper— Fund $0.00 $1,606,687.00 $1,606,687.00 56026 Project Total J $1,918,750.00 $7,006,687.001$8,925,437.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT CD 10 and ETJ. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S Rev Bonds Series 2023 and the W&S Commercial Paper Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Rev Bonds Series 2023 and the Commercial Paper Funds for the NS IV 24 WTM P1 C project to support the above recommendations and execution of the contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Reference # Amount (Chartfield 2) Department Accoun I Project Program ctivity Budget ID ID Year FROM Fundy Department Accoun Project Program ctivity Budget Reference # mount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Preeti KC (5467) ATTACHMENTS 1. 60NSIV24INWTMP1 CSEG3-ACADIA FID TABLE (WCF 10.22.25)v2.xlsx (CFW Internal) 2. 60NSIV24INWTMPICSEG3-ACADIA funds avail.docx (CFW Internal) 3.60NSIV241NWTMPICSEG3-ACADIA.pdf (Public) 4. Commercial Paper - Balances as of 10.17.25.xlsx (CFW Internal) 5. Form 1295 Certificate 101445507.pdf (CFW Internal) 6. ORD.APP 60NSIV24INWTMPICSEG3-ACADIA 56021 A026(R2)_(3).docx (Public) 7. ORD.APP 60NSIV24INWTMPICSEG3-ACADIA 56026 A026(R4)_(2).d0cx (Public) 8. PBS CPN 105114.pdf (CFW Internal) 9. Res.60NSIV241NWTMP1 CSEG3-ACADIA.docx (Public) 60NSIV24INWTMPICSEG3-ACADIA FID Table ,Rec# 2 Fund Dept 56021 0600430 Account 4905151 Project ID Activity UCMLPR �Budget Year 2026 •. CF 2 Program Amount ($5,400,000.00) Purpose IXfer 2 56021 0600430 4905151 105114 2026 $5,400,000.00 2 56021 0600430 UCMLPR 2026 ($5,400,000.00) 2 56021 0600430 105114 2026 $5,400,000.00 4 56026 0600430 UCMLPR 2026 $1,606,687.00 4 56026 0600430 105114 2026 ($1,606,687.00) Rec # 2 Fund 56021 Dept # 0600430 Account 4905151 Project ID Activity UCMLPR UNSPEC FIDs (Actual) Budget CF2 Year 9999 Program Amount $5,400,000.00 Purpose Xfer 2 56021 0600430 4905151 105114 001480 9999 ($5,400,000.00) • 9999 •ITT.9 I.•tl ill.. $65,855.00 Water - Staff 4 Fund 56026 Dept # 0600430 5110101 105114 001780 4 56026 0600430 5550102 105114 001780 9999 $3,000.00 Water - Public Outreach 2 56021 0600430 5740010 105114 001780 9999 $5,400,000.00 To pay contractor 4 56026 0600430 5740010 105114 001780 9999 $993,696.00 To pay contractor 4 56026 0600430 5740010 105114 001780 9999 $191,811.00 Water Contingency 4 56026 0600430 5330500 105114 001784 9999 $98,783.00 Water -Soil Lab Consultant 4 56026 0600430 5310350 105114 001784 9999 $23,049.00 Water - Soil Lab TPW Staff 4 56026 0600430 5110101 105114 001785 9999 $230,493.00 Water- Water inspection 56021 2060000 105114 Retainage Combo Code 56026 2060000 105114 Retainage Combo Code 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) [Assembler: For Contract Document execution, remove this page and replace with the approved M&C for the award of the project. M&C insert shall be on blue paper.] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV 24" Water Transmission Main, Phase I Segment 3 City Project No. 105114 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT NORTHSIDE IV 24" WATER TRANSMISSION MAIN PHASE 1 C — SEGMENT 3 City Project No. 105114 Addendum No. 1. Issue Date: September 18, 2025 Bid Opening Date: Oct 02, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. A copy of the agenda from the Pre -bid meeting will be available in the Project Bonfire Folder. SPECIFICATIONS 1. Specification 00 21 13 - Instructions to Bidders o Modify Section 3.5 o Modify Section 6.1 o Strikethrough Section 1 l .l and label as N/A 2. Specification 00 45 12 Prequalification Statement o Modified 'Major Work Type' descriptions 3. Specification 00 45 26 —Contractor Compliance with Workers Compensation Law o Added copy of specification to project manual A. Specification 00 52 43 - Agreement o Modify Article 4, Section 4.2 5. Specification 00 72 00 — General Conditions o Strikethrough Section 6.06.D and label as N/A 6. Appendix o Added copy of WOUS/Arch report to GC-4.06 Hazardous Environmental Conditions at Site CONTRACTOR QUESTIONS 1. Is an estimated cost available? • The Engineer's Opinion of Probable Construction Cost ranges from $9.5 Million to $10.5 Million. 2. Can we get the Pre -bid meeting link? • Pre -bid meeting link was published on Bonfire. Pre -bid meeting was held on Sep 10, 2025. 3. The Pre -bid agenda says the tentative date for the Preconstruction conference is Dec 2025/Jan 2026. When will construction begin? • Notice to Proceed is expected to be given in January 2026 ADDENDUM NO. 1 ADDENDUM NO. 1 4. Please clarify if there are any M/W BE goals for this project. Some sections have been struck through and marked N/A while others have not (Instructions to Bidders, Pg 6 of 9, Article 11.1, General Conditions, pg 24 of 63, Article 6.06, D). • M/WBE goals are no longer applicable. The Instruction to Bidders and General Conditions have been updated with this Addendum. 5. Missing spec section 00 45 26 • Added into project manual with this Addendum. 6. Please provide specification 03 3416, This was omitted from the project manual. • Technical specifications listed in the project manual can be viewed/downloaded from the City's website http:/Ifortworthtexas govftow/contractors 7. Can a list of the companies that downloaded the bid specifications be released? • A list will be published on Bonfire All other terms and conditions remain unchanged. 1- ,/Z. 4)-� -�p ( TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ....................•.•..•.•.......•...........•...•......................... By the signature affixed below, Addendum No. i is hereby incorporated into and made part of the above referenced Invitation to Bid.�/ � COMPANY NAME: �Ja 5edd,be5 LGC SIGNATURE`� NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO. 2 CITY OF FORT WORTH WATER DEPARTMENT NORTHSIDE IV 24" WATER TRANSMISSION MAIN PHASE 1 C — SEGMENT 3 City Project No. 105114 Addendum No. 2. Issue Date: September 29, 2025 Addendum No. 1. Issue Date: September 18, 2025 Bid Opening Date: Oct 02, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. Addendum 1 has been re -uploaded and is available in the Project Bonfire Folder as of 9/18/2025. SPECIFICATIONS 1. Specification 00 42 43 — Bid Proposal o Updated Bidlist Item No. 18 quantity o Added Bidlist Item No. 30 for HMAC repair in Bates -Aston • Re -numbered subsequent Bidlist Items PLANS 1. P&P Sheets 13-22 o Updated trench repair detail callouts o Added asphalt repair to plan sheets 15 & 16 2. TCP Sheets 25-37 o Updated note regarding message boards on all TCP sheets o Corrected callout & location of TY III barricades on sheet 36 o Updated sign configuration on sheet 37 3. Stockpile Plan Sheets 40-44 o Updated Notes on all sheets o Added a removal on sheet 42 for Phase 3 4. Construction Detail Sheet 53 o Added trench repair details for Bates -Aston and updated notes CONTRACTOR QUESTIONS 1. Does this project have an SBE requirement? 0 No 2. The link for NSIV Addendum No. 1 on 9/18/25 is not working? • Addendum 1 has been re -uploaded as of 9/18/25. 3. Bidlist Item No. 18 for the 8" Blow Off assembly has a bid quantity of 2 Ea. There are 3 Ea shown on the plans. Which quantity is correct? • The plan quantity is correct, and the bid form has been updated with this Addendum. 4. Please clarify that the 24" Gate Valve at station 26+35 on plan sheet 24 of 66 is to be the 24" Gate Valve that is called to be removed and relocated. A new valve is not required at this location, correct? ADDENDUM NO. 2 ADDENDUM NO.2 • The gate valve to be removed, including the water vault, is the one called out at approximate STA 27+02, and is called to be relocated to the location of the proposed Gate Valve at STA 26+35 5. Has the city paid the license fees for both BNSF agreements and the UPRR agreement or will the contractor be responsible for these? • The city has paid the license fee to obtain the required permits. 6. Will the City be providing the pipe specifications for this projector will we be using the Fort Worth City Standards? • Pipe specifications should be per the City of Fort Worth technical specifications listed in the project manual can be viewed/downloaded from the City's website htlo://fortworthtexas.gov/tow/contractors 7. Can FRP be accepted as an alternate pipe material for the water transmission main? • No. Only Concrete and Ductile Iron Pipe are acceptable. All other terms and conditions remain unchanged. 5 L TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to B4 f COMPANY NACM[ d [X SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO. 3 CITY OF FORT WORTH WATER DEPARTMENT NORTHSIDE IV 24" WATER TRANSMISSION MAIN PHASE 1 C — SEGMENT 3 City Project No. 105114 Addendum No. 3. Issue Date: September 30, 2025 Addendum No. 2. Issue Date: September 29, 2025 Addendum No. 1. Issue Date: September 18, 2025 Bid Opening Date: Oct 02, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. An updated Table of Contents has been uploaded. 1. Specification 004243-Bid Proposal O Updated Bidlist Item No. 30 to reference modified specification 32 01 18 2. Added modified Specification 32 01 17 o Modified items to be included in bid price to add pavement removal items of work to be incidental to various pay items in specification 3. Added modified Specification 32 01 18 o Modified items to be included in bid price to define flex base to be subsidiary to this pay item All other terms and conditions remain unchanged. -2— ��BGBe2 9/30/2025 TO SNOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid.J COMPANY NAME: HG o ?B'tJ, C'e S GGG SIGNATURE: NOTE Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO.3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 000515-1 ADDENDA Page 1 of 1 SECTION 00 05 15 ADDENDA [Assembler: For Contract Document execution, remove this page and replace with any addenda issued during bidding.] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Northside IV 24" Water Transmission Main, Phase 1 C Segment 3 City Project No. 105114 00 11 13 INVITATION TO BIDDERS Page 1 of SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Northside IV 24-inch Water Transmission Main, Phase IC- Segment 3 (Project) will be received by the City of Fort Worth via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openopportunities, under the respective Project until 2:00 P.M. CST, Thursday, October 2nd, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at New City Hall, 100 Fort Worth Trail, Fort Worth, Texas on the Mezzanine of New City Hall (NCH); Room MZ10_12. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portaV?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. CITY OF FORT WORTH Northside W 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Phase 1 C-Segment 3 Revised 2/08/24 City Project No. 105114 00 11 13 INVITATION TO BIDDERS Page 2 of 4 SUPPORT For technical questions, visit Bonfire's help forum at hgps://vendorsupport.gobonfire.com/hc/en-us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • 6,112 LF 24" Water Pipe • 696 LF 42" Casing • 696 LF 24" Carrier Pipe • 40 LF 16" Water Pipe • 65 LF 12" Water Pipe • 30 LF 6" Water Pipe PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor 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 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal htlps://fortworthtexas.bonfirehub.com/portal/?tab=ol2enOpportunities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: September 10, 2025 TIME: 10:00 A.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY OF FORT WORTH Northside W 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Phase 1 C-Segment 3 Revised 2/08/24 City Project No. 105114 00 11 13 INVITATION TO BIDDERS CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES August 27', 2025 September 3', 2025 END OF SECTION Page 3 of 4 CITY OF FORT WORTH Northside W 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Phase 1 C-Segment 3 Revised 2/08/24 City Project No. 105114 00 11 13 INVITATION TO BIDDERS Page 4 of 4 CITY OF FORT WORTH Northside W 24-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Phase 1 C-Segment 3 Revised 2/08/24 City Project No. 105114 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Segment 3 Revised/Updated June 13, 2025 City Project No. 105114 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: hllps://www.fortworthtexas. og v/departments/tpw/development/cfw-departments-tpw- contractors under Division 00 - General Conditions and as follows: 3.1.1. Paving — Requirements document located at: https://app-us3.e- builder.net/public/publicLanding.aspx?QS=4d00804b 133b408a85a69323548dda25 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://app-us3.e- builder.net/public/ 2ublicLanding.aspx?QS=e43c4239775f4b2583552cO29c6al ed2 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://app-us3.e- builder.net/public/publicLanding.aspx?QS=4fc66ff8c36c4c029d542d4e55114e8d 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: 3.5.1.Augur Boring — Greater than 24-inch diameter casing and greater 3.5.2. Cathodic Protection 3.5.3. Water Transmission, Urban/Renewal, 24-inch and smaller 3.5.4. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) 4. Examination of Bidding and Contract Documents, Other Related Data, and Site CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Segment 3 Revised/Updated June 13, 2025 City Project No. 105114 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Segment 3 Revised/Updated June 13, 2025 City Project No. 105114 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of. 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Segment 3 Revised/Updated June 13, 2025 City Project No. 105114 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Segment 3 Revised/Updated June 13, 2025 City Project No. 105114 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrar.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH Northside W 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated June 13, 2025 Segment 3 City Project No. 105114 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Segment 3 Revised/Updated June 13, 2025 City Project No. 105114 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. 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. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Segment 3 Revised/Updated June 13, 2025 City Project No. 105114 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httus://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Segment 3 Revised/Updated June 13, 2025 City Project No. 105114 003513 CONFLICT OF INTEREST STATEMENT Page 1 of t SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) hftpsY/www.ethics.state.b(.us/data/forms/conflict/CIS.i)df 17 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: By: Brad Catlett Signature: Title: President END OF SECTION Northside IV Water Transmission Main CITY OF FORT WORTH Phase IC- Segment 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105114 Revised February 24, 2020 21-Addendum 3 0041 00 Bid Proposal Workbook-PW Protected 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Northside IV Water Transmission Main Phase 1 C- Segment 3 City Project No.: 105114 Units/Sections: Unit I: Water 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. Water and Sanitary Sewer Replacement CITY OF FORT WORTH Contract 2019, WSM-K Part 2 (Al & A2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103416 Revised 9/30/2021 Proposal Form 0041 00 BID FORM Page 2 of 3 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. Augur Boring - Greater than 24-inch diameter casing and greater b. Cathodic Protection c. Water Transmission, Urban/Renewal, 24-inch and smaller d. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 SY) e. f. 9. h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 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 Water and Sanitary Sewer Replacement CITY OF FORT WORTH Contract 2019, WSM-K Part 2 (At & A2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103416 Revised 9/30/2021 Proposal Form W4100 BID FORM Page 3.r3 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. 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. Total Bid 7. Bid Submittal This Bid is submitted on 10/2,2025 Respectfully submitted, BY:tf � ;; � (Signature) Brad Catlett (Printed Name) Title: President Company: Acadia Services LLC Address: 351 West Southlake Blvd Southlake, Texas 76092 State of Incorporation: Texas Email: brad@acadiatx.com Phone: 817-729-2581 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re iaed 9/3012021 $6,393,696.00 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: water and Sanitary Sewer aeplacamem Contmc12019. WSMI Pan 2 (Al & A2) City PmaO No, 103416 Proposal Form 00 42 43 BID PROPOSAL Page 1 of 1 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value lA 3311.0651 24" DIP Water, Acceptable Backfill 33 11 10, 33 11 12, 33 11 13, 33 11 14 LF 4,245 $196.00 $832 020.00 111 3311.0681 24" Concrete AWWA C303 Water Pipe 33 11 13 LF 4,245 2A 3311.0654 24" DIP Water (Restrained Joints) 33 11 10 LF 1,867 $261.00 $487,287.00 2B 3311.0684 24" Concrete AWWA C303 Water Pipe (Restrained Joints) 33 11 13 IF 1,867 3A 3311.0658 24" DIP Water, CLSM Backfill (Restrained Joints) 33 11 10 LF 20 $340.001 $6,800.00 3B 13311.0685 24" Concrete AWWA C303 Water Pipe, CSS Backfill 33 11 13 LF 20 4A 3311.0001 Ductile Iron Water Fittings w/ Restraint for 24" DIP Pipe 33 11 11 TON 13 $15,500.00 $201,500.00 4B 3311.0021 C303 Fittings 33 11 13 LS 1 A,B: Contractor to provide Unit Price / Bid Value for only one of the alternatives for Items 1 through 4 BID VALUE NOT NEEDED FOR EACH ALTERNATIVE 5 3311.0461 12" PVC Water Pipe 3311 12 LF 65 $95.00 $6,175.00 6 3311.0554 16" DIP Water (Restrained Joints) 33 11 12 LF 40 $140.00 $5,600.00 7 3311.0161 6" PVC Water Pipe 3311 12 LF 30 $45.00 $1,350.00 8 3305.1107 42" Casing By Other Than Open Cut 33 05 22 LF 630 $1,700.00 $1,071,000.00 9 3305.1007 42" Casing By Open Cut 33 05 22 LF 66 $600.00 $39,600.00 10 3305.2007 24" Water Carrier Pipe 33 05 24 LF 696 $375.00 $261,000.00 11 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 2 $4,700.00 $9,400.00 12 3312.0001 Fire Hydrant 33 1240 EA 3 $6,000.00 $18,000.00 13 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 1 $16,000.00 $16,000.00 14 3312.3008 24" Gate Valve w/ Vault 33 1220 EA 9 $68,000.00 $612,000.00 15 3312.3002 6" Gate Valve 33 1220 EA 3 $2,300.00 $6,900.00 16 3312.3005 12" Gate Valve 33 1220 EA 1 $5,500.00 $5,500.00 17 3312.3006 16" Gate Valve w/ Vault 33 1220 EA 2 $36,000.00 $72,000.00 18 3312.6003 8" Blow Off Valve with Vault 33 1260 EA 3 $44,000.00 $132,000.00 19 13312.1004 4" Combination Air Valve Assembly for Water with Vault 33 1230 EA 3 $47,500.00 $142,500.00 20 0241.1109 24" Pressure Plug 0241 14 EA 2 $3,200.00 $6,400.00 21 0241.1118 4"-12" Pressure Plug 0241 14 EA 3 $950.00 $2,850.00 22 0241.1602 Remove Concrete Water Vault 0241 14 EA 1 $2,600.00 $2,600.00 23 3305.0109 Trench Safety 3305 10 LF 6,333 $1.00 $6,333.00 24 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 6 $2,000.00 $12,000.00 25 3305.0110 Utility Markers 3305 26 LS 1 $120.001 $120.00 26 3292.0100 Block Sod Placement 3292 13 SY 1,818 $4.00 $7,272.00 27 13292.OAOO Seeding, Hydromulch 3292 13 SY 3,541 $1.00 $3,541.00 28 3201.0123 6' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 1,416 $95.00 $134,520.00 29 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3201 17 SY 2,709 $118.00 $319,662.00 30 3201.0123 6' Wide Asphalt Pvmt Repair, 3" Ty D HMAC, Bates -Aston 3201 18 LF 300 $95.00 $28,500.00 31 3217.0101 6" SLID Pvmt Marking HAS (W) 32 1723 LF 2,665 $1.00 $2,665.00 32 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 1723 LF 2,584 $1.00 $2,584.00 33 3217.0501 24" SLID Pvmt Marking HAE (W) 32 1723 LF 37 1 $1.00 $37.00 34 3217.1001 Lane Legend RR 32 1723 EA 2 $1,200.00 $2,400.00 35 13A71.0001 Traffic Control 3471 13 MO 4 $3,250.00 $13,000.00 36 3125.0101 SWPPP 2 1 Acre 31 2500 LS 1 $1,500.00 $1,500.00 37 0171.0101 Construction Staking 01 71 23 LS 1 $40,000.00 $40,000.00 38 0171.0102 As -Built Survey (Red -Line Survey) 01 71 23 LS 1 $3,015.00 $3,015.00 39 3304.0002 Cathodic Protection - Design 3304 12 LS 1 $6,030.00 $6,030.00 40 3304.0002 Cathodic Protection - Installation 3304 12 LS 1 $84,500.00 $84,500.00 41 3471.0002 Portable Message Sign (3) 3471 13 WK 16 1 $600.00 $9,600.00 42 0241.0500 Remove Fence 0241 13 LF 50 $50.00 $2,500.00 43 19999.0002 4' Pipe Rail Fence 00 00 00 LF 18 $250.00 $4,500.00 44 9999.0003 Remove, temporary storage & site and restore stockpiles 00 00 00 LS 1 $15,000.00 $15,000.00 45 9999.0004 Imported Embedment/Backfill, Select Fill 00 00 00 CY 1,273 $15.00 $19,095.00 46 9999.0006 16' Double Swing Gate 3231 26 EA 2 $5,000.00 $10,000.00 47 9999.0008 Fixed Bollard 00 00 00 EA 32 $420.00 $13,440.00 48 9999.0010 Remove & Replace LPCB Retaining Wall 00 00 00 LF 63 $19,500.00 $1,228,500.00 49 0135.0101 Railroad Coordination (UPRR) 01 35 13 LS 1 1 $8,800.00 $8,800.00 50 0135.0102 Railroad Flagmen (UPRR)* 01 35 13 WD 30 $2,700.00 $81,000.00 51 10135.0101 Railroad Coordination (BNSF X-Ing 1) 01 35 13 1 LS 1 $8,800.00 $8,800.00 52 0135.0102 Railroad Flagmen (BNSF X-Ing 1)* 01 35 13 WD 45 $2,700.00 $121,500.00 53 0135.0101 Railroad Coordination (BNSF X-Ing 2) 01 35 13 LS 1 $8,800.00 $8,800.00 54 0135.0102 Railroad Flagmen (BNSF X-Ing 2)* 01 35 13 WD 30 $2,700.00 $81,000.00 55 9999.0005 Construction Allowance 00 00 00 LS 1 $175,000:00 $176,000.00 TotalBidl $6,393,696.00 *Note: Contractor shall submit invoices from the Rairoad companies in order to be paid for items 49, 51 and 53. END OF SECTION Noothside N Water Transmission Main CITY OF FORT WORTH Phase 1C- Segment 3 STANDARD CONSTRUCTION SPEC FICATION DOCUMENTS City Pr jecl No. 105114 R-ncd 9/302021 1-Proposal Fonn SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: ao4p 13 BID BOND Pape i of That we, Acadia Services LLC ,known as "Bidder" herein and FCCi insurance Company a corporate surety duly authorized to do business in the State of Texas, known as 'Surety" herein, are held and finely 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, joindy and severally, finely by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Northside IV WamrTrensmission Main Phase lC. Segment NOW, THEREFORE, the condition of Nis obligation is such that "d 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 exeafon 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 became null and void. If, however, the Principal fails to execute such Contract In accordance with the teals 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 bidders 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 Dishict Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duty authorized agents and officers on this the 2nd day of October 2025. ATTES �- 2 / � Witn s as to PrinceWitn s as to Prince l CITY OF FORT WORTH STMIDkRD CONffiRUCTION SPECIFICATION DOCUMENTS RoftampotiM1 PRINCIPAL: Acadia Services, LLC By: Signature Name and Tdle NoRi IV Wabr Trenisvoxh NeF Ciy Prgeq No, 105114 W 4100 on PmI,osal WoMEaok �asto aft yn arango Attach Power of Attorney (Surety) for Attorney -in -Fact 0043 13 BID BOND Page 2 of 2 Address: 351 W Southlake Blvd Southlake, TX 76092 SURETY: FCCI Insurance Company BY: Signature SPAL I 1--94.`i BaiLee Islas, Attorney -in -Fact `°""�'•�'+j Name and Title Address: 6300 University Parkway Sarasota, FL 34240-8424 Telephone Number: (800) 226-3224 "Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION Northside IV Water Transmission Main CITY OF FORT WORTH Phase 1C- Segment 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105114 Revised 9/30/2021 00 4100 Bid Proposal Workbook FCCI ROU.,` cxaur GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Allen Bale; Chris Brower; Dana Mickey; Dane Bubela; Daniel Cokenour; Ericka Hamman; Nikki Adams; Greg Wilkerson; Jason Nobles; Jennifer Upton; Margery Hall; Parker Hamilton; Samantha Kato; Eyvoune Cantu; BaiLee Islas; Raul Barberena, Jr. Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $30,000,000.00): $30,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of _ July 2020. Attest: `oo 1�_ c'� •• y a oPO�r�; Christina D. Welch, PresidentGStuAI. `� Christopher Shoucair, FCCI Insurance Company EVP, CFO, Treasurer, Secretary FCCI Insurance Company State of Florida "" County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. C My commission expires: 2/27/2027 �" ascorstaaw •.�a,� • Commlpbn$HHNotary Public `�a rye' p�iw f�Wvery27.2�7 State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 MA:w+ �•W..7�.2W Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. ;R .•,,„4'�.r Dated this 2nd day of October 2025 '9 t SEAL ter IN4 IF Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company 1-10NA-3592-NA-04, 712021 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCC[)* toll -free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints�fcci-group.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim(abfcci-group.com. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-490-1007 Web: http://www.tdi.texas.gov E-mail: Cons u merP rotection stdi.texas. ov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-NTP-07 15 Page 1 of 1 Copyright 2015 FCCI Insurance Group. 004337 VENDOR COMPLIANCE TO STATE IAW 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. R) BIDDER: END OF SECTION /By�BraadddCCat�lett �l (Signature) Title: President Date: 10/2/2025 Water and Sanitary Sewer Replacement CITY OF FORT WORTH Conimct 2019, WSM-K Pad 2 (Al & A2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmiecl No. 103413 Revised W301£021 21 Addendum 3 DO 4100 Bid Proposal Workbook-PW Protected 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or have applied for prequalification by the City for the work types requiring prequalification prior to submitting bids. To be considered for award of contract the Bidder 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, PREQUALIFICATION APPLICATION in accordance with the requirements below. The information must be submitted seven (7) days prior to the date of the opening of bids. Subcontractors must follow the same timelines as contractors for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to eligible to work on these projects. In order to 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, and 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. CITY OF FORT WORT H Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised August 13, 2021 City Project No. 105114 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (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 anytime. (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 Prequalifcation 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 for Award of Contract 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 orperformance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORT H Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised August 13, 2021 City Project No. 105114 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORT H Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised August 13, 2021 City Project No. 105114 004512 PREOUAURCATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Augur Boring — Greater than 24-inch diameter casing and greater c ✓ ci r� LL. Cathodic Protection Gof�a r ob Water Transmission, Urban/Renewal, 24-inch and smaller A "'CIE6- U C O G C 30 1 Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 SY) g The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: 0 By: 0 0 0 (Signature) 0 Title: 0 PPGS: fp'f Date: "d LD END OF SECTION CITY OF FORT WORT1 Nonhside W 24' Wana Transmission Main, Mine IC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS S,nxna 2 Revised 09IMA21 Ci y Fmjen No. 105114 FORT WORTH. SECTION 00 4513 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Zip Code Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting Jo hn.kasavichgFortWorthTexas.gov TPW_ Prequalificationgfortworthtexas. og_v clint.hoovernq,fortworthtexas. og_v Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 Texas 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Pre Northside ry water Transmission Main Phase IC - Segment 3 Northside IV 24" Water Transmission Main, Phase 1C Segment 3 City Project No. 105114 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or ❑ Has less than $6,000,000.00 in annual gross receipts OR ❑ Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inch and smaller Water Transmission, Urban/Renewal, 24-inch and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inch and smaller Sewer Bypass Pumping, 18-inch — 36-inch Sewer Bypass Pumping 42-inch and larger CCTV, 8-inch and smaller CCTV, 12-inch and smaller CCTV, 18-inch and smaller CCTV, 24-inch and smaller CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inch and smaller CCTV, 48-inch and smaller Sewer CIPP, 12-inch and smaller Sewer CIPP, 24-inch and smaller Sewer CIPP, 42-inch and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Facility Construction of Lift Stations Sanitary Sewer Manhole/Structure Interior Lining — Warren Coating Sanitary Sewer Manhole/Structure Interior Lining — Chesterton Coating Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 0045 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY I DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 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 Various - TOTAL CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 00 45 26 - 1 C'ONTRACTORCOMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of r 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. 105114. 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: Acadia Services, LLC By: Brad Catlett Company (Please Print) 351 W Soutlilake BLVD Signature; Address Southlake TX 76131 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared Brad Catlett , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Acadia Services, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 13 t day of IUpUe�..ber ,20 Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Stephen Lea 8a My Ce7mmission 12212029 Expires Notary ID135524907 Norlhside 1V Water Transmission Main Phase IC; Segment 3 City Project No. 105114 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on November 11, 2025 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City), and _Acadia Services, LLC_, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Northside IV Water Transmission Main Phase 1C- Segment 3 City Project No. 105114 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Six Million, Three Hundred Ninety -Three Thousand, Six Hundred Ninety -Six and 00/100 Dollars ($_6,393,696.00 ). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 365 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Five Hundred Fifty Dollars ($1,550.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH Northside IV Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase IC -Segment 3 Revised August 18, 2025 City Project No. 105114 00 52 43 - 2 Agreement Page 2 of 6 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its 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. CITY OF FORT WORTH Northside IV Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase IC -Segment 3 Revised August 18, 2025 City Project No. 105114 00 52 43 - 3 Agreement Page 3 of 6 6.2 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. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH Northside IV Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase IC -Segment 3 Revised August 18, 2025 City Project No. 105114 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH Northside IV Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase IC -Segment 3 Revised August 18, 2025 City Project No. 105114 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH Northside IV Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase IC -Segment 3 Revised August 18, 2025 City Project No. 105114 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: ACADIA SERVICES, LLC By: Signature Brad Catlett (Printed Name) President Title 351 W Southlake BLVD Address Southlake, TX 76092 City/State/Zip 11 /14/2025 Date City of Fort Worth By: Jesica McEachem Assistant City Manager 11/23/2025 Date Attest: Jannette Goodall, City Secretary (Seal) M&C: 25-1055 Date: November 11, 2025 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. P XIC Preeti KC., P.E. Sr. Professional Engineer Approv d�rm and Legality: Douglas Black (Nov 20, 2025 17:38:13 CST) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: Cn2 ql D a- Htyy (2r Christopher Hard r (Nov 19, 202512:31:42 CST) Christopher Harder, P.E. OFFICIALRECORD Director, Water Department CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 18, 2025 Northside IV Water Transmission Main Phase IC -Segment 3 City Project No. I05114 006113-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 61 13 2 PERFORMANCE BOND Bond No. 4411020 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 Acadia Services, LLC 8 That we, known as 9 "Principal" herein and FCCI Insurance Company p a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, Six Million, Three Hundred Ninety -Three Thousand, Six Hundred NineAy- 14 Six and 00/100 Dollars ($ 6,393,696.00 ), lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the 11th day of November , 2025_, which Contract is hereby referred to 20 and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 21 equipment labor and other accessories defined by law, in the prosecution of the Work, including 22 any Change Orders, as provided for in said Contract designated as Northside IV Water 23 Transmission Main Phase 1C- Segment 3, City Project No. 105114. 24 NOW, THEREFORE, the condition of this obligation is such that if the said 25 Principal shall faithfully perform it obligations under the Contract and shall in all respects duly 26 and faithfully perform the Work, including Change Orders, under the Contract, according 27 to the plans, specifications, and contract documents therein referred to, and as well during 28 any period of extension of the Contract that may be granted on the part of the City, then this 29 obligation shall be and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any Iegal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase i C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 8, 2023 City Project No. 105114 006113-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 14th day of November 6 ,2025 . 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 ATTEST: (Principal) Secretary Witness as to Principal Witness as to Surety - Abram Sanchez PRINCIPAL: Acadia Services, LLC BY: 3 Signature Brad Catlett, President Name and Title vd. Address: 351 W Southlake B1 Southlake, TX 76092 SURETY: FCCI Insurance BY: Attorney -in -Fact Name and Title Address: 6300 University Parkway Sarasota, FL 34240 - 8424 Telephone Number: (800) 226-3224 Email Address: jmorphew@fcci-group.com *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. LL, vSEAT, ` Z 1 9YJt CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 8, 2023 City Project No. 105114 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 0061 14 - 1 PAYMENTBOND Pagel of 2 SECTION 00 6114 PAYMENT BOND Bond No. 4411020 § KNOW ALL BY THESE PRESENTS: 8 That we, Acadia Services, LLC known as 9 "Principal' herein, and FCCI Insurance Company a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 13 sum of Six Million, Three Hundred Ninety -Three Thousand, Six Hundred Ninety -Six and 14 00/100 Dollars ($ 6,393,696.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 11th day of November 2025, which Contract is hereby referred to and made a 20 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 21 other accessories as defined by law, in the prosecution of the Work as provided for in said Contract 22 and designated as Northside IV Water Transmission Main Phase 1C- Segment 3, City Project 23 No. 105114. 24 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statute. 33 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase 1C, Segment 3 Revised December 8, 2023 City Project No. 105114 5 6 7 8 9 10 12 0061 14 - 2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 14th day of 3 November , 2025 PRINCIPAL: Acadia Services, LLC ATTEST: BY; Signature (Principal) Secretary Witness as to Principal ATTEST: N/A Brad Catlett, President Name and Title Address: 351 W Southlake Blvd. Southlake, TX 76092 SURETY: FCCI Insurance Comnan (Surety) Secretary Name and Title w ,,..• ••1 '••••.,, Address: 6300 University Parkway f OPAL �'I Sarasota, FL 34240 - 8424 1 1y�a . itness as to Surety - Abram Sanchezr Telephone Number: (800) 226-3224 Email Address: jmorphew@fcci-group.com Note: If signed by an officerof the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Northside IV 24" Water Transmission Main, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase IC, Segment 3 Revised December 8, 2023 City Project No. 105114 0061 19- 1 MAINTENANCE BOND Pagel of 3 I SECTION 00 6119 Bond No. 4411020 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Acadia Services, LLC known as 9 "Principal" herein and FCCI Insurance Company , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" I I herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum 13 of Six Million, Three Hundred Ninety -Three Thousand, Six Hundred Ninety -Six and 00/100 14 Dollars ($ 6,393,06.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for payment of which sum well and truly be made unto the City and its successors, 16 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 17 severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 thel lth day of November 12025 , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, 22 equipment labor and other accessories as defined by law, in the prosecution of the Work, including 23 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 24 provided for in said contract and designated as Northside IV Water Transmission Main Phase 25 1C- Segment 3, City Project No. 105114; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will remain 29 free from defects in materials or workmanship for and during the period of two (2) years after the 30 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 33 receiving notice from the City of the need therefor at any time within the Maintenance Period. 34 CITY OF FORT WORTH Northside IV 24" Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase IC, Segment 3 Revised December 8, 2023 City Project No. 105114 0061 19.2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Noribside IV 24" Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase 1C, Segment 3 Revised December 8, 2023 City Project No. 105114 0061 19-3 MAINTENANCE ROND Page 3 of I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 14th day of November 3 20 25 . 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 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: N/A (Surety)cretary - IAI -:5-- itness as to Surety - Abram Sanchez PRINCIPAL: Acadia Services, LLC BY': Signature Brad Catlett, President Name and Title Address: 351 W Southlake Blvd. Southlake, TX 76092 SURETY: FCCI Insurance ,....^ ... f'... S' cure F'? Qµt•""'fir .°:o`+� Jennifer U , Attorney -in -Fact SFAi, `1 Name and Title '= '' tssa •° Address: 6300 University Parkway Sarasota, - Telephone Number: (800) 226-3224 Email Address: jmorphew@fcci-group.com 37 38 *Note: if signed by an officer of the Surety Company, there must be on file a certified extract 39 from the by-laws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different froth its mailing address, both must be provided. 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH Northside IV 24" Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phase 1C, Segment 3 Revised December 8, 2023 City Project No. 105114 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's (FCCI)* toll -free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaintsafcci-group.com. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newciaimCc-)fcci-group.com. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-490-1007 Web: hitp://www.tdi.texas.gov E-mail: ConsumerProtections tdi.texas.gov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCC[ Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-NTP-07 15 Page 1 of 1 Copyright 2015 FCCI Insurance Group. INSURANCE GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the "Corporation") does make, constitute and appoint: Allen Bale; Chris Brower; Dana Mickey; Dane Bubela; Daniel Cokenour; Ericka Harriman; Nikki Adams; Greg Wilkerson; Jason Nobles; Jennifer Upton; Margery Hall; Parker Hamilton; Samantha Kato; Eyvoune Cantu; Bailee Islas; Raul Barberena, Jr. Each, its true and lawful Attorney -In -Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of (not to exceed $30,000,000.00): $30,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of July 2020. Attest: �Lc �.: C, VA"le` .IRIS .mac Christina D. Welch, President 4 SEAL ,�� = Christopher Shoucair, FCCI Insurance Company - EVP, CFO, Treasurer, Secretary F�0R01?7 FCCI Insurance Company State of Florida ..• County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027;";:;� PEGGYSNGW � ConwAuWarH+Notary Public E*uFsb�27.2W 40.0 State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. e5-N PEGGY&WW My commission expires: 2/27/2027 + caMw.hneH+aX0 �,aM1+',Psy,,,,,y� Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 14th day of November 2025 1994 Christopher Shoucair, EVP, CFO, Treasurer, Secretary °H; " FCCI Insurance Company 1-I O NA-3592-NA-04. 7/2021 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 �1 019i I 11301II1MID-1i CERTIFICATE OF INSURANCE [Assembler: For Contract Document execution, remove this page and replace with standard ACORD Certificate of Insurance form.] END OF SECTION CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revision: 3/08/2024 City Project No. 105114 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 Article2 — 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 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 Article7 - 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 Northside IV 24" Water Transmission Main, Phase IC Revision: 3/08/2024 Segment 3 City Project No. 105114 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 ofthe 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 Northside IV 24" Water Transmission Main, Phase IC Revision: 3/08/2024 Segment 3 City Project No. 105114 Article17 — 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 Northside IV 24" Water Transmission Main, Phase IC Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I — 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. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revision: 3/08/2024 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 2 of 63 12. 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. 13. 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. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. 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 parry is not a Contract Claim. 18. 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. 19. 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. 20. 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). 21. 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. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24" Water Transmission Main, Phase I C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third parry, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. 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. 27. 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. 28. 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. 29. 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. 30. 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. 31. 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. 32. 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. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. 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. 35. 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. 36. 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 4 of 63 37. 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. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. 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. 40. 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. 41. 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. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. 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. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. 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. 46. 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. 47. PCBs —Polychlorinated biphenyls. 48. 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. 49. Plans — See definition of Drawings. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-t GENERAL CONDITIONS Page 5 of 63 50. 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. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. 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. 54. 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. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. 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. 58. 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. 59. 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. 60. 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. 61. 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 6 of 63 62. 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. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 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 Northside IV 24" Water Transmission Main, Phase 1C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-I 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 the Public Meeting if 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 Northside IV 24" Water Transmission Main, Phase I C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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: 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 Northside IV 24" Water Transmission Main, Phase IC Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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: 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: 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 Northside IV 24" Water Transmission Main, Phase t C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 on-line electronic document management and collaboration system 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. 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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: 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; 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Segment 3 City Project No, 105114 007200-1 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 (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions 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 Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revision: 3/08/2024 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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: 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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: 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 0132 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. "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 i£ 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 Northside IV 24" Water Transmission Main, Phase I C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 0125 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 6.05.13. 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 and Women Business Enterprise Compliance: 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 MWBE goal, Contractor is required to comply with the intent of the City's MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by 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 MWBE. 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24" Water Transmission Main, Phase I C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 11 th 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. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. 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 Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 6.09.13. 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 Northside IV 24" Water Transmission Main, Phase IC Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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: hlt 2s:Hcomptroller.texas.gov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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: 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: 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 5.02.13. 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 Northside IV 24" Water Transmission Main, Phase IC Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revision: 3/08/2024 City Project No. 105114 007200-1 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: 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 Northside W 24" Water Transmission Main, Phase I C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 identified in the Supplementary Conditions. 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase IC Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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: 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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: 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 parry 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 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 11.0 LB, 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 11.0LB, 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 11.0I.A.I or specifically covered by Paragraph 11.0I.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 11.01.13, 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 Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revision: 3/08/2024 City Project No. 105114 007200-1 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 UnitPrice 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. 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 parry 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 12.01.13.2, 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 12.0I.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 11.0l.A.1, 11.0l.A.2. and 11.0l.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 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-I GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.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%; no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.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 Northside IV 24" Water Transmission Main, Phase IC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revision: 3/08/2024 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice ofDefects 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. 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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. 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 Northside IV 24" Water Transmission Main, Phase tC Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 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 completed Work has been damaged by the Contractor or 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 54 of 63 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 assessed against the monies due the Contractor, not as a penalty, but as 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 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 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 Finallnspection A. Upon written notice from Contractor that the entire Work is Subst ant is 1 ly 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 ("Punch List Items"). 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 to the City of Substantial Completion and the date of Final Inspection. 1. 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. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 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 Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 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; a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 maybe 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 Northside IV 24" Water Transmission Main, Phase I C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase IC Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 15.02.13, 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) 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 Northside IV 24" Water Transmission Main, Phase 1 C Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other 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 Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 007200-1 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 CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24" Water Transmission Main, Phase I Revision: 3/08/2024 Segment 3 City Project No. 105114 00 73 00 SUPPLEMENTARY CONDITIONS �1 01401 113Q911I1IK11II111 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of August 25, 2025, see appendix 4.01A for the following easements: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION 3791262, 04294408 Barbara Shelton TBD 04294416 Steven Tidwell TBD 04911008 Jen Texas 31 LLC TBD The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 8, 2024 City Project No. 105114 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of August 27, 2025: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Report No.24-16160, a Geotech Study performed by TexTerra Engineering dated 05-14-2025 The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: Utility Investigation Report dated March 2025 SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Teague Nall and Perkins, Inc. (3) Other: 1. ARS Engineering, Inc. 2. TexTerra Engineering SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $500,000 each accident/occurrence $500, 000 Disease - each employee $500, 000 Disease -policy limit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTH Northside IV Water Transmission Main Phase 1C- STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 8, 2024 City Project No. 105114 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits o£ $5, 000, 000 each occurrence $10, 000, 000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 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. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $2, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100, 000 Property Damage SC-5.04D., "Contractor's Insurance" 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: BNSF Railway Union Pacific Railroad 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. 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. BNSF Railway (1) General Aggregate: (2) Each Occurrence: X Required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 $10,000,000 $5,000,000 Not required for this Contract Northside IV Water Transmission Main Phase 1C- Segment 3 City Project No. 105114 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 B. Union Pacific Railroad (1) General Aggregate: $4,000,000 (2) Each Occurrence: $2,000,000 X Required for this Contract Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. 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. 2. 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 -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. 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. 4. 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. 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. 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. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Heavy and Highway Construction Prevailing Wage Rates 2013 Commercial Construction Prevailing Wage Rates 2013 A copy of the table is also available by accessing the City's website at: httl)s://apps.fortworthtexas.2ov/Prof ectResources/ You can access the file by following the directory path: CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 8, 2024 City Project No. 105114 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City and the draft permits are included in Appendix 6.09: OWNER PERMIT OR LICENSE AND LOCATION DATE OF POSSESSION Union Pacific Railroad Railroad Crossing Permit (STA 1+19.86) July 8t'', 2025 BNSF Railway Railroad Crossing Permit (STA 23.76.08) July 22°d,2025 TxDOT Road Crossing Permit (STA 9+50.63) July 24",-2025 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of August 27, 2025to be acquired by the city at a later date which will be included in Appendix 6.09A.: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Bedrock Production Gas Line Crossing Permit (Past WL) XXX-2025 Colt Gas Line Crossing Permit (Past WL) XXX-2025 Enlink Gas Line Crossing Permit (STA 1+50.61) XXX-2025 Enlink Gas Line Crossing Permit (STA 1+36.36) XXX-2025 Enlink Gas Line Crossing Permit (Past WL) XXX-2025 SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None SC-8.01, "Communications to Contractor" The Contractor shall start paving activities immediately after utility work is complete in order to complete the project on time. Availability of Lands: 1. City has not yet obtained all easements and pipeline crossing agreements for this project. CITY OF FORT WORTH Northside IV Water Transmission Main Phase 1C- STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 8, 2024 City Project No. 105114 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 2. Contractor shall go to work where feasible on the project and maintain production where feasible on the project. 3. Contractor shall not seek reimbursement for any delays due to any easements the City has not yet obtained. W Blue Mound Rd - Tarrant County ROW: 1. General a. Contractor shall adhere to the requirements of the Tarrant County utility permit when working in Tarrant County ROW. Contractor shall contact Shane Rhodes at 682-249-8322, 24 hours prior to working in the County ROW. b. Compaction Testing must be provided every other lift and every 200 LF while working in Blue Mound Rd. 2. Traffic Control/Detour a. No construction shall be permitted within Blue Mound Rd ROW until City has acquired all easements identified in Easement Layout sheet 5 to be outstanding. b. Contractor shall not seek reimbursement for any delays due to any easements the City has not yet obtained. Testing of existing 24" water line (X-27837): 1. Contractor shall be required to perform disinfection and cleaning of approximately 1500 LF of the existing 24" water line (X-27837) between STA 11+37.03 to STA 26+35 in accordance with City of Fort Worth Standard Specification 33 04 40. (NO SEPARATE PAY) SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Preeti KC, P.E. or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 8, 2024 City Project No. 105114 01 11 00 - 2 SUMMARY OF WORK fy x40111]0111911[II11 fY11Llu/:11: ldIs]0,1010114 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Page 2 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification a. Added 1.4.D.6.d The Contractor shall maintain a temporary fence to ensure the Owner's Donkey remains contained within the designated area. 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. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid Northside IV 24" Water Transmission Main, Phase 1C Segment 3 City Project No. 105114 01 11 00 - 3 SUMMARY OF WORK Page 2 of 3 delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. d. The Contractor shall maintain a temporary fence to ensure the Owner's Donkey remains contained within the designated area. Northside W 24" Water Transmission Main, Phase 1 C Segment 3 City Project No. 105114 01 11 00 - 3 SUMMARY OF WORK 1.5 SUBMITTALS [NOT USED] Page 3 of 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 08/22/2025 J. Reeder Added 1.4.D.6.d The Contractor shall maintain a temporary fence to ensure he Owner's Donkey remains contained within the designated area. Northside IV 24" Water Transmission Main, Phase 1C Segment 3 City Project No. 105114 012500-1 SUBSTITUTION PROCEDURES f.Y�C�[�]�Dji�YIII] Y81:1,.3 010110 Is) ► a 9 kIT8161110181.14 �y PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 4 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 I 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 I — 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 I . Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed 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. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 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 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 012500-4 SUBSTITUTION PROCEDURES EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 1W Page 4 of 4 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 Date Telephone For Use by City: Approved City Recommended Recommended as noted Not recommended Received late By Date Remarks Rejected Date CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 I9;1 11416326*1 I:ZIl4i 0Is] ►Iu 191 so I I►10 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Pagel of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. 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 f!I► 7 41 WW17 7W40 I Dleh 8 9 Z00] 041114*9 M 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 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised August 17, 2012 City Project No. 105114 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 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 1. Insurance Renewals in. 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 J. Questions or Comments CITY OF FORT WORTH Northside W 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Segment 3 City Project No. 105114 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised August 17, 2012 City Project No. 105114 SECTION 01 31 20 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Pagel of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 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. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held whenrequested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 3120 - 2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j . Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 013216 2 CONSTRUCTION SCHEDULE �7\;71ff�"01001;714 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised October 6, 2023 City Project No. 105114 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised October 6, 2023 City Project No. 105114 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section 1.4.1­1 as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 0132 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 0132 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised October 6, 2023 City Project No. 105114 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number _Project Name —Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number —Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number Project Name PN_YYYY-MM Example: 101376 North Montgomery Street HMAC PN 2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV 24" Water Transmission Main, Phase 1C Segment 3 City Project No. 105114 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised October 6, 2023 City Project No. 105114 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXOO-X.30.10 Design Contractor Agreement XXXOO-X.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Northside IV 24" Water Transmission Main, Phase I Segment 3 City Project No. 105114 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre -Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised October 6, 2023 City Project No. 105114 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (.xer, .xml, .mpx) and the second in apdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in.xls or 7 .xlsx format in compliance with the sample layout (See Specification 0132 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial schedule 18 to determine alignment with the City's Master Project Schedule, including format & 19 WBS structure. Following the City's review, feedback is provided to the Contractor 20 for their use in finalizing their initial schedule and issuing (within five workdays) their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule (Progress Schedule) by the 25 last day of each month throughout the life of their work on the project. The Progress 26 Schedule is submitted in electronic form as noted above, in the City's document 27 management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within 5 workdays, following 34 the submittal process noted above. The City's Project Manager and Project Control 35 Specialist review the Contractor's progress schedule for acceptance and to monitor 36 performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 0 Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised October 6, 2023 City Project No. 105114 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 0132 16.1 Construction Project Schedule Baseline Example 31 Spec 0132 16.2 Construction Project Schedule Progress Example 32 Spec 0132 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised October 6, 2023 City Project No. 105114 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar" CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised October 6, 2023 City Project No. 105114 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Pagel of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE - BASELINE EXAMPLE 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Northside IV 24" Water Transmission Main, Phase I Segment 3 City Project No. 105114 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 00 ................ ....... ....... ........ ...... 7 --- --------------- ----------- ......... ------- .......... ----------- ----------- ----------- ------------ 4 7 ❑ ----------------- - ------ ---------------------- ---------- ------------ - — ---------------- ------ ----------- ----------- ........ ......... ---------------------- .... . . . ..... ----------- ----------- - --- ----------- ------- --------------- - ----------- ----------- -------- ----------- ----------- r Lt !--I TF 1 7 Q'U z . I I . A . L - - - - - - - - - - - - - - - - - - - L L !, �' �' �. �? �2 �2 1,2 9 9 6 -1 -,1 171-1 1 1 1 1 1 1 1 1 1 1 1 Q 8 R 512 8 � Ada am 0) VA2 U LL 0 z CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised August 13, 2021 City Project No. 105114 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 F] x 00 ....... .............................................................................. ................ m o o a � � U r O Vn J � ro oe ro m m -A ro . is � n is t � t �; is is $ $ SY � ¢ •r �' t •_ _ •. 3 �] 00 0o � to � �i m m ea m i m_ d d d� { �u •m �� d cdi d v P N Ki k P a o n i P a o o � � LJ IM F M�2. HV. M /s m s In N 2 N R C N �L I ! 0 � i y c td � t v) v] y a •. �� �� ,3g i V i� c a i? �•a .ai �a c� 2 i i 2, 2 i 7 7 7 •-ice-i LL CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised August 13, 2021 City Project No. 105114 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 00 -------- - ---- L----------- ........... — ----------- ------ ----------------- ----------- .......... ....... Vn �8 � ;11 V 0 T- ru A2 U- � _ , III CITY OF FORT WORTH Northside W 24" Water Transmission Main, Phase I C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised August 13, 2021 City Project No. 105114 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH Northside W 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Segment 3 City Project No. 105114 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. LIST of activities cnangea in the reporting perioa. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 Northside IV 24" Water Transmission Main, Phase 1 C Segment 3 City Project No. 105114 013233-1 PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 17\;71 WE11" 01001.17.11 0 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 ;y xal 114301Ij[c%IIIC 61111:3UII 0K-1110 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 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 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 013300-3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 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) CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 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 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the 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] CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 013300-8 SUBMITTALS Page 8 of 8 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 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 0135 13 -1 SPECIAL PROJECT PROCEDURES SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 8 The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Use of Explosives, Drop Weight, Etc. e. Water Department Notification f. Public Notification Prior to Beginning Construction g. Coordination with United States Army Corps of Engineers h. Coordination within Railroad permits areas i. Dust Control j. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen a. Measurement CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 11, 2022 City Project No. 105114 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 11, 2022 City Project No. 105114 0135 13 -3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 11, 2022 City Project No. 105114 0135 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 11, 2022 City Project No. 105114 0135 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. 1.5 SUBMITTALS [NOT USED 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 11, 2022 City Project No. 105114 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH Northside W 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 11, 2022 City Project No. 105114 01 35 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase IC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 11, 2022 City Project No. 105114 0135 13 -8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FoRTWORTH. DOE NO. XXXX Project Dame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF _ AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) xJ MR. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 11, 2022 City Project No. 105114 01 45 23 TESTING AND INSPECTION SERVICES Pagel of 2 ;y 0(61111301111E, &**1 Is16110101=11►1171►1,39114i01610M11:NT/lei 9fy 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. Added 1.4.A.2.C. Contractor shall adhere to the requirements of the Tarrant County utility permit. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. c. Contractor shall adhere to the requirements of the Tarrant County utility permit when working in Tarrant County ROW. Contractor shall contact Shane Rhodes at 682-249-8322, 24 hours prior to working in the County ROW. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 9, 2020 City Project No. 105114 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 uploaded to the City's document management system, or another external FTP site approved by the City. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 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 3/9/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. Added 1.4.A.2.C. Contractor shall adhere to the requirements of the Tarrant County 8/22/2025 J. Reeder utility permit when working in Tarrant County ROW. Contractor shall contact Shane odes at 682-249-8322, 24 hours prior to working in the County ROW CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 9, 2020 City Project No. 105114 015000-1 TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Northside W 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 SECTION 0155 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 hmitedto: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control IRM9.4101W.10117V40I eN8it01411111.4V1 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 AR 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. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. b. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. c. 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. CITY OF FORT WORT H Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 22, 2021 City Project No. 105114 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 2) A traffic control "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as an alternative to preparing project/site specific traffic control plan if the typical is applicable to the specific project/site. 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. 1) Allow a minimum of 5 working days for permit review. 2) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 7113. 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 website. 1.5 SUBMITTALS [NOTUSED] A. Submit all required documentation to City's ProjectRepresentative. CITY OF FORT WORT H Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 22, 2021 City Project No. 105114 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOTUSED] 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 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 3/22/2021 M Owen 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORT H Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 22, 2021 City Project No. 105114 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 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 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 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. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 0157 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 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 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 111\IZI]ON] DcalICC7 I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements 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 SNOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 0158 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 17\ 4514 stm *14 0191l 11117►1 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 SECTION 0160 00 PRODUCT REQUIREMENTS 171;71 WELL" 01011.17.11 0 01 60 00 PRODUCT REQUIREMENTS Pagel of 2 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 available through the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path; 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] CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase IC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 9, 2020 City Project No. 105114 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 9, 2020 City Project No. 105114 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 SECTION 0166 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and 'installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control ofpremises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised November 22, 2016 City Project No. 105114 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment [Consult City Department/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.] 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised November 22, 2016 City Project No. 105114 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 d. No payments will be made for standby, idle time, or lost profits associated this Item. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section I.1.A.3.a.1) 2) Demobilization as described in Section 1.I.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section I.I.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised November 22, 2016 City Project No. 105114 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 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 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised November 22, 2016 City Project No. 105114 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 fy xs] M 11301115/f &N [0)►6110:ZI14i0Is] ►&10:11C41►[ef:11►11WY11:ALTAWA 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 f!I► ' 7 y WWI 03 7\'/0 I Dleh 119 ZIZy 1111171fy A. Measurement and Payment 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. 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". CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised February 14, 2018 City Project No. 105114 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised February 14, 2018 City Project No. 105114 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 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 — AttachmentA — 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. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised February 14, 2018 City Project No. 105114 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 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 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised February 14, 2018 City Project No. 105114 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 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] 11FINW�'1: "1 411 M 111 PART2-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) CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised February 14, 2018 City Project No. 105114 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 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: 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 .0.1 ft 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. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised February 14, 2018 City Project No. 105114 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION AM 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 3' 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 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised February 14, 2018 City Project No. 105114 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 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 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised February 14, 2018 City Project No. 105114 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY 017423-1 CLEANING Pagel of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. 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. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 74 23 - 4 CLEANING Page 4 of 4 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 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 017719-1 CLOSEOUT REQUIREMENTS Pagel of3 SECTION 01 7719 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 limitedto: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements N 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 ProjectRepresentative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORT H Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 22, 2021 City Project No. 105114 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. The Right-of-way shall be cleared of all construction materials, barricades, and temporary signage. 4. 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. 5. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 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 CITY OF FORT WORT H Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised March 22, 2021 City Project No. 105114 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 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 ofLiens 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 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to " Clearing ROW" CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24" Water Transmission Main, Phase 1C Revised March 22, 2021 Segment 3 City Project No. 105114 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Pagel of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH Northside W 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised December 20, 2012 City Project No. 105114 I'l:Z N11411I8:111416 ' U 9 6Zfli1u10►IN PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 78 39 - 1 PROJECT RECORD DOCUMENTS Pagel of 4 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, 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 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. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase IC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 SECTION 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon steel pipes and ductile iron pipes using Magnesium Anodes 2. The Cathodic Protection System shall include, but not be limited to the following: a. Materials and installation b. Post -installation survey c. Final Report to include recommendations B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.2.A.3.1 Cathodic Protection design plan 2. Added 1.5.0 Cathodic Protection design plan submittal prior to construction A. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Divisionl — General Requirements 3. Section 33 05 26 —Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure a. Measurement for this Item shall be by lump sum. 2. Payment: a. The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid. 3. The price bid shall include: a. Mobilization b. Anode groundbeds c. Anode test stations d. Excavation e. Furnishing, placement, and compaction of backfill f. Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning 1. Cathodic Protection design plan 1.3 REFERENCES Northside IV 24" Water Transmission Main, Phase 1C Segment 3 City Project No. 105114 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 A. Abbreviations and Acronyms 1. AWG: American Wire Gauge 2. CSE: Copper/Copper Sulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyethylene B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interface. 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction with its environment. 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of Texas, employed by a Corrosion Engineering Firm. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design on behalf of the Contractor. 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection System. 10. Current: Flow of electric charge. 11. Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12. Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13. Foreign Structure: Any metallic structure that is not intended as a part of a system under Cathodic Protection. 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active (more noble) when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. 17. Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose open -circuit potential is constant under similar conditions of measurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards 1. NACE International (NACE). Northside IV 24" Water Transmission Main, Phase 1C Segment 3 City Project No. 105114 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. C. Cathodic Protection design plan submittal shall be approved by the City prior to commencement of the water pipeline installation. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e. Thermite Weld Materials f. Weld Coatings 1.7 CLOSEOUT SUBMITTALS A. The results of all testing procedures shall be submitted to the Engineer or the City for review and approval. Testing information required includes: 1. Anode groundbed current outputs 2. Pipe -to -soil potentials 3. Results of interference testing 4. Results of electrical isolation joint tests 5. Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C. Provide written documentation from the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Cathodic Protection installer shall show adequate documented experience in the type of Cathodic Protection work required for the project. B. Certifications 1. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable standards. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements Northside IV 24" Water Transmission Main, Phase I Segment 3 City Project No. 105114 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1. Secure and maintain a location to store the material in accordance with Section 01 6600. C. Packaging Waste Management 1. Dispose of anode and thermite weld material packaging properly and remove from the job site after installation is complete. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Sacrificial Anodes - Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element Content (%) Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum (Total) Magnesium Remainder 2. Magnesium Anode Current Capacity a. Magnesium Anodes require a current capacity of no less than 500 amp -hours per pound of magnesium. 3. Anode Backfill Material a. Use chemical backfill material around all galvanic anodes. b. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots, the required weight of backfill shall be as follows: Northside IV 24" Water Transmission Main, Phase 1 C Segment 3 City Project No. 105114 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 Anode Weight (Pounds) Backfill Weight (Pounds) Total Weight (Pounds) 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 60 70 130 4. Anode Lead Wires a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation. 5. Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. c. Silver -solder the lead wire to the core and fully insulate the connection. B. Splicing Tape 1. Tape used for covering anode lead wire to anode header cable connections shall be 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. C. Crimping Lugs 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, or approved equal. D. Anode Header Cable 1. Anode header cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (black). E. Anode Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services, or approved equal. 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- inch square concrete pad. 5. Install a marker sign adjacent to all flush -mounted test stations. F. Shunt 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by Holloway, or approved equal. 2. There shall be at least 1 shunt in each Magnesium Anode test station. G. Test Lead Wire Northside IV 24" Water Transmission Main, Phase 1C Segment 3 City Project No. 105114 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1. Test station lead wires shall be #12 AWG stranded copper cable with type TW, THW or THHN insulation, black in color. H. Permanent Reference Electrode 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrpro Companies, Inc., or approved equal. 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. I. Marker Sign 1. Provide marker sign in accordance with Section 33 05 26. 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 INSTALLATION A. Installation of Sacrificial Anodes Placement a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep hole or by trench maintaining the same spacing as shown on the Drawings. b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of the pipe. c. Anodes shall be installed within the pipeline right-of-way. 2. Augured Hole a. The anode hole diameter shall easily accommodate the anode. Backfilling a. After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c. Backfill the remainder of the anode hole. 4. Anode Lead Wire a. Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. b. Each anode lead wire shall be connected to an anode header cable as indicated on the Drawings. 5. Handling Northside IV 24" Water Transmission Main, Phase I Segment 3 City Project No. 105114 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. B. Installation of Permanent Anode 1. Location a. Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. The permanent reference electrode shall be within 6 inches of the pipe at pipe depth. c. Prepare and install the permanent reference electrode in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backfill. 3. Lead Wire a. Protect the permanent reference electrode lead wire during backfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable 1. Depth a. All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. 2. Anode Header Cable a. Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable which shall be routed into a flush -to -grade test station. 3. Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connector. b. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode -to -Pipeline Connection a. Connect each group of anodes to the pipeline through a test station as shown on the Drawings. b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non -detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wire Attachment 1. Test lead cables shall be attached to the pipe by thermite welding. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. a. The surface shall be cleaned to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. Northside IV 24" Water Transmission Main, Phase 1C Segment 3 City Project No. 105114 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 5. Charges and Molds a. Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. 6. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. 7. The metal disk shall be placed in the bottom of the mold. 8. The cap from the weld charge container shall be removed and the contents poured into the mold. 9. Squeeze the bottom of the weld charge container to spread ignition powder overthe charge. 10. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. 11. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 12. Pull on the wire to assure a secure connection. 13. If the weld is not secure or the wire breaks, repeat the procedure. 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or approved equal. E. Flush -to -Grade Anode Test Stations 1. Flush -to -grade anode test stations shall be installed as shown on the Drawings. 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes. F. Post Installation Backfilling of Cables 1. General a. During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.5 REPAIR A. Cut wires shall be spliced by using a copper compression connector. 1. The connection shall be completely sealed against moisture penetration by the use of rubber tape, vinyl tape and Scotchkote electrical coating. B. Damaged or missing test station components shall be replaced by equal components. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections Northside IV 24" Water Transmission Main, Phase I Segment 3 City Project No. 105114 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the system. 3.8 SYSTEM STARTUP A. General 1. The Cathodic Protection System shall be inspected, energized and adjusted (commissioned) as soon as possible after the Cathodic Protection equipment has been installed. B. Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according to factory specifications. C. Commissioning 1. The commissioning of the Cathodic Protection System shall be performed by, or under the direct supervision of, the Corrosion Engineering Firm qualified to verify compliance with this Specification and with the referenced corrosion control standards set forth by NACE International. D. Method 1. Measure native state structure -to -soil potentials along the water line using the permanent reference electrodes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenances. 2. Energize the Cathodic Protection System by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction box by means of a 0.01 ohm shunt. 3. Record each anode groundbed current using the shunt. 4. Allow sufficient time for the pipeline to polarize. 5. Adjust, if necessary, the Cathodic Protection current output in each anode test station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE polarized potential criterion as established by NACE International standards. 6. Record all final current outputs measured at each test station. 7. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. 8. Verify that interference does not exist with foreign structures. 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any interference detected. 10. If necessary, install resistance bonds to mitigate interference. 11. Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post -installation inspection. Northside IV 24" Water Transmission Main, Phase I Segment 3 City Project No. 105114 330412-10 MAGNESIUM ANODE CATHODIC PROTECTION 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] Page 10 of 10 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 04/01/2025 S Chanthikul 1.2.A.3.1 Cathodic Protection design plan 1.5.0 Cathodic Protection design plan submittal prior to construction Northside IV 24" Water Transmission Main, Phase 1C Segment 3 City Project No. 105114 -1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 22 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Excavation, Embedment and Backfill for: 8 a. Pressure Applications 9 1) Water Distribution or Transmission Main 10 2) Wastewater Force Main 11 3) Reclaimed Water Main 12 b. Gravity Applications 13 1) Wastewater Gravity Mains 14 2) Storm Sewer Pipe and Culverts 15 3) Storm Sewer Precast Box and Culverts 16 2. Including: 17 a. Excavation of all material encountered, including rock and unsuitable materials 18 b. Disposal of excess unsuitable material 19 c. Site specific trench safety 20 d. Pumping and dewatering 21 e. Embedment 22 f. Concrete encasement for utility lines 23 g. Backfill 24 h. Compaction 25 B.Deviations from this City of Fort Worth Standard Specification 26 1. Modified 3.4.A.4 Add requirements when encountering the soft 27 foundation during excavation 28 2. Modified 3.4.D.2.k Change the requirement of initial backfill 29 3. Modified 3A.E. Change the Required Compaction and Density — 30 moisture content 31 4. Modified 3.4.E.5.c Change the loose lift requirement backfill 32 5. Added 3.4.F Special trench backfill and material requirement under Blue 33 Mound West Rd (Tarrant County Road) 34 6. Added 3.7.A.2a Density Testing of Backfill under Blue Mound Rd West 35 (Tarrant County Rd) 36 C.Related Specification Sections include, but are not necessarily limited to: 37 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 38 Contract 39 2. Division 1 — General Requirements 40 3. Section 02 41 13 — Selective Site Demolition CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 _2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 22 1 4. Section 02 41 15 — Paving Removal 2 5. Section 02 41 14 — Utility Removal/Abandonment 3 6. Section 03 30 00 — Cast -in -place Concrete 4 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 5 8. Section 31 10 00 —Site Clearing 6 9. Section 3125 00 — Erosion and Sediment Control 7 10. Section 33 05 26 — Utility Markers/Locators 8 11. Section 34 71 13 — Traffic Control 9 1.2 PRICE AND PAYMENT PROCEDURES 10 A.Measurement and Payment 11 1. Trench Excavation, Embedment and Backfill associated with the installation of an 12 underground utility or excavation 13 a. Measurement 14 1) This Item is considered subsidiary to the installation of the utility pipe line 15 as designated in the Drawings. 16 b. Payment 17 1) The work performed and the materials furnished in accordance with this 18 Item are considered subsidiary to the installation of the utility pipe for the 19 type of embedment and backfill as indicated on the plans. No other 20 compensation will be allowed. 21 2. Imported Embedment or Backfill 22 a. Measurement 23 1) Measured by the cubic yard as delivered to the site and recorded by truck 24 ticket provided to the City 25 b. Payment 26 1) Imported fill shall only be paid when using materials for embedment and 27 backfill other than those identified in the Drawings. The work performed and 28 materials furnished in accordance with pre -bid item and measured as provided 29 under "Measurement' will be paid for at the unit price bid per cubic yard of 30 "Imported Embedment/Backfill" delivered to the Site for: 31 a) Various embedment/backfill materials 32 c. The price bid shall include: 33 1) Furnishing backfill or embedment as specified by this Specification 34 2) Hauling to the site 35 3) Placement and compaction of backfill or embedment 36 3. Concrete Encasement for Utility Lines 37 a. Measurement 38 1) Measured by the cubic yard per plan quantity. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement' will be paid for at the unit 42 price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan 43 quantity. 44 c. The price bid shall include: 45 1) Furnishing, hauling, placing and finishing concrete in accordance with 46 Section 03 30 00 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 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 -3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 22 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 6. Trench Water Stops a. Measurement 1) Measured per each installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each for "Trench Water Stops." c. The price bid shall include: 1) Excavation and disposal of material 2) Furnishing and placement controlled slow strength material (CLSM) backfill or embedment as specified by this Specification and as shown on the drawings 38 1.3 REFERENCES 39 A.Definitions 40 1. General — Definitions used in this section are in accordance with Terminologies 41 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 42 noted. 43 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 44 haunching bedding, springline, pipe zone and foundation are defined as shown in 45 the following schematic: CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 -4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 22 ...,:..PAVED M1AREA54rb. UNPAVED AREAS Q m J LLI WAL BACKFILL �� \ L.J� SPRINGLINE HAUNCHINC BEDDING FCUNDATICN .. . \' n...... OD CLEARANCE EXCAVATED TRENCH WIDTH 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B.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. ASTM Standards: a. ASTM C33-24 Standard Specifications for Concrete Aggregates b. ASTM C88-24 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. C131/C131M-20 Standard Test Method for Resistance to Degradation of Small - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine d. ASTM C136-19 Test Method for Sieve Analysis of Fine and Coarse Aggregate CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 22 1 e. ASTM C535-16 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D448-12 Standard Classification for Sizes of Aggregate for Road and 4 Bridge Construction. 5 g. 6 h. ASTM D558/D558M-19 — Standard Test method for Moisture -Density 7 Relations of Soil -Cement Mixture 8 i. ASTM D698-12 Test Method for Laboratory Compaction Characteristics of Soil 9 Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 10 j. ASTM D1556/D1556M Standard Test Methods for Density and Unit Weight of 11 Soils in Place by Sand Cone Method. 12 k. ASTM D2321-10 Underground Installation of Thermoplastic Pipe for Sewers 13 and Other Gravity -Flow Applications 14 1. ASTM 2487 — 1 Standard Classification of Soils for Engineering Purposes 15 (Unified Soil Classification System) 16 m. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate 17 in Place by Nuclear Methods (Shallow Depth) 18 n. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in 19 place by Nuclear Methods (Shallow Depth) 20 o. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 21 Weight of Soils and Calculations of Relative Density 22 3. OSHA 23 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 24 Regulations for Construction, Subpart P - Excavations 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A.Coordination 27 1. Utility Company Notification 28 a. Notify area utility companies at least 48 hours in advance, excluding weekends 29 and holidays, before starting excavation. 30 b. Request the location of buried lines and cables in the vicinity of the proposed 31 work. 32 B. Sequencing 33 1. Sequence work for each section of the pipe installed to complete the embedment 34 and backfill placement on the day the pipe foundation is complete. 35 2. Sequence work such that proctors are complete in accordance with ASTM D698 36 prior to commencement of construction activities. 37 1.5 SUBMITTALS 38 A.Submittals shall be in accordance with Section 0133 00. 39 B.All submittals shall be approved by the City prior to construction. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Shop Drawings 42 1. Provide detailed drawings and explanation for ground water and surface water 43 control, if required. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 22 1 2. Trench Safety Plan in accordance with Occupational Safety and Health 2 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 3 Excavations 4 3. Stockpiled excavation and/or backfill material 5 a. Provide a description of the storage of the excavated material only if the 6 Contract Documents do not allow storage of materials in the right-of-way of the 7 easement. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A.Storage 13 1. Within Existing Rights -of -Way (ROW) 14 a. Spoil, imported embedment and backfill materials may be stored within existing 15 ROW, easements or temporary construction easements, unless specifically 16 disallowed in the Contract Documents. 17 b. Do not block drainage ways, inlets or driveways. 18 c. Provide erosion control in accordance with Section 3125 00. 19 d. Store materials only in areas barricaded as provided in the traffic control plans. 20 e. In non -paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils, embedment or 24 backfill materials within the ROW, easement or temporary construction 25 easement, then secure and maintain an adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 e. Only materials used for 1 working day will be allowed to be stored in the work 31 zone. 32 B.Deliveries and haul -off - Coordinate all deliveries and haul -off. 33 1.11 FIELD [SITE] CONDITIONS 34 A.Existing Conditions 35 1. Any data which has been or may be provided on subsurface conditions is not 36 intended as a representation or warranty of accuracy or continuity between soils. It 37 is expressly understood that neither the City nor the Engineer will be responsible 38 for interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 22 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 4 2.2 MATERIALS 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 A.Materials 1. Utility Sand a. Granular and free flowing b. Generally, meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill Sieve Size Percent Retained V2" 0 1/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 # 100 60-90 #200 90-100 e. The City has a pre -approved list of sand sources for utility embedment. The pre -approved list can be found on the City website, Project Resources page. The utility sand sources in the pre -approved list have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these sources are pre -approved for use on City projects without project specific testing. 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 -8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 22 a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C 142, less than 0.5 percent (2) Lightweight pieces, ASTM C123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II Portland or Blended hydraulic cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) A minimum of 100 psi compressive strength at 7 days in accordance with ASTM D1633, Method A 2) The maximum compressive strength in 7 days shall be 400 psi. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 22 1 3) The material will be considered unacceptable and subject to removal and 2 replacement at contractor's expense when the 7-day compressive strength is 3 less than 100 psi or more than 400 psi. 4 f. Random samples of delivered product will be taken in the field at point of 5 delivery for each day of placement in the work area. Specimens will be prepared 6 in accordance with ASTM D1632. 7 10. Controlled Low Strength Material (CLSM) 8 a. Conform to Section 03 34 13 9 11. Trench Geotextile Fabric 10 a. Soils other than ML or OH in accordance with ASTM D2487 11 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 12 2) Fibers shall retain their relative position 13 3) Inert to biological degradation 14 4) Resist naturally occurring chemicals 15 5) UV Resistant 16 6) Mirafi 140N by Tencate, or approved equal 17 b. Soils Classified as ML or OH in accordance with ASTM D2487 18 1) High -tenacity monofilament polypropylene woven yarn 19 2) Percent open area of 8 percent to 10 percent 20 3) Fibers shall retain their relative position 21 4) Inert to biological degradation 22 5) Resist naturally occurring chemicals 23 6) UV Resistant 24 7) Mirafi FW402 by Tencate, or approved equal 25 12. Concrete Encasement 26 a. Conform to Section 03 30 00. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A.Verification of Conditions 33 1. Review all known, identified or marked utilities, whether public or private, prior to 34 excavation. 35 2. Locate and protect all known, identified and marked utilities or underground 36 facilities as excavation progresses. 37 3. Notify all utility owners within the project limits 48 hours prior to beginning 38 excavation. 39 4. The information and data shown in the Drawings with respect to utilities is 40 approximate and based on record information or on physical appurtenances 41 observed within the project limits. 42 5. Coordinate with the Owner(s) of underground facilities. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 22 1 6. Immediately notify any utility owner of damages to underground facilities resulting 2 from construction activities. 3 7. Repair any damages resulting from the construction activities. 4 B.Notify the City immediately of any changed condition that impacts excavation and 5 installation of the proposed utility. 6 3.3 PREPARATION 7 A.Protection of In -Place Conditions 8 1. Pavement 9 a. Conduct activities in such a way that does not damage existing pavement that is 10 designated to remain. 11 1) Where desired to move equipment not licensed for operation on public 12 roads or across pavement, provide means to protect the pavement from all 13 damage. 14 b. Repair or replace any pavement damaged due to the negligence of the contractor 15 outside the limits designated for pavement removal at no additional cost to the 16 City. 17 2. Drainage 18 a. Maintain positive drainage during construction and re-establish drainage for all 19 swales and culverts affected by construction. 20 3. Trees 21 a. When operating outside of existing ROW, stake permanent and temporary 22 construction easements. 23 b. Restrict all construction activities to the designated easements and ROW. 24 c. Flag and protect all trees designated to remain in accordance with Section 31 10 25 00. 26 d. Conduct excavation, embedment and backfill in a manner such that there is no 27 damage to the tree canopy. 28 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 29 specifically allowed by the City. 30 1) Pruning or trimming may only be accomplished with equipments 31 specifically designed for tree pruning or trimming. 32 f. Remove trees specifically designated to be removed in the Drawings in 33 accordance with Section 31 10 00. 34 4. Above ground Structures 35 a. Protect all above ground structures adjacent to the construction. 36 b. Remove above ground structures designated for removal in the Drawings in 37 accordance with Section 02 41 13 38 5. Traffic 39 a. Maintain existing traffic, except as modified by the traffic control plan, and in 40 accordance with Section 34 71 13. 41 b. Do not block access to driveways or alleys for extended periods of time unless: 42 1) Alternative access has been provided 43 2) Proper notification has been provided to the property owner or resident 44 3) It is specifically allowed in the traffic control plan 45 c. Use traffic rated plates to maintain access until access is restored. 46 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 1 2 3 4 5 6 7 8 9 10 11 12 13 -11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 22 a. Notify the City's Transportation Management Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Transportation Management Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 14 3.4 INSTALLATION 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 A.Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. If the foundation soils are soft, the excavation must be an additional 3 ft below the base of foundation and replacing with on -site soils compacts at 95% in loose lift no exceeding 6 inches. a. Notify the City immedia4ely if the water- aa&or- the in situ soils do not provide b. The Cy�Rete e if any changes are required he pipe f „rd t r 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock — No additional compensation will be paid for rock excavation or other changed field conditions. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 22 1 B. Shoring, Sheeting and Bracing 2 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 3 specific excavation safety system in accordance with Federal and State 4 requirements. 5 2. Excavation protection systems shall be designed according to the space limitations 6 as indicated in the Drawings. 7 3. Furnish, put in place and maintain a trench safety system in accordance with the 8 Excavation Safety Plan and required by Federal, State or local safety requirements. 9 4. If soil or water conditions are encountered that are not addressed by the current 10 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 11 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 12 City. 13 5. Do not allow soil, or water containing soil, to migrate through the Excavation 14 Safety System in sufficient quantities to adversely affect the suitability of the 15 Excavation Protection System. Movable bracing, shoring plates or trench boxes 16 used to support the sides of the trench excavation shall not: 17 a. Disturb the embedment located in the pipe zone or lower 18 b. Alter the pipe's line and grade after the Excavation Protection System is 19 removed 20 c. Compromise the compaction of the embedment located below the spring line of 21 the pipe and in the haunching 22 C. Water Control 23 1. Surface Water 24 a. Furnish all materials and equipment and perform all incidental work required to 25 direct surface water away from the excavation. 26 2. Ground Water 27 a. Furnish all materials and equipment to dewater ground water by a method which 28 preserves the undisturbed state of the subgrade soils. 29 b. Do not allow the pipe to be submerged within 24 hours after placement. 30 c. Do not allow water to flow over concrete until it has sufficiently cured. 31 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 32 Control Plan if any of the following conditions are encountered: 33 1) A Ground Water Control Plan is specifically required by the Contract 34 Documents 35 2) If in the sole judgment of the City, ground water is so severe that an 36 Engineered Ground Water Control Plan is required to protect the trench or the 37 installation of the pipe which may include: 38 a) Ground water levels in the trench are unable to be maintained below 39 the top of the bedding 40 b) A firm trench bottom cannot be maintained due to ground water 41 c) Ground water entering the excavation undermines the stability of the 42 excavation. 43 d) Ground water entering the excavation is transporting unacceptable 44 quantities of soils through the Excavation Safety System. 45 e. In the event that there is no bid item for a Ground Water Control and the City 46 requires an Engineered Ground Water Control Plan due to conditions discovered 47 at the site, the contractor will be eligible to submit a change order. 48 £ Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 22 1) No Ground Water Control Plan is specifically identified and required in the 2 Contract Documents 3 g. Ground Water Control Plan installation, operation and maintenance 4 1) Furnish all materials and equipment necessary to implement, operate and 5 maintain the Ground Water Control Plan. 6 2) Once the excavation is complete, remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal 9 1) Dispose of ground water in accordance with City policy or Ordinance. 10 2) Do not discharge ground water onto or across private property without 11 written permission. 12 3) Permission from the City is required prior to disposal into the Sanitary 13 Sewer. 14 4) Disposal shall not violate any Federal, State or local regulations. 15 D.Embedment and Pipe Placement 16 1. Water Lines less than, or equal to, 12 inches in diameter: 17 a. The entire embedment zone shall be of uniform material. 18 b. Utility sand shall be generally used for embedment. 19 c. If ground water is in sufficient quantity to cause sand to pump, then use crushed 20 rock as embedment. 21 1) If crushed rock is not specifically identified in the Contract Documents, 22 then crushed rock shall be paid by the pre -bid unit price. 23 d. Place evenly spread bedding material on a firm trench bottom. 24 e. Provide firm, uniform bedding. 25 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 26 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 27 proposed grade, unless specifically called for in the Drawings. 28 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 29 more than 12 inches, above the pipe. 30 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 31 the elevation of the valve nut. 32 j. Form all blocking against undisturbed trench wall to the dimensions in the 33 Drawings. 34 k. Compact embedment and initial backfill. 35 1. Place marker tape on top of the initial trench backfill in accordance with Section 36 33 05 26. 37 2. Water Lines 16-inches through 24-inches in diameter: 38 a. The entire embedment zone shall be of uniform material. 39 b. Utility sand may be used for embedment when the excavated trench depth is less 40 than 15 feet deep. 41 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 42 trench depths 15 feet, or greater. 43 d. Crushed rock shall be used for embedment for steel pipe. 44 e. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand 46 £ Place evenly spread bedding material on a firm trench bottom. 47 g. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 22 1 2) If additional crushed rock is required not specifically identified in the 2 Contract Documents, then crushed rock shall be paid by the pre -bid unit price. 3 h. Place pipe on the bedding according to the alignment shown on the Drawings. 4 i. The pipe line shall be within: 5 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 6 lines 7 j. Place and compact embedment material to adequately support haunches in 8 accordance with the pipe manufacturer's recommendations. 9 k. Place remaining embedment including initial backfill to a minimum 10 inches, but not fnoFe than 12 inches with loose lift not exceed 6 inches, 11 above the pipe. 12 1. Where gate valves are present, the initial backfill shall extend to up to the valve 13 nut. 14 in. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 n. Density test performed by a commercial testing firm approved by the City to 17 verify that the compaction of embedment meets requirements. 18 o. Place trench geotextile fabric on top of the initial backfill. 19 p. Place marker tape on top of the trench geotextile fabric in accordance with 20 Section 33 05 26. 21 3. Water Lines 30-inches and greater in diameter 22 a. The entire embedment zone shall be of uniform material. 23 b. Crushed rock shall be used for embedment. 24 c. Provide trench geotextile fabric at any location where crushed rock or fine 25 crushed rock come into contact with utility sand. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm, uniform bedding. 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown on the Drawings. 34 g. The pipe line shall be within: 35 1) fl inch of the elevation on the Drawings for 30-inch and larger water lines 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 39 not exceed the spring line prior to compaction. 40 j. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 k. Where gate valves are present, the initial backfill shall extend to up to the valve 43 nut. 44 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 46 m. Density test may be performed by a commercial testing firm approved by the 47 City to verify that the compaction of embedment meets requirements. 48 n. Place trench geotextile fabric on top of the initial backfill. 49 o. Place marker tape on top of the trench geotextile fabric in accordance with 50 Section 33 05 26. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 22 1 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no sags 6 in the sanitary sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 15 the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer's recommendations. 18 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 19 exceed the spring line prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches, above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 1. Density test may be performed by a commercial testing firm approved by the 25 City to verify that the compaction of embedment meets requirements. 26 m. Place trench geotextile fabric on top of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in accordance with 28 Section 33 05 26. 29 5. Storm Sewer (RCP) 30 a. The bedding and the pipe zone up to the spring line shall be of uniform material. 31 b. Crushed rock shall be used for embedment up to the spring line. 32 c. The specified backfill material may be used above the spring line. 33 d. Place evenly spread bedding material on a firm trench bottom. 34 e. Spread bedding so that lines and grades are maintained and that there are no sags 35 in the storm sewer pipe line. 36 f. Provide firm, uniform bedding. 37 1) Additional bedding may be required if ground water is present in the 38 trench. 39 2) If additional crushed rock is required which is not specifically identified in 40 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 41 price. 42 g. Place pipe on the bedding according to the alignment of the Drawings. 43 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 44 the grade, shown on the Drawings. 45 i. Place embedment material up to the spring line. 46 1) Place embedment to ensure that adequate support is obtained in the haunch. 47 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 48 ASTM D 698. 49 k. Density test may be performed by a commercial testing firm approved by the 50 City to verify that the compaction of embedment meets requirements. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 22 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer (PP - Polypropylene) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment up to top of pipe. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. j. Density test may be performed by City to verify that the compaction of embedment meets requirements. k. Place trench geotextile fabric on top of the initial backfill. 7. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 8. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 -17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 22 d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 9. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill (not under existing pavement or future pavement) 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater (under existing or future pavement) 1) Backfill depth from 0 tol5 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 22 1 a. Final backfill (depths less than 15 feet/under existing or future pavement) 2 1) Compact acceptable backfill material, blended backfill material or select 3 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 4 moisture content within -2 0 to -+-5 +2 percent of the optimum moisture. 5 2) CSS or CLSM requires no compaction. 6 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 7 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 8 ASTM D 698 at moisture content within 0 to *3 +2 percent of the optimum 9 moisture up to the final grade. 10 2) CSS or CLSM requires no compaction. 11 c. Final backfill (not under existing or future pavement) 12 1) Compact acceptable backfill material blended backfill material, or select 13 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 14 moisture content within -2 0 to *5 +2 percent of the optimum moisture. 15 4. Saturated Soils 16 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 17 optimum moisture content, the soils are considered saturated. 18 b. Flooding the trench or water jetting is strictly prohibited. 19 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 20 Appendix, Contractor shall proceed with Work following all backfill procedures 21 outlined in the Drawings for areas of soil saturation greater than 5 percent. 22 d. If saturated soils are encountered during Work but not identified in Drawings or 23 Geotechnical Report in the Appendix: 24 1) The Contractor shall: 25 a) Immediately notify the City. 26 b) Submit a Contract Claim for Extra Work associated with direction from 27 City. 28 2) The City shall: 29 a) Investigate soils and determine if Work can proceed in the identified 30 location. 31 b) Direct the Contractor of changed backfill procedures associated with 32 the saturated soils that may include: 33 (1) Imported backfill 34 (2) A site specific backfill design 35 5. Placement of Backfill 36 a. Use only compaction equipment specifically designed for compaction of a 37 particular soil type and within the space and depth limitation experienced in the 38 trench. 39 b. Flooding the trench or water setting is strictly prohibited. 40 c. Place in loose lifts not to exceed 8 4-2 inches. 41 d. Compact to specified densities. 42 e. Compact only on top of initial backfill, undisturbed trench or previously 43 compacted backfill. 44 f. Remove any loose materials due to the movement of any trench box or shoring 45 or due to sloughing of the trench wall. 46 g. Install appropriate tracking balls for water and sanitary sewer trenches in 47 accordance with Section 33 05 26. 48 6. Backfill Means and Methods Demonstration CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 22 1 a. Notify the City in writing with sufficient time for the City to obtain samples and 2 perform standard proctor test in accordance with ASTM D698. 3 b. The results of the standard proctor test must be received prior to beginning 4 excavation. 5 c. Upon commencing of backfill placement for the project the Contractor shall 6 demonstrate means and methods to obtain the required densities. 7 d. Demonstrate Means and Methods for compaction including: 8 1) Depth of lifts for backfill which shall not exceed 12 inches 9 2) Method of moisture control for excessively dry or wet backfill 10 3) Placement and moving trench box, if used 11 4) Compaction techniques in an open trench 12 5) Compaction techniques around structure 13 e. Provide a testing trench box to provide access to the recently backfilled material. 14 f. The City will provide a qualified testing lab full time during this period to 15 randomly test density and moisture continent. 16 1) The testing lab will provide results as available on the job site. 17 7. Varying Ground Conditions 18 a. Notify the City of varying ground conditions and the need for additional 19 proctors. 20 b. Request additional proctors when soil conditions change. 21 c. The City may acquire additional proctors at its discretion. 22 d. Significant changes in soil conditions will require an additional Means and 23 Methods demonstration. 24 F. Special trench backfill and material requirement under Blue Mound West Rd 25 (Tarrant County Road) 26 1. Mechanical trench backfill compaction required. 27 a. If hand pneumatic tampers are used, the backfill shall be placed in layers 28 not exceeding 6" in Loose thickness and thoroughly compacted at least 29 ninety-five (95%) standard proctor density at optimum moisture content, 30 ±zero to two percentage points as determined by ASTM D 698. Backfill 31 shall be placed in uniform layers completely across the trench, and 32 compaction shall proceed in an orderly, uniform manner. 33 b. If compaction is performed by the use of heavy tamping (sheep's foot) 34 rollers, backfill shall be placed in layers not exceeding eight inches (8") in 35 loose thickness and compacted to at least ninety-five percent (95%) 36 standard proctor density at optimum moisture content, ± two percentage 37 points as determined by ASTM D 698 38 2. Final backfill material shall use Select backfill material as follows: 39 a. Select material shall be compacted in lifts in accordance with 3.4.F.1 above. 40 b. If select gravel or sand backfill is used, the lift thickness may be increased 41 to 15" (max.) and compacted by vibrator tamping. 42 c. The excavated material may be used as "select material" only upon 43 approval by the county. 44 d. Backfill (Select) material may consist of the excavated in -situ soils or 45 imported material so long as the liquid limit shall not exceed 35, and the 46 plasticity index shall not exceed 15 when tested in accordance with ASTM D 47 4318 48 CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 22 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A.Field Tests and Inspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the commercial testing firm approved by the City. d. The commercial testing lab will perform moisture/density test for every 200-ft or less of trench length, as measured along the length of the pipe. A minimum of one test shall be performed for every 2 vertical feet of compacted backfill material, independent of the contractor's lift thickness for compaction. Test locations shall be staggered within each lift so that successive lifts are not tested in the same location. A random number generator may be used to determine test locations. Moisture/density tests shall be performed at a depth not more than 2 feet above the top of the pipe bedding and in 2-foot increments up to the final grade. The project inspector or project manager may request testing at an increased frequency and/or at specific locations. e. The contractor can proceed with subsequent earthwork only after test results for previously completed work comply with requirements. If the required compaction density has not been obtained, the backfill should be scarified and moistened or aerated, or removed to a depth required, and be replaced with approved backfill, and re -compacted to the specified density at the contractor's expense. In no case will excavation, pipe -laying, or other operation be allowed to proceed until the specified compaction is attained. f. The testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. g. A formal report will be posted to the City's Accela (Developer Projects) and BIM 360 (City Projects) site within 48 hours. h. Test reports shall include: 1) Location of test by station number CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 22 1 2) Time and date of test 2 3) Depth of testing 3 4) Field moisture 4 5) Dry density 5 6) Proctor identifier 6 7) Percent Proctor Density 7 2a. Density Testing of Backfill under Blue Mound Rd West (Tarrant County Rd) 8 The utility company shall be responsible for testing during backfill operations. 9 Contractor must notify Shane Rhodes (682-249-8322) with Tarrant County 2 10 weeks in advance to ensure his presence during testing and obtain the required 11 county sign off. If a test does not meet the requirements as listed in 3.4.F above, 12 the utility company shall be responsible for additional tests until the 13 requirements are met. 14 a. Testing results must be provided to and approved by the county 15 transportation department and Precinct prior to acceptance of the work. 16 b. Compaction testing must be provided every other lift and every 2001L 17 18 3. Density of Embedment 19 a. Storm sewer boxes that are embedded with acceptable backfill material, blended 20 backfill material, cement modified backfill material or select material will 21 follow the same testing procedure as backfill. 22 b. The City may test fine crushed rock or crushed rock embedment in accordance 23 with ASTM D2922 or ASTM 1556. 24 B.Non-Conforming Work 25 1. All non -conforming work shall be removed and replaced. 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 -22 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 22 of 22 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A — Added language for concrete encasement 11/09/16 Z. Arega 2.2.A.l.d Modify gradation for sand material 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) 1.3 B. — Updated reference standards 2.2 A. 9. b. — Clarified Portland or Blended hydraulic cement 12/13/24 M Owen 2.2 A. 9. e. — Added limits for methods of CSS mixing and clarified testing values resulting in required replacement Removed blue text guidance, as there are no required changes. 6/13/25 M Owen 1.2 A. 6. Added water trench stop to M&P section. 3.4.A.4 Add requirements when encountering the soft foundation during excavation 3.4.13.21 Change the requirement of initial backfill 3A.E. Change the Required Compaction and Density — moisture content 8/22/2025 S. Chanthikul 3.4.E.5.c Change the loose lift requirement backfill 3.4.17 Special trench backfill and material requirement under Blue Mound West Rd (Tarrant County Road) 3.7.A.2a Density Testing of Backfill under Blue Mound Rd West (Tarrant County Rd) CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised June 13, 2025 City Project No. 105114 APPENDIX GC-4.01. Availability of Lands — GC-4.01.A Availability of Lands — (Outstanding Agreements) • Easements (ALL) GC-4.02 Subsurface and Physical Conditions • Report No. 24-16160, a Geotech Study performed by TexTerra Engineering, dated 5-14-2025 GC-4.04 Underground Facilities • Report of ARS data dated August 25, 2025 GC-4.06 Hazardous Environmental Condition at Site - NONE (N/A) GC-6.07 Wage Rates • Heavy & Highway Construction Prevailing Wage Rates 2013 • Commercial Construction Prevailing Wage Rates 2013 GC-6.09 Permits and Utilities • BNSF Permit- 25W-23926/BF-20566641, 23W-16569 • UPRR Permit- 0802614 0 TxDOT- 00002/20250218/391483/499800/UP GC-6.09A Permits and Utilities (Outstanding Agreements) • Colt Gathering- LONO#25-034 • Enlink • Bedrock Production GC-6.24 Nondiscrimination - NONE GR-01 60 00 Product Requirements • City's current Standard Product List CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase IC STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 GC-4.01.A Availability of Lands (Outstanding Easements) THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 EXHIBIT A TEMPORARY CONSTRUCTION EASEMENT 51,569 Square Feet or 1.184 Acres City of Fort Worth, Tarrant County, Texas BEING a tract of land situated within the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 1932, and the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 1787, City of Fort Worth, Tarrant County, Texas, and being a portion of the tracts of land as described by deed as Tracts 2 and 4 to Barbara Shelton Trustee of the Tom Shelton Marital Trust, E.I.N. 755-6570617 as recorded in Document Numbers D202038273, D202038271, D202038279 and D201240323, Deed Records, Tarrant County, Texas (DRTCT), and being more particularly described by metes and bounds as follows: (Bearings referenced to North American Datum of 1983(2011) epoch 2010.00 - Texas Coordinate System of 1983, North Central Zone using the AIITerra RTKNet Cooperative Network. Distances shown are U.S. Survey feet in surface values) BEGINNING at a point in the west line of a 40' Eagle Mountain Pipeline Easement as recorded in Document Number D203148428, DRTCT from which a found 1/2-inch iron rod having a Texas State Plane (NAD83), Texas North Central Zone (4202) Grid coordinate of Northing: 7,030,052.67, Easting: 2,299,316.79 for a point of curvature in the common line between the said Shelton tracts and the west right-of-way line of the Union Pacific Railroad bears South 19°47'31" East, a distance of 1231.48 feet; THENCE departing the west line of said easement and over and across the said Shelton Tracts the following courses and distances: South 77°03'30" West, a distance of 47.18 feet to a point; South 88°18'30" West, a distance of 18.58 feet to a point; WEST, a distance of 1198.68 feet to a point; NORTH, a distance of 10.50 feet to a point; WEST, a distance of 20.00 feet to a point; SOUTH, a distance of 10.50 feet to a point; WEST, a distance of 726.60 feet to a point; along a curve to the left having a central angle of 08°43'34", a radius of 2580.00 feet, an arc length of 392.93 feet and a chord which bears South 85°37'54" West, a distance of 392.55 feet to a point; South 81°15'48" West, a distance of 185.30 feet to a point from which a found 5/8-inch iron rod having a Texas State Plane (NAD83), Texas North Central Zone (4202) Grid coordinate of Northing: 7,029,825.76, Easting: 2,296,778.09 for the southwest corner of the aforementioned Tract 2, same being southeast corner of the aforementioned Tract 4 bears South 19°20'41" East, a distance of 1395.60 feet; North 08°44'12" West, a distance of 20.00 feet to a point; North 81°15'48" East, a distance of 185.07 feet to a point; along a curve to the right having a central angle of 08°44'12", a radius of 2600.00 feet, an arc length of 396.45 feet and a chord which bears North 85°37'54" East, a distance of 396.07 feet to a point; EAST, a distance of 1944.75 feet to a point; North 88°18'30" East, a distance of 16.32 feet to a point; North 77°03'30" East, a distance of 46.08 feet to a point in the west line of the said easement; THENCE South 10°27'28" East, with the west line of said easement, a distance of 20.02 feet to the POINT OF BEGINNING and containing 51,569 square feet or 1.184 acres of land more or less. SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering - and Land Surveying Practice Acts and Rules Concerning Practice nd Licensure. 8 + BAIRD, HAMPTON & BROWN �' `G\* R o9s engineering and surveying Rnhart A I as 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com RPLS No. 6895 TBPE Firm #44 • TBPLS FIRM #10011302 Date: July 09, 2025 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TCE 3 EASEMENT—SHELTON.dwg EXHIBIT B TEMPORARY CONSTRUCTION EASEMENT 51,569 Square Feet or 1.184 Acres E City of Fort Worth, Tarrant County, Texas �JO' SCALE: 1" = 100' TRACT FOUR BARBARA SHELTON TRUSTEE OF THE TOM SHELTON MARITAL TRUST, E.I.N. 755-6570617 DOC. NO. D202038273, D202038271, D202038279, AND D201240323 DRTCT C2 C1 NOTES Basis of bearing being U.S. State Plane Grid Texas North Central Zone (4202) NAD83 as established using the AIITerra RTKNet Cooperative Network. Reference frame is NAD83(2011) Epoch 2010.0000. Distances shown are U.S. Survey feet displayed in surface values. E3 - B BAIRD, HAMPTON & BROWN engineering and surveying Nlr LU IW W N H I" LU Z Z =I as N90°00 00 E PERMANENT WATER LINE 4 N90°00'00"W EASEMENT _ m (BY SEPARATE INSTRUMENT) I m Q I I r I3801 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 Line Table Line # Direction Length L1 S77°03'30"W 47.18 L2 S88°18'30"W 18.58 L3 N00°00'00"E 10.50 L4 N90oOO'OO"W 20.00 L5 S00°00'00"E 10.50 L6 S81°15'48"W 185.30 TRACT TWO BARBARA SHELTON TRUSTEE OF THE TOM SHELTON MARITAL TRUST, E.I.N. 755-6570617 DOC. NO. D202038273, D202038271, D202038279, AND D201240323 DRTCT — 726_60'--L4-J--N90°00'00"W TCE 51569 Sq.Ft. 1.184 Ac MEP & P R R CO SURVEY 'ABSTRACT V,�O 1787 Line Table Line # Direction Length L7 N08o44'12"W 20.00 L8 N81015'48"E 185.07 L9 N88°18'30"E 16.32 L10 N77°03'30"E 46.08 1-11 S10027'28"E 20.02 LEGEND IRF................Iron Rod Found DRDCT.......... Deed Records, Denton County, Texas POB.............Point of Beginning PRDCT......... Plat Records, Denton County, Texas TCE.............Temporary Construction Easement � p I 1 I � vQ 11 I I Q O � 1 SOUTHWESTERN Z PIPELINE INC. EASEMENT NO. 20 1038031 1 DOC. _ I L9 1944.75' �10 J� 1198.68' L2 A �E 40,FAGUE E 2 DOUNo p2148 8C DRTCT riays-] ■ 1/2" IRF� N: 7,030,152.67 E: 2,299,316.79 U.S. STATE PLANE 1983 \ TEXAS NORTH CENTRAL (ZONE 4202) GRID Curve Table Curve # Delta Radius Arc Length Chord Bearing Chord Length C1 8°43'34" 2580.00' 392.93' S85°37'54"W 392.55' C2 8°44'12" 2600.00' 396.45' N85°37'54"E 396.07' SHEET 1 OF 2 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TCE 3 EASEMENT—SHELTON.dwg E �JO' SCALE: 1" = 100' Y RD CO SU p.R 10 20,032 50 ACT to ABSTR EXHIBIT B TEMPORARY CONSTRUCTION EASEMENT 51,569 Square Feet or 1.184 Acres City of Fort Worth, Tarrant County, Texas TRACT FOUR BARBARA SHELTON TRUSTEE OF THE TOM SHELTON MARRAL TRUST, E.I.N. 755-6570617 DOC. NO. D202038273, D202038271, D202038279, AND D201240323 DRTCT C2 C1 TCE,y 51569 Sq.Ft. y 1.184 A( �J �mU �Y 15/8" IRF N: 7,029,825.76 E: 2,296,778.09 U.S. STATE PLANE 1983 . . TEXAS NORTH CENTRAL (ZONE 4202) GRID a B BAIRD, HAMPTON & BROWN engineering and surveying William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 I N r LU LU W W = 2 H y W I W Z Z ~la N90°00'00"E PERMANENT WATER LINE t N90°00'00"W _ EASEMENT UM (BY SEPARATE INSTRUMENT]— LEGEND NOTES IRF................Iron Rod Found Basis of bearing being U.S. State Plane DRDCT.......... Deed Records, Denton County, Grid - Texas North Central Zone (4202) Texas NAD83 as established using the AIITerra POB............ Point of Beginning RTKNet Cooperative Network. PRDCT......... Plat Records, Denton County, Reference frame is NAD83(2011) Epoch Texas 2010.0000. Distances shown are U.S. TCE.............Temporary Construction Easement Survey feet displayed in surface values. SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning Practice and Licensure. Date: July 09, 2025 SHEET 2 OF 2 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TCE 3 EASEMENT—SHELTON.dwg EXHIBIT A PERMANENT WATER LINE EASEMENT 170,846 Square Feet or 3.922 Acres City of Fort Worth, Tarrant County, Texas BEING a tract of land situated within the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 247, the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 1815, the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 1932, and the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 1787, City of Fort Worth, Tarrant County, Texas, and being a portion of the tracts of land as described by deed as Tracts 2-4 to Barbara Shelton Trustee of the Tom Shelton Marital Trust, E.I.N. 755-6570617 as recorded in Document Numbers D202038273, D202038271, D202038279 and D201240323, Deed Records, Tarrant County, Texas (DRTCT), and being more particularly described by metes and bounds as follows: (Bearings referenced to North American Datum of 1983(2011) epoch 2010.00 - Texas Coordinate System of 1983, North Central Zone using the AIITerra RTKNet Cooperative Network. Distances shown are U.S. Survey feet in surface values) BEGINNING at a found 5/8-inch iron rod having a Texas State Plane (NAD83), Texas North Central Zone (4202) Grid coordinate of Northing: 7,027,444.69, Easting: 2,297,644.52 for the northeast corner a tract of land as described by deed to Wesley A. Cleveland III as recorded in Document Number D216280650, DRTCT, same being the northwest corner of a tract of land as described by deed to JAK & Associates, Inc. as recorded in Document Number D222002581, DRTCT, and being in the south line of the said Shelton tract; THENCE South 89°22'06" West, with the common line between the said Shelton tract and the said Cleveland tract, a distance of 25.00 feet to a point; THENCE departing the said common line and over and across the said Shelton tracts the following courses and distances: North 00°27'12" West, a distance of 43.68 feet to a point; North 44°19'14" East, a distance of 15.30 feet to a point; North 89°19'14" East, a distance of 6.25 feet to a point; North 00°40'46" West, a distance of 10.50 feet to a point; North 89°19'14" East, a distance of 20.00 feet to a point; South 00°40'46" East, a distance of 10.50 feet to a point; North 89°19'14" East, a distance of 129.69 feet to a point; North 67°06'38" East, a distance of 92.98 feet to a point; North 21°49'14" East, a distance of 6.84 feet to a point; North 23°15'58" West, a distance of 3893.82 feet to a point; South 81°15'48" West, a distance of 16.62 feet to a point; North 08°44'12" West, a distance of 25.00 feet to a point; North 81°15'48" East, a distance of 185.30 feet to a point; along a curve to the right having a central angle of 08°43'34", a radius of 2580.00 feet, an arc length of 392.93 feet and a chord which bears North 85°37'54" East, a distance of 392.55 feet to a point; EAST, a distance of 726.60 feet to a point; NORTH, a distance of 10.50 feet to a point; EAST, a distance of 20.00 feet to a point; SOUTH, a distance of 10.50 feet to a point; 13mmB BAIRD, HAMPTON & BROWN engineering and surveying 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT—SHELTON TR 3.dwg G7:I��ri[�l�a EXHIBIT A(cont.) PERMANENT WATER LINE EASEMENT 170,846 Square Feet or 3.922 Acres City of Fort Worth, Tarrant County, Texas EAST, a distance of 1198.68 feet to a poirr., North 88°18'30" East, a distance of 18.58 feet to a point; North 77°03'30" East, a distance of 47.18 feet to a point in the west line of a 40-foot Eagle Mountain Pipeline Easement as recorded in Document Number D203148428, DRTCT; THENCE South 10°27'28" East, with the west line of said easement, a distance of 25.02 feet to a point from which a found 1/2-inch iron rod having a Texas State Plane (NAD83), Texas North Central Zone (4202) Grid coordinate of Northing: 7,030,052.67, Easting: 2,299,316.79 for a point of curvature in the said common line bears South 19°58'08" East, a distance of 1207.05 feet; THENCE departing the west line of said easement and over and across the said Shelton tract the following courses and distances: South 77°03'30" West, a distance of 48.56 feet to a point; South 88°18'30" West, a distance of 21.42 feet to a point; WEST, a distance of 1945.42 feet to a point; along a curve to the left having a central angle of 08°44'31", a radius of 2555.00 feet, an arc length of 389.83 feet and a chord which bears South 85°37'45" West, a distance of 389.45 feet to a point; South 81°15'48" West, a distance of 142.38 feet to a point; South 23°15'58" East, a distance of 1952.61 feet to a point; North 66°44'02" East, a distance of 10.50 feet to a point; South 23°15'58" East, a distance of 20.00 feet to a point; South 66°44'02" West, a distance of 10.50 feet to a point; South 23°15'58" East, a distance of 1880.00 feet to a point; North 66°44'02" East, a distance of 10.50 feet to a point; South 23°15'58" East, a distance of 20.00 feet to a point; South 66°44'02" West, a distance of 10.50 feet to a point; South 23°15'58" East, a distance of 25.11 feet to a point; South 21°49'14" West, a distance of 27.61 feet to a point; South 66°57'13" West, a distance of 107.69 feet to a point; South 89°19'14" West, a distance of 147.43 feet to a point; South OW27'12" East, a distance of 29.51 feet to the POINT OF BEGINNING and containing 170,846 square feet or 3.922 acres of land more or less. a B BAIRD, HAMPTON & BROWN engineering and surveying 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning Practice and Licensure. Date: July 09, 2025 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT—SHELTON TR 3.dwg SHEET 2 OF 2 EXHIBIT B PERMANENT WATER LINE EASEMENT 170,846 Square Feet or 3.922 Acres City of Fort Worth, Tarrant County, Texas E MATLINE SHEET 2 y�o CH MATCH LINE SHEET 1 SCALE: 1" = 100' LEGEND IRF................Iron Rod Found DRDCT.......... Deed Records, Denton County, Texas POB............ Point of Beginning PRDCT......... Plat Records, Denton County, Texas TCE.............Temporary Construction Easement NOTES Basis of bearing being U.S. State Plane Grid - Texas North Central Zone (4202) NAD83 as established using the AIITerra RTKNet Cooperative Network. Reference frame is NAD83(2011) Epoch 2010.0000. Distances shown are U.S. Survey feet displayed in surface values. MEP & I, R R CO SURVEY SECTION 20 �� ABSTRACT A',. 7 U `ram; s 4 �\ a \ APPROXIMATE SURVEY ABSTRACT LINE 40' EAGLE MOUNTAIN PIPELINE . . . . . . )_\ EASEMENT DOC. NO. D203148428 DRTCT 1 PERMANENT WATER �\L22 LINE EASEMENT 170846 Sq.Ft. 3.922 Ac A s L24 � s s\ 01 TRACT THREE \ BARBARA SHELTON TRUSTEE OF THE TOM SHELTON 1 MARITAL TRUST, E.I.N. 755-6570617 op DOC. NO. D202038273, D202038271, D202038279, AND D201240323 DRTCT �O L4�j� E3 SOUTHWESTERN GAS DOC.--NO. INC. EASEMENT mmB D20210804, iy BAIRD, HAMPTON & BROWN DRTCT J engineering and surveying William D. Tate Ave, Ste 500 Grapevine, TX 76051 WESLEY A• CLEVELAND III DOC. NO. D216280650 +I rlee@bhbinc.com • 817.251.8550 • bhbinc.com DRTCT TBPE Firm #44 • TBPLS FIRM #10011302 L26 TCE (BY SEPARATE;;;; \ L27 L9 L28 —L6 L7 �SryN89°1230 — I m L31 J L1 POB 5/8" IRF�;`L`� N: 7,027,444.69 E:2,297,644.52 B• �.� U.S. STATE PLANE 1983_rG• TEXAS NORTH CENTRAL Q (ZONE 4202) GRID SHEET 1 OF 4 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT—SHELTON TR 3.dwg EXHIBIT B (cont.) PERMANENT WATER LINE EASEMENT 170,846 Square Feet or 3.922 Acres City of Fort Worth, Tarrant County, Texas S�RvEY CO 32 MEP &s RR 20W. 0 AVSTRAC IRF................Iron Rod Found DRDCT.......... Deed Records, Denton County, Texas POB............ Point of Beginning PRDCT......... Plat Records, Denton County, Texas TCE.............Temporary Construction Easement L12 L11 L21 L10 CP 00 sue\ PERMANENT WATER LINE EASEMENT 170,846 Sq.Ft. \ 3.922 Ac TRACT FOUR BARBARA SHELTON TRUSTEE OF THE TOM SHELTON MARITAL TRUST, E.I.N. 755-6570617 DOC. NO. D202038273, 0202038271. D202038279, AND D201240323 NOTES DRTCT Basis of bearing being U.S. State Plane Grid - Texas North Central Zone (4202) NAD83 as established using the AIITerra RTKNet Cooperative Network. Reference frame is NAD83(2011) Epoch 2010.0000. Distances shown are U.S. Survey feet displayed in surface values. E3mmB BAIRD, HAMPTON & BROWN engineering and surveying MATCH LINE SHEET 2 MATCH LINE SHEET 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051— — — — — — — — — — rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 ~'H W W W W y y TRACT FOUR W LU = BARBARA SHELTON TRUSTEE OF THE TOM I SHELTON MARITAL TRUST, E.I.N. 755-6570617 = _ DOC. NO. D202038273, D202038271, Cf CJ D202038279, AND D201240323 a I a DRTCT TCE (BY SEPARATENT C2 \ TRACT TWO BARBARA SHELTON TRUSTEE OF THE TOM SHELTON MARITAL TRUST, E.I.N. 755-6570617 \ DOC. NO. D202038273, D202038271, D202038279, AND D201240323 DRTCT AfEp , p R R CO '3 SECTION �o RVEy ABSTRACT No. 1787 F q v� 9� F � 2 O ��G Fy J \ APPROXIMATE SURVEY ABSTRACT LINE 740' EAGLE MOUNTAIN PIPELINE DOC. NO. D203148428 DRTCT Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT—SHELTON TR 3.dwg SHEET 2 OF 4 1 LEGEND IRF................Iron Rod Found DRDCT.......... Deed Records, Denton County, Texas POB............ Point of Beginning PRDCT......... Plat Records, Denton County, Texas TCE.............Temporary Construction Easement M W W W W h h TRACT FOUR W Z W Z BARBARA SHELTON TRUSTEE OF THE TOM I SHELTON MARITAL TRUST, E.I.N. 755-6570617 = _ DOC. NO. D202038273, D202038271, v C3 D202038279, AND D201240323 a I a DRTCT M.2 TCE BY SEPARATE INSTURMENT) C2 EXHIBIT B (cont.) PERMANENT WATER LINE EASEMENT 170,846 Square Feet or 3.922 Acres City of Fort Worth, Tarrant County, Texas I I II I I TRACT TWO I BARBARA SHELTON TRUSTEE OF THE TOM SHELTON MARITAL TRUST, E.I.N. 755-6570617 DOC. NO. D202038273, D202038271, D202038279, AND D201240323 I DRTCT i C1 N90°00'00" E 1945.42' 9 MEP & pRR e SECTION 20 SUR J ABSTRACT No. 1787 a Q NOTES I I Basis of bearing being U.S. State Plane Grid - Texas North Central Zone (4202) NAD83 as established using the AIITerra RTKNet Cooperative Network. Reference frame is NAD83(2011) Epoch 2010.0000. Distances shown are U.S. Survey feet displayed in surface values. - B BAIRD, HAMPTON & BROWN engineering and surveying 3801 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 E �JO' SCALE: 1" = 100' SOUTHWESTERN GAS PIPELINE INC. EASEMENT DOC. NO'DRT 0T 103803, L13 L14 L15 L16 726.60' N90°00'00"E A 1198.68' 1� 00 N90°00'00"W PERMANENT WATER LINE EASEMENT 170846 Sq.Ft. 3.922 Ac J I 7LL207�-9 , I I I I EMEE1NT 4$a I p40'O ODp2 0CN Opw'EL1N0342 �• O ° O� SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning Practice and Licensure. Date: July 09, 2025 1/2" IRF\ N: 7,030,052.67 E: 2,299,316.79 - U.S. STATE PLANE 1983 \ TEXAS NORTH CENTRAL (ZONE 4202) GRID Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT—SHELTON TR 3.dwg SHEET 3 OF 4 EXHIBIT B (cont.) PERMANENT WATER LINE EASEMENT 170,846 Square Feet or 3.922 Acres City of Fort Worth, Tarrant County, Texas Line Table Line # Direction Length L1 S89°22'06"W 25.00 L2 N00°27'12"W 43.68 L3 N44°19'14"E 15.30 L4 N89°19'14"E 6.25 L5 NOW40'46"W 10.50 L6 N89°19'14"E 20.00 L7 S00°40'46"E 10.50 L8 N67°06'38"E 92.98 L9 N21°49'14"E 6.84 L10 S81°15'48"W 16.62 L11 N08°44'12"W 25.00 L12 N81°15'48"E 185.30 L13 N00°00'00"E 10.50 L14 S90°00'00"E 20.00 L15 S00°00'00"E 10.50 L16 N88°18'30"E 18.58 L17 N77°03'30"E 47.18 L18 S10°27'28"E 25.02 L19 S77°03'30"W 48.56 L20 S88°18'30"W 21.42 Line Table Line # Direction Length L21 S81°15'48"W 142.38 L22 N66°44'02"E 10.50 L23 S23°15'58"E 20.00 L24 S66°44'02"W 10.50 L25 N66°44'02"E 10.50 L26 S23°15'58"E 20.00 L27 S66°44'02"W 10.50 L28 S23°15'58"E 25.11 L29 S21°49'14"W 27.61 L30 S66°57'13"W 107.69 L31 S89°19'14"W 147.43 L32 S00°27'12"E 29.51 Curve Table Curve # Delta Radius Arc Length Chord Bearing Chord Length C1 8°43'34" 2580.00' 392.93' N85°37'54"E 392.55' C2 8°44'31" 2555.00' 389.83' S85°37'45"W 389.45' a B BAIRD, HAMPTON & BROWN engineering and surveying 3801 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 SHEET 4 OF 4 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT-SHELTON TR 3.dwg EXHIBIT A Permanent Water Facility Easement 17,814 Square Feet or 0.409 Acres MEP & PRR Co Survey, Section 20, Abst. No. 1787 City of Fort Worth, Tarrant County, Texas BEING a tract of land situated within the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 1787, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land as described by deed to Steven M. Tidwell and wife Gwyneth Tidwell as recorded in Document Number D195013151, Deed Records, Tarrant County, Texas (DRTCT), and being more particularly described by metes and bounds as follows: (Bearings referenced to North American Datum of 1983(2011) epoch 2010.00 - Texas Coordinate System of 1983, North Central Zone using the AIITerra RTKNet Cooperative Network. Distances shown are U.S. Survey feet in surface values) COMMENCING at a found 1/2-inch iron rod for the northeast corner of the said Tidwell tract, same being the southeast corner of a tract of land as described by deed to Consolidated Pipe & Supply Company, Inc. as recorded in Document Number D223223950, DRTCT, and being in the west right-of-way line of N Saginaw Blvd (a variable width public right-of-way) from which a found 1/2-inch iron rod for the northeast corner of the said Consolidated Pipe tract, same being the southeast corner of Lot 3, Block 1, Tinsley Land Addition, an addition to the City of Fort Worth, Tarrant County, Texas as shown on the plat recorded in Document Number D213018453, Plat Records, Tarrant County, Texas (PRTCT) bears North 00°15'39" West, a distance of 468.50 feet; THENCE South 00°15'39" East, with the common line between the said Tidwell tract and the said west right-of-way line of N Saginaw Blvd, a distance of 151.98 feet to the POINT OF BEGINNING of the hereon described tract; THENCE South 00°15'39" East, continuing with the said common line, a distance of 59.93 feet to a point; THENCE departing the said common line and over and across the said Tidwell tract the following courses and distances: South 89°18'11" West, a distance of 44.88 feet to a point; North 68°23'00" West, a distance of 75.95 feet to a point; South 89°12'14" West, a distance of 223.54 feet to a point; North 45°47'46" West, a distance of 130.26 feet to a point; South 89°12'14" West, a distance of 202.47 feet to a point; South 77°03'30" West, a distance of 8.68 feet to a point in the common line between the said Tidwell tract and the east right-of-way line of the Union Pacific Railroad; a B BAIRD, HAMPTON & BROWN engineering and surveying 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT—TI DWELL. dwg SHEET 1 OF 2 EXHIBIT A(cont.) Permanent Water Facility Easement 17,814 Square Feet or 0.409 Acres MEP & PRR Co Survey, Section 20, Abst. No. 1787 City of Fort Worth, Tarrant County, Texas THENCE North 12°54'30" West, with the common line between the said Tidwell tract and the said east right-of-way line of the said Union Pacific Railroad, a distance of 25.00 feet to a point from which a found 5/8-inch capped iron rod marked "DUNAWAY ASSOC" for the northwest corner of the said Tidwell tract, same being the southwest corner of the aforementioned Consolidated Pipe tract bears North 12°54'30" West, a distance of 75.73 feet; THENCE departing the said common line and over and across the said Tidwell tract the following courses and distances: North 77°03'30" East, a distance of 11.32 feet to a point; North 89°12'14" East, a distance of 215.49 feet to a point; South 45°47'46" East, a distance of 130.26 feet to a point; North 89°12'14" East, a distance of 218.14 feet to a point; South 68°23'00" East, a distance of 75.98 feet to a point; North 89°18'11" East, a distance of 25.14 feet to a point; North 00°15'39" West, a distance of 12.58 feet to a point; South 89°44'21" West, a distance of 7.49 feet to a point; North 00°19'47" West, a distance of 10.00 feet to a point; North 89°44'21" East, a distance of 7.51 feet to a point; North 00°15'39" West, a distance of 12.46 feet to a point; North 89°44'21" East, a distance of 15.00 feet to the POINT OF BEGINNING and containing 17,824 square feet or 0.409 acres of land more or less. a m. B BAIRD, HAMPTON & BROWN engineering and surveying 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning Practice and Licensure. ((IIVD OF.............. ert A. Lee ...........6895 F for SURv�yG�� Date: March 14, 2025 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT—TI DWELL. dwg SHEET 2 OF 2 LEGEND CIRF............ 5/8" Capped Iron Rod Marked "DUNAWAYASSOC" Found DRDCT.......... Deed Records, Tarrant County, Texas IRF...............Iron Rod Found POB.............Point of Beginning PRDCT......... Plat Records, Tarrant County, Texas DETAIL I SCALE 1"=30' L14 L13 L12 L10 J rn � J E CIRF EXHIBIT B Permanent Water Facility Easement 17,814 Square Feet or 0.409 Acres MEP & PRR Co Survey, Section 20, Abst. No. 1787 City of Fort Worth, Tarrant County, Texas MEP & pRR CO SURVEY SECTION ,O ABSTRACT No. 1787 '�4 L6 �VN89'12'14"E J v �p Q vo Q � CL 1z R O �JO' -- cc SCALE: 1" = 100' LOT 3, BILK 1 TINSLEY LANE ADDITION DOC. NO. D213018453 PRTCT CONSOLIDATED PIPE & SUPPLY COMPANY, INC. DOC. NO. D223223950 DRTCT STEVEN M. TIDWELL AND WIFE GWYNETH TIDWELL 215.49' DOC. NO. D195013151 sQ� DRTCT S89'12'14"W 202.47' IS - B BAIRD, HAMPTON & BROWN engineering and surveying 3801 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 Slj �6', N89'12'14"E NOTES Basis of bearing being U.S. State Plane Grid - Texas North Central Zone (4202) NAD83 as established using the AIITerra RTKNet Cooperative Network. Reference frame is NAD83(2011) Epoch 2010.0000. Distances shown are U.S. Survey feet displayed in surface values. POC 1/2" IRF I SEE DETAIL A 218.14' L8- S89'12'14"W 223.54' PERMANENT WATER FACILITY EASEMENT 17814 S! . Ft. 0.409 Ac SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures Z3 1/2" IR and practices of the most current Texas Engineering and Land Surveying/ OF re. l ,oP, TC- Date: March 14, 2025 o °1 Ln M 06 Ln o z w Bo M rn in � � � o 0 L2 SHEET 1 OF 2 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT—TIDWELL.dwg EXHIBIT B (cont.) Permanent Water Facility Easement 17,814 Square Feet or 0.409 Acres MEP & PRR Co Survey, Section 20, Abst. No. 1787 City of Fort Worth, Tarrant County, Texas Line Table Line # Direction Length L1 S00°15'39"E 59.93 L2 S89°18'11"W 44.88 L3 N68°23'00"W 75.95 L4 S77°03'30"W 8.68 L5 N12°54'30"W 25.00 L6 N77°03'30"E 11.32 L7 S68°23'00"E 75.98 L8 N89°18'11"E 25.14 L9 N00°15'39"W 12.58 L10 S89°44'21"W 7.49 1-11 N00°19'47"W 10.00 L12 N89°44'21"E 7.51 L13 N00°15'39"W 12.46 L14 N89°44'21"E 15.00 L15 N12°54'30"W 75.73 ,8 mm B BAIRD, HAMPTON & BROWN engineering and surveying 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\WATER EASEMENT—TI DWELL. dwg SHEET 2 OF 2 EXHIBIT A Temporary Construction Easement 4,579 Square Feet or 0.105 Acres MEP & PRR Co Survey, Section 20, Abst. No. 1787 City of Fort Worth, Tarrant County, Texas BEING a tract of land situated within the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 1787, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land as described by deed to Steven M. Tidwell and wife Gwyneth Tidwell as recorded in Document Number D195013151, Deed Records, Tarrant County, Texas (DRTCT), and being more particularly described by metes and bounds as follows: (Bearings referenced to North American Datum of 1983(2011) epoch 2010.00 - Texas Coordinate System of 1983, North Central Zone using the AIITerra RTKNet Cooperative Network. Distances shown are U.S. Survey feet in surface values) COMMENCING at a found 1/2-inch iron rod for the northeast corner of the said Tidwell tract, same being the southeast corner of a tract of land as described by deed to Consolidated Pipe & Supply Company, Inc. as recorded in Document Number D223223950, DRTCT, and being in the west right-of-way line of N Saginaw Blvd (a variable width public right-of-way) from which a found 1/2-inch iron rod for the northeast corner of the said Consolidated Pipe tract, same being the southeast corner of Lot 3, Block 1, Tinsley Land Addition, an addition to the City of Fort Worth, Tarrant County, Texas as shown on the plat recorded in Document Number D213018453, Plat Records, Tarrant County, Texas (PRTCT) bears North 00°15'39" West, a distance of 468.50 feet; THENCE South 83°01'18" West, over and across the said Tidwell tract, a distance of 424.84 feet to the POINT OF BEGINNING of the hereon described tract; THENCE continuing over and across the said Tidwell tract the following courses and distances: South 00°47'46" East, a distance of 20.00 feet to a point; South 89°12'14" West, a distance of 215.49 feet to a point; South 77°03'30" West, a distance of 11.32 feet to a point in the common line between the said Tidwell tract and the east right-of-way line of the Union Pacific Railroad; THENCE North 12°54'30" West, with the common line between the said Tidwell tract and the said east right-of-way line of the said Union Pacific Railroad, a distance of 20.00 feet to a point from which a found 5/8-inch capped iron rod marked "DUNAWAY ASSOC" for the northwest corner of the said Tidwell tract, same being the southwest corner of the aforementioned Consolidated Pipe tract bears North 12°54'30" West, a distance of 55.73 feet; THENCE departing the said common line and over and across the said Tidwell tract the following courses and distances: North 77°03'30" East, a distance of 13.44 feet to a point; North 89°12'14" East, a distance of 217.62 feet to the POINT OF BEGINNING and containing 4,579 square feet or 0.105 acres of land more or less. a B BAIRD, HAMPTON & BROWN engineering and surveying 1 William D. Tate Ave, Ste 500 Grapevine, TX rlee@bhbinc.com • 817.251.8550 • bhbinc.cor.. TBPE Firm #44 • TBPLS FIRM #10011302 SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning Practice and Licensure. Date: March 18, 2025 �OF. TF+� c G\STFQ� 9S ..................... Robert A. Lee ..................... °p 6895 P" ' ror �q�°DSSsv°�.;�• UR\�� Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TEMP EASEMENT—TI DWELL 3.dwg LEGEND CIRF............ 5/8" Capped Iron Rod Marked "DUNAWAYASSOC" Found DRTCT........ Deed Records, Tarrant County, Texas IRF..............Iron Rod Found POB............ Point of Beginning POC............ Point of Commencing PRTCT......... Plat Records, Tarrant County, Texas EXHIBIT B Temporary Construction Easement 4,579 Square Feet or 0.105 Acres MEP & PRR Co Survey, Section 20, Abst. No. 1787 City of Fort Worth, Tarrant County, Texas TCE.............Temporary Construction Easement MEP & P R E 1 S 100, 11 12 CO SUIRVEy ABS RACTON �O No. 1787 CIRF TCE 4579 Sq.Ft. POB L4 0.105 Ac N89°12'14"E 217.62' L3 J V S89°12'14"W 215.49' — --------------------- L2 p C� R Q 0 zQ o� z NOTES Basis of bearing being U.S. State Plane Grid - Texas North Central Zone (4202) NAD83 as established using the AIITerra RTKNet Cooperative Network. Reference frame is NAD83(2011) Epoch 2010.0000. Distances shown are U.S. Survey feet displayed in surface values. E3 B BAIRD, HAMPTON & BROWI\ engineering and surveying 3801 William D. Tate Ave, Ste 500 Grapevine, TX rlee@bhbinc.com • 817.251.8550 • bhbinc.cor TBPE Firm #44 • TBPLS FIRM #10011302 LOT 3, BLK 1 TINSLEY LANE ADDITION DOC. NO. D213018453 PRTCT CONSOLIDATED PIPE & SUPPLY COMPANY, INC. ^ O DOC. NO. D223223950 r DRTCT 1/2"IRF 424.84' S83°01 18 W STEVEN M. TIDWELL AND WIFE GWYNETH TIDWELL DOC. NO. D195013151 DRTCT 1/2" IRI ►i 0 a) Ln ro � -i lzt o o Z \ \ PEFLIANELJT WF�TER FACILITL_____.`` EASEMENT r (BY SEPARATE INSTRUMENT) — J — — — TEMPORARY CONSTRUCTION EASEMENT (BY SEPARATE INSTRUMENT) — TEMPORARY CONSTRUCTION EASEMENT (BY SEPARATE INSTRUMENT) — SURVEYOR'S CERTIFICATION I I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning Practice and Licensure. PEE OF TF+ v 7!�z N 7�ZcZ�� � V71Q�V 3Or, 4l N 4ii z aF Is, 9 I Line Table 1 Line # I Direction I Length I L1 I S00°47'46"E 1 20.00 1 L2 I S77°03'30"W 11.32 L3 N 12°54'30"W 20.00 L4 N77°03'30"E 13.44 I L5 I N 12°54'30"W 1 55.73 1 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TEMP EASEMENT—TIDWELL 3.dwg EXHIBIT A Temporary Construction Easement 5,823 Square Feet or 0.134 Acres MEP & PRR Co Survey, Section 20, Abst. No. 1787 City of Fort Worth, Tarrant County, Texas BEING a tract of land situated within the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 1787, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land as described by deed to Steven M. Tidwell and wife Gwyneth Tidwell as recorded in Document Number D195013151, Deed Records, Tarrant County, Texas (DRTCT), and being more particularly described by metes and bounds as follows: (Bearings referenced to North American Datum of 1983(2011) epoch 2010.00 - Texas Coordinate System of 1983, North Central Zone using the AIITerra RTKNet Cooperative Network. Distances shown are U.S. Survey feet in surface values) COMMENCING at a found 1/2-inch iron rod for the northeast corner of the said Tidwell tract, same being the southeast corner of a tract of land as described by deed to Consolidated Pipe & Supply Company, Inc. as recorded in Document Number D223223950, DRTCT, and being in the west right-of-way line of N Saginaw Blvd (a variable width public right-of-way) from which a found 1/2-inch iron rod for the northeast corner of the said Consolidated Pipe tract, same being the southeast corner of Lot 3, Block 1, Tinsley Land Addition, an addition to the City of Fort Worth, Tarrant County, Texas as shown on the plat recorded in Document Number D213018453, Plat Records, Tarrant County, Texas (PRTCT) bears North 00°15'39" West, a distance of 468.50 feet; THENCE South 46°28'05" West, over and across the said Tidwell tract, a distance of 269.46 feet to the POINT OF BEGINNING of the hereon described tract; THENCE continuing over and across the said Tidwell tract the following courses and distances: South 00°15'39" East, a distance of 20.00 feet to a point; South 89°12'14" West, a distance of 150.80 feet to a point; North 45°47'46" West, a distance of 158.55 feet to a point from which a from which a found 5/8-inch capped iron rod marked "DUNAWAY ASSOC" for the northwest corner of the said Tidwell tract, same being the southwest corner of the aforementioned Consolidated Pipe tract bears North 65°25'21" West, a distance of 225.57 feet; North 89°12'14" East, a distance of 28.28 feet to a point; South 45°47'46" East, a distance of 130.26 feet to a point; North 89°12'14" East, a distance of 142.70 feet to the POINT OF BEGINNING and containing 5,823 square feet or 0.134 acres of land more or less. SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning - a. B Practice and Licensure. W oFTF+ BAIRD, HAMPTON & BROWN engineering and surveying ..................... Robert A. Lee 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com °p 6895 !.v : eyor 0,, Se �0\4 RPLS No. 6895 �9N� S—S.S. TBPE Firm #44 • TBPLS FIRM #10011302 Date: March 14, 2025 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TEMP EASEMENT—TI DWELL 2.dwg LEGEND EXHIBIT B LOT 3, BLK 1 CIRF............ 5/8" Capped Iron Rod Marked Temporary Construction Easement TINSLEY LANE ADDITION "HANCOCK SURV" Found DOC. NO. D213018453 DRTCT .......... Deed Records, Tarrant County, 5,823 Square Feet or 0.134 Acres PRTCT Texas MEP & PRR Co Survey, 1/2" IRF IRF...............Iron Rod Found Section 20, Abst. No. 1787 POB.............Point of Beginning City of Fort Worth Tarrant County, Texas POC.............Point of Commencing PRTCT......... Plat Records, Tarrant County, o am m Texas Lo MEP CONSOLIDATED PIPE & SUPPLY o6 Cn TCE.............Temporary Construction Easement PRR Co8 SURV COMPANY, INC. SECTIOP O C o I ABSTRACT Nod EY DOC. NO. D223223950 4 o 178� DRTCT 1/2" IRF z E NOTES Basis of bearing being U.S. State Plane Grid - Texas North Central Zone (4202) NAD83 as established using the AIITerra RTKNet Cooperative Network. Reference frame is NAD83(2011) Epoch 2010.0000. Distances shown are U.S. Survey feet displayed in surface values. E3 B BAIRD, HAMPTON & BROWI\ engineering and surveying 3801 William D. Tate Ave, Ste 500 Grapevine, TX rlee@bhbinc.com • 817 251 8550 • bhbinc.cor.. TBPE Firm #44 • TBPLS FIRM #10011302 TEMPORARY CONSTRUCTION EASEMENT 7— (BY SEPARATE INSTRUMENT) L2 S'\\ Qs o ��\ 2�So 57�. rcE .ss. 5823 Sq.Ft. 0.134 Ac STEVEN M. TIDWELL AND WIFE GWYNETH TIDWELL DOC. NO. D195013151 DRTCT PERMANENT WATER FACILITY EASEMENT — (BY SEPARATE INSTRUMENT) P 0 6 - ---- --- L3 _ J S89'12'14"W 150.80' ve TEMPORARY CONSTRUCTION EASEMENT (BY SEPARATE INSTRUMENT) SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying //P,C OF - sure. F / Date: March 14, 2025 CIRF I co W 0 z. N c� CZH.p �'FF N <�U�c;(7 LAIY�V�C �}a{ N Line Table Line # Direction Length L1 S00°15'39"E 20.00 L2 N 89°12'14"E 28.28 L3 N89°12'14"E 142.70 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TEMP EASEMENT—TIDWELL 2.dwg EXHIBIT A Temporary Construction Easement 2,494 Square Feet or 0.057 Acres MEP & PRR Co Survey, Section 20, Abst. No. 1787 City of Fort Worth, Tarrant County, Texas BEING a tract of land situated within the M.E.P. & P.R.R. Co Survey, Section 20, Abstract Number 1787, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land as described by deed to Steven M. Tidwell and wife Gwyneth Tidwell as recorded in Document Number D195013151, Deed Records, Tarrant County, Texas (DRTCT), and being more particularly described by metes and bounds as follows: (Bearings referenced to North American Datum of 1983(2011) epoch 2010.00 - Texas Coordinate System of 1983, North Central Zone using the AIITerra RTKNet Cooperative Network. Distances shown are U.S. Survey feet in surface values) COMMENCING at a found 1/2-inch iron rod for the northeast corner of the said Tidwell tract, same being the southeast corner of a tract of land as described by deed to Consolidated Pipe & Supply Company, Inc. as recorded in Document Number D223223950, DRTCT, and being in the west right-of-way line of N Saginaw Blvd (a variable width public right-of-way) from which a found 1/2-inch iron rod for the northeast corner of the said Consolidated Pipe tract, same being the southeast corner of Lot 3, Block 1, Tinsley Land Addition, an addition to the City of Fort Worth, Tarrant County, Texas as shown on the plat recorded in Document Number D213018453, Plat Records, Tarrant County, Texas (PRTCT) bears North 00°15'39" West, a distance of 468.50 feet; THENCE South 00°15'39" East, with the common line between the said Tidwell tract and the said west right-of-way line of N Saginaw Blvd, a distance of 211.91 feet to the POINT OF BEGINNING of the hereon described tract; THENCE South 00°15'39" East, continuing with the said common line, a distance of 20.00 feet to a point from which a found 5/8-inch capped iron rod marked "HANCOCK SURV" for the southeast corner of the said Tidwell tract, same being the northeast corner of a tract of land as described by deed to R.E. Ellis, Rollie Tinsley, and Glen Grant, Trustee of Avondale Community Club as recorded in Volume 2110, Page 226, DRTCT; THENCE departing the said common line and over and across the said Tidwell tract the following courses and distances: South 89°18'11" West, a distance of 48.67 feet to a point; North 68°23'00" West, a distance of 75.94 feet to a point; North 00°49'21" West, a distance of 20.00 feet to a point; North 89°12'12" East, a distance of 3.97 feet to a point; South 68°23'00" East, a distance of 75.95 feet to a point; North 89°18'11" East, a distance of 44.88 feet to the POINT OF BEGINNING and containing 2,494 square feet or 0.057 acres of land more or less. a m. B BAIRD, HAMPTON & BROWN engineering and surveying 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning Practice and Licensure. Date: March 14, 2025 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TEMP EASEMENT—TI DWELL 1.dwg LEGEND EXHIBIT B LOT 3, BLK 1 CIRF............ 5/8" Capped Iron Rod Marked Temporary Construction Easement TINSLEY LANE ADDITION "HANCOCKSURV'Found DOC. NO. D213018453 DRTCT .......... Deed Records, Tarrant County, Texas 2,494 Square Feet or 0.057 Acres PRTCT IRF...............Iron Rod Found MEP & PRR Co Survey, 1/2" IRF POB.............Point of Beginning Section 20, Abst. No. 1787 POC.............Point of Commencing City of Fort Worth, Tarrant County, Texas PRTCT......... Plat Records, Tarrant County, Texas MEP & p R R CO ,SURVEY ABSTRACV,. TT �e 1787 CONSOLIDATED PIPE & SUPPLY COMPANY, INC. DOC. NO. D223223950 DRTCT E TEMPORARY CONSTRUCTION EASEMENT (BY SEPARATE INSTRUMENT) STEVEN M. TIDWELL AND WIFE _ GWYNETH TIDWELL — -----------T -� DOC. NO. D195013151 ------- DRTCT 0 S 100' SCALE: 1" = 100' NOTES Basis of bearing being U.S. State Plane Grid - Texas North Central Zone (4202) NAD83 as established using the AIITerra RTKNet Cooperative Network. Reference frame is NAD83(2011) Epoch 2010.0000. Distances shown are U.S. Survey feet displayed in surface values. E3 B BAIRD, HAMPTON & BROWN engineering and surveying ----------------- - PERMANENT WATER FACILITY EASEMENT SEPARATE INSTRUMENT) --- 3801 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 o M u, ro oo `^ 4Z o o z POCK 1/2" IRF w am Ln � m a, rI 0 o N O V) ti TEMPORARY CONSTRUCTION EASEMENT TCE z3 (BY SEPARATE INSTRUMENT) 2494 S q .Ft. 0.057 Ac SURVEYOR'S CERTIFICATION T I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current OF TF Texas Engineering and Land Surveying Practice Acts and Rules p ..................... Robert A. Lee °p 6895 P" \�IVD SUR."J. � L7 L2 Lu O � oo m `n N o O 0 cN Q } �=a -4 r o I 3 L` O Q w I J � =m= �a0 �afof Q Q > U J =gym CL ■ CIRF Line Table W E E N &oRI ,'31'$03 6)�G G447!! (a� da N z c�6 Line# Direction Length L1 S00°15'39"E 20.00 L2 S89°18'11"W 48.67 L3 N68°23'00"W 75.94 L4 N00°49'21"W 20.00 L5 N89°12'12"E 3.97 L6 S68°23'00"E 75.95 L7 N89°18'11"E 44.88 Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TEMP EASEMENT—TIDWELL 1.dwg uciHkr_1 Temporary Construction Easement 3,219 Square Feet or 0.074 Acres MEP & PRR Co Survey, Section 17, Abst. No. 1131 City of Fort Worth, Tarrant County, Texas BEING a tract of land situated within the M.E.P. & P.R.R. Co Survey, Section 17, Abstract Number 1131, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land as described by deed to Jen Texas 31, LLC as recorded in Document Number D221357190, Deed Records, Tarrant County, Texas (DRTCT), and being more particularly described by metes and bounds as follows: (Bearings referenced to North American Datum of 1983(2011) epoch 2010.00 - Texas Coordinate System of 1983, North Central Zone using the AIITerra RTKNet Cooperative Network. Distances shown are U.S. Survey feet in surface values) COMMENCING at a found 5/8-inch iron rod for the southeast corner of the said Jen Texas 31 tract, same being the northeast corner of Lot 3, Block A, Prairie Ridge Estates, an addition to the City of Fort Worth, Tarrant County, Texas as shown on the plat recorded in Cabinet A, Slide 6168, Plat Records, Tarrant County, Texas (PRHCT), and being in the northwest right-of-way line of the Fort Worth & Denver Railroad (a 100-foot right-of-way); THENCE North 34°09'25" East, over and across the said Jen Texas 31 tract, a distance of 873.47 feet the POINT OF BEGINNING of the hereon described tract; THENCE continuing over and across the said Jen Texas 31 tract the following courses and distances: North 52°33'23" West, a distance of 36.38 feet to a point; South 83°44'47" West, a distance of 34.76 feet to a point; North 50°06'52" West, a distance of 40.42 feet to a point; North 39°52'57" East, a distance of 42.00 feet to a point; South 52°44'48" East, a distance of 100.00 feet to a point from which a found 4-inch brass disc marked "TXDOT" for the most easterly northeast corner of the said Jen Texas 31 tract, same being the southwest corner of the intersection between the aforesaid Fort Worth & Denver Railroad and U.S. Highway 287 (a variable width right-of-way) bears North 49°25'58" East, a distance of 188.10 feet; South 37°07'33" West, a distance of 20.00 feet to the POINT OF BEGINNING and containing 3,219 square feet or 0.074 acres of land more or less. SURVEYOR'S CERTIFICATION I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning Practice and Licensure. a B BAIRD, HAMPTON & BROWN engineering and surveying 1 William D. Tate Ave, Ste 500 Grapevine, TX 76051 rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 E OF TF Robert A. Lee I ° 6895 Np SURv9OUj Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TEMP EASEMENT — JEN Texas.dwg EXHIBIT B Temporary Construction Easement 3,219 Square Feet or 0.074 Acres MEP & PRR Co Survey, E Section 17, Abst. No. 1131 City of Fort Worth, Tarrant County, Texas 1 LEGEND DRTCT......... Deed Records, Tarrant County, Texas IRF..............Iron Rod Found POB............ Point of Beginning \ POC............ Point of Commencing \ PRTCT......... Plat Records, Tarrant County, Texas \ \ TCE.............Temporary Construction Easement \ 6-9Ty O\ \ TXDOT........ 4" Brass Disc TXDOT Monument Found \ \0v F�Pj��Po3.s\ \I • \O? .o/p .yo\ JEN TEXAS 31, LLC \obi Fl/,y Ty\ DOC. NO. D221357190 DRTCT \09 FgsF\ lCE \ g8- 3219 Sq.Ft. > \ \ F 0.074 Ac �p� ��� o \ L2 oy \ OocCo,�ioQ F No gNy�FC \ o?/ 63,��e,FR O �T PIN 5/8" I R F LOT 3, BLOCK A PRAIRIE RIDGE ESTATES CAB. A, SLIDE 6168 PRTCT a B BAIRD, HAMPTON & BROWI\ engineering and surveying William D. Tate Ave, Ste 500 Grapevine, TX rlee@bhbinc.com • 817.251.8550 • bhbinc.com TBPE Firm #44 • TBPLS FIRM #10011302 N\ 0) �^ CID SURVEYOR'S CERTIFICATION Line Table Line # Direction Length L1 N52°33'23"W 36.38 L2 S83°44'47"W 34.76 L3 N50°06'52"W 40.42 L4 N39°52'57"E 42.00 L5 S37°07'33"W 20.00 e�/C Lq�i�y �Oly/O� TXDOT �\ tyq yJ NOTES Basis of bearing being U.S. State Plane Grid - Texas North Central Zone (4202) NAD83 as established using the AIITerra RTKNet Cooperative Network. Reference frame is NAD83(2011) Epoch 2010.0000. Distances shown are U.S. Survey feet displayed in surface values. I, Robert A. Lee, a Registered Professional Land Surveyor licensed in the State of Texas, do hereby declare that this survey is true and correct and was prepared from an actual survey made under my supervision on the ground. Further, this survey conforms to the general rules of procedures and practices of the most current Texas Engineering and Land Surveying Practice Acts and Rules Concerning Practice and Licensure. Date: March 18, 2025 OSTF'F�TF+� i 0. ��G\1�o'9S Robert A. Lee ..................... °p 6895 SUR"J'PU Drawing: E:\Survey24\400\007 Northside IV Water Transmission Main\Dwg\TEMP EASEMENT — JEN Texas.dwg GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 TT r r E N G I N E E R I N G NORTHSIDE IV 24" TRANSMISSION MAIN PHASE 1C SEGMENT 3 FORT WORTH, TEXAS TEXTERRA PROJECT NO. 24-16160 Prepared for: TNP 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 Attn: Mr. Taylor Gunderman, PE May 14, 2025 t .9 rTexTe r ra E N G I N E E R I N G May 14, 2025 Mr. Taylor Gunderman, PE TNP 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 Re: Geotechnical Study Northside IV 24" Transmission Main Phase 1C, Segment 3 From Hwy 81 to the intersection of Bonds Ranch Rd and N Saginaw Blvd Fort Worth, Texas TexTerra Project No. 24-16160 Dear Mr. Gunderman: TexTerra Engineering LLC (TexTerra) is pleased to submit our Geotechnical Report for the above referenced project. The geotechnical engineering services performed for this study were carried out in accordance with our subconsultant agreement dated December 18, 2023. This report presents our field investigation, laboratory testing, engineering analyses and recommendations. We appreciate the opportunity to be of service to you on this project. Please contact us if you have any questions or if we can be of further assistance. Sincerely, TEXTERRA ENGINEERING LLC Texas Engineering Firm License No. F-11302 Fadi N. Faraj, PE Senior Geotechnical Enginee 5/14/2025 Senior Staff Engineer TexTerra Engineering LLC 1 4720 Dozier Rd, Building C I Carrollton, Texas 75010 1 214-678-0022 TABLE OF CONTENTS Page 1 EXECUTIVE SUMMARY........................................................................................................1 2 INTRODUCTION.................................................................................................................. 2 3 PURPOSES AND SCOPE OF STUDY....................................................................................... 2 4 SITE GEOLOGY.................................................................................................................... 2 5 FIELD EXPLORATION........................................................................................................... 3 6 LABORATORY TESTING........................................................................................................ 4 7 DESCRIPTION OF SOIL AND GROUNDWATER CONDITIONS ................................................... 5 7.1 Subsurface Soil Conditions.................................................................................................................5 7.2 Groundwater...................................................................................................................................... 5 8 PAVEMENT DATA................................................................................................................ 6 8.1 Existing Pavement Thickness..............................................................................................................6 8.2 Sulfate Test Results............................................................................................................................. 6 9 TRANSMISSION MAIN RECOMMENDATIONS....................................................................... 7 9.1 General...............................................................................................................................................7 9.2 Geotechnical Design Parameters.......................................................................................................7 9.3 Modulus of Soil Reaction....................................................................................................................8 9.4 Pipe Systems Thrust Restraint............................................................................................................9 9.5 Pipe Embedment..............................................................................................................................10 9.6 Trench Backfill..................................................................................................................................11 9.7 Material Compatibility / Filter Fabric...............................................................................................12 9.8 Installation by Open -Cut Method.....................................................................................................12 9.9 Bottom Stability of Trenches............................................................................................................14 9.10 Lateral Earth Pressure....................................................................................................................14 9.11 Manhole Subgrade Preparation.....................................................................................................15 9.12 Bottom Stability at Manhole..........................................................................................................15 9.13 Construction Dewatering................................................................................................................16 9.14 Site Preparation..............................................................................................................................16 9.15 Select Fill.........................................................................................................................................17 10 STUDY CLOSURE.............................................................................................................. 18 TABLE OF CONTENTS PLATES VICINITYMAP.................................................................................................................................. 1 GEOLOGYMAP................................................................................................................................ 2 PLANOF BORINGS........................................................................................................................... 3 APPENDICES BORING LOGS AND KEY TO CLASSIFICATIONS AND SYMBOLS....................................................... A SULFATE TEST RESULTS................................................................................................................... B SOIL PH TEST RESULTS.................................................................................................................... C 1 EXECUTIVE SUMMARY A geotechnical study was conducted by TexTerra Engineering LLC (TexTerra) for the proposed Northside IV 24" Transmission Main Phase 1C Segment 3 in Fort Worth, Texas. Below is a summary of the findings of this study: • The site appears to be located within the Fort Worth Limestone and Duck Creek Formation undivided (mapped as kfd). The Fort Worth Limestone and Duck Creek Formation undivided are usually associated with streams and composed of clay soil deposits followed by limestone. • Subsurface conditions were explored by sampling 8 boring locations (B-1 thru B-8) to depths ranging between 15 and 25 feet below existing grade. • Laboratory tests were performed on selected samples retrieved from the borings to verify visual classification, determine material strata, and the engineering properties of the materials encountered. In addition, soluble sulfate tests and soil pH tests were performed on selected samples. • Groundwater was encountered in borings B-1, B-2, B-5 during drilling at depths ranging between 9 and 24 feet below existing grade. Groundwater levels should be expected to fluctuate throughout the year with variations in rainfall, runoff, the water levels in nearby surface water features, and other factors not evident at the time of the field services. • Sulfate testing per TEX-145-E was conducted on select samples, and the test results ranged from less than 100 ppm to 893 ppm. These values are considered acceptable and would allow the use of calcium -based additives. • Sandy soils were encountered in some borings. Also groundwater was encountered at a depth of 9 to 23 feet below existing ground surface in some of the borings. Therefore, caving of soils is likely. • Recommended geotechnical design parameters to be used for pipeline structures are provided in Section 9 of this report. Please note that this summary does not fully relay our findings and recommendations. Our findings and recommendations are only presented through our full report in its entirety. PAGE 1 1 www.TexTerra-Eng.com PROJECT NO. 24-16160 2 INTRODUCTION TexTerra was tasked by TNP to perform a geotechnical study for installation of approximately 21,500 LF of Northside IV 24" Transmission Main Phase 1C Pipeline in Fort Worth, Texas. The project limits are From Hwy 81 to intersection of Bonds Ranch Rd and N Saginaw Blvd. This report only covers Segment 3 of the alignment. A site vicinity map is included as Plate 1 in this report. 3 PURPOSES AND SCOPE OF STUDY The purpose of this study was to evaluate subsurface conditions to provide geotechnical recommendations for the installation of the proposed water pipeline. The study was conducted in the following phases: • Borings were drilled and sampled to evaluate the subsurface conditions at the boring locations. • Laboratory tests were conducted on selected samples recovered from the borings to evaluate the pertinent engineering characteristics of the subgrade materials. • Recommendations were developed for water pipeline installation. 4 SITE GEOLOGY Based on the Geologic Atlas of Texas, published by the Bureau of Economic Geology, the site appears to be located within Fort Worth Limestone and Duck Creek Formation undivided (mapped as kfd). The Fort Worth Limestone and Duck Creek Formation undivided are usually associated with streams and composed of clay soil deposits followed by limestone. PAGE 1 2 www.TexTerra-Eng.com PROJECT NO. 24-16160 5 FIELD EXPLORATION Subsurface conditions were explored by sampling 8 boring locations (B-1 thru B-8) to depths ranging between 15 and 25 feet below existing grade as shown on the Plan of Borings diagram, Plate 3. The boring locations were identified in the field by TexTerra personnel using site landmarks, maps, aerial photographs, and Google Earth phone application. The approximate boring coordinates were shown on the boring logs in Appendix A of this report. The borings were advanced between sample intervals using continuous flight auger drilling procedures. Relatively undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter Shelby tube samplers at the locations shown on the boring logs. The tube sampler consists of a steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. Other samples including granular or cohesionless soils were collected using Split Spoon Sampler in general accordance with ASTM D1586. The soil specimens were extruded from the Shelby tube or extracted from the split spoon sampler in the field, logged, tested for consistency with a hand penetrometer when applicable, sealed and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a % inch diameter piston is pushed into a relatively undisturbed sample at a constant rate to a depth of approximately % inch. The results of these tests are presented at the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Field and laboratory test results, sample depth, description, and soil classification based on the Unified Soil Classification System (ASTM D2487) are shown on the boring logs in Appendix A. PAGE 1 3 www.TexTerra-Eng.com PROJECT NO. 24-16160 Key to Classification and Symbols, and Unified Soil Classification System used on the boring logs are also presented in Appendix A. Groundwater observations during and at completion of drilling were made, and they are shown on the boring logs. Upon completion of drilling, the boreholes were backfilled with bentonite chips and the pavement was patched to match the existing pavement, where applicable. 6 LABORATORY TESTING The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and were later refined based on results of the laboratory tests performed. Laboratory tests were performed on selected samples retrieved from the borings to verify visual classification, determine material strata, and the engineering properties of the materials encountered. In addition, soluble sulfate and soil pH tests were performed on selected samples. All recovered soil samples were classified and described, in part, using the Unified Soil Classification System (USCS). Visual classification of soils was verified by index testing, including natural moisture content determinations, Atterberg limits, and gradation tests (percent passing the No. 200 Sieve). All testing was performed in general accordance with applicable TxDOT and/or ASTM procedures as follows: Table 1: Laboratory Tests Test Description Moisture Content Liquid Limit Plastic Limit Plasticity Index Unconfined Compression — Soil % Passing No. 200 Sieve Soil PH Test Soluble Sulfates TxDOT / ASTM Standard TEX-103-E / ASTM D2216 TEX-104-E / ASTM D4318 TEX-105-E / ASTM D4318 TEX-106-E / ASTM D4318 ASTM D2166 TEX-110-E / ASTM D1140 ASTM D4972 TEX-145-E www.TexTerra-Eng.com PAGE 1 4 PROJECT NO. 24-16160 Laboratory testing results are presented on the boring logs in Appendix A. Soluble sulfate test results are presented in Appendix B. Soil pH test results are presented in Appendix C of this report. 7 DESCRIPTION OF SOIL AND GROUNDWATER CONDITIONS 7.1 Subsurface Soil Conditions The various strata and their approximate depths and thickness are shown on the boring logs presented in Appendix A. The stratification boundaries shown on the boring logs represent the approximate locations of changes in types of soil; in -situ, the transition between material types may be gradual and indistinct. The subsurface soils encountered in the borings generally consist of alternating layers of clayey sand with gravel (SC), sandy lean clay (CL), lean clay (CL), fat clay (CH), sandy fat clay (CH), followed by tan weathered limestone then intact gray limestone. 7.2 Groundwater The borings were monitored during drilling for the presence of groundwater. The encountered groundwater depth is reported on the boring logs in Appendix A. Groundwater was encountered in borings B-1, B-2 and B-5 during drilling at depths ranging between 9 and 24 feet below existing grade. The following table summarizes the groundwater depth encountered in the borings: Table 2: Groundwater in Borings Boring No. Groundwater Depth Encountered (feet) B-1 24 B-2 9 B-5 19 Our scope did not include long-term observations of ground water or perched water conditions. In addition, it is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur following periods of drought or rainfall. Groundwater can be encountered above any of the less permeable soil at this site, creating a temporary perched water condition, PAGE 1 5 www.TexTerra-Eng.com PROJECT NO. 24-16160 particularly during wet periods of the year. Groundwater levels should be expected to fluctuate throughout the year with variations in rainfall, runoff, the water levels in nearby surface water features, and other factors not evident at the time of the field services. S PAVEMENT DATA 8.1 Existing Pavement Thickness The existing pavement was measured at 3 of the boring locations (B-4, B-5 and B-6). Various thicknesses of pavement sections were encountered, but it generally consisted of 3 to 8 inches of asphalt pavement followed by base material. For detailed description of subgrade material, please refer to the boring logs included in Appendix A. 8.2 Sulfate Test Results The sulfate content of subgrade soils has impacts on the use of calcium -based additives (lime, cement, and Class CS fly ash) to treat soils and bases. Sulfate heave is initiated when calcium - based additives are used to treat subgrade soils that contain sulfate minerals. The cause of heaving is due to the formation of ettringite minerals that contain large amounts of water in their structure and reach expansions approximately twice their volume. Ettringite is formed when clay minerals, which contain alumina and silica, combine with sulfate minerals, water, and calcium. The result of this reaction is the generation of crystals that can expand approximately 2 to 2.5 times their original volume. Sulfate testing per TEX-145-E was conducted on select samples, and the test results ranged from less than 100 ppm to 893 ppm. These values are considered acceptable and would allow the use of calcium -based additives. The sulfate test results are included in Appendix B of this report. PAGE 1 6 www.TexTerra-Eng.com PROJECT NO. 24-16160 9 TRANSMISSION MAIN RECOMMENDATIONS 9.1 General We understand that the project involves the installation of a 24" transmission main along the project alignment. We also understand that the water pipeline will be installed at invert depths between 5 feet to 20 feet below the existing ground surface. The manholes will have an invert depth of 15 to 20 feet below ground surface. 9.2 Geotechnical Design Parameters The following table represents our recommended geotechnical design parameters to be used for pipeline structures. These parameters are based on field and laboratory test data obtained from borings B-1 through B-8. Table 3: Geotechnical Design Parameters Boring No. Approximate Invert Depth (ft) Soil Description Dry Unit Weight (pcf) Shear Str. (psf) / Friction Angle (degree) Allowable Bearing Pressure (psf) B-1 5-11 Clayey sand with gravel (SC) 125 28 degrees 1,500 B-1 11-19 Weathered limestone 125 32 degrees 2,000 B-1 19-20 Limestone 135 >5,000 psf >4,500 B-2 5-7 Clayey sand with gravel (SC) 125 28 degrees 1,500 B-2 7-10 Weathered limestone 125 32 degrees 2,000 B-3 5-6 Sandy lean clay (CL) 125 1,000 psf 1,650 B-3 6-10 Weathered limestone 125 32 degrees 2,000 B-4 5-6 Sandy fat clay (CH) 125 1,000 psf 1,650 B-4 6-18 Weathered limestone 125 32 degrees 2,000 B-4 18-20 Limestone 135 >5,000 psf >4,500 B-5 5-6 Fat clay (CH) 125 1,000 psf 1,650 B-5 6-20 Weathered limestone 125 32 degrees 2,000 B-6 5-8 Fat/Lean clay with sand 125 1,000 psf 1,650 B-6 8-18 Weathered limestone 125 32 degrees 2,000 B-6 18-20 Limestone 135 >5,000 psf >4,500 B-7 4-16 Weathered limestone 125 32 degrees 2,000 B-7 16-20 Limestone 135 >5,000 psf >4,500 PAGE 1 7 www.TexTerra-Eng.com PROJECT NO. 24-16160 Shear Str. Approximate Soil Dry Unit (psf) / Allowable Boring No. Invert Description Weight Friction Bearing Depth (ft) (pcf) Angle Pressure (degree) (psf) B-8 5-8 Sandy fat clay (CH) 125 1,000 psf 1,650 B-8 8-13 Weathered limestone 125 32 degrees 2,000 B-8 13-15 Sandy fat clay (CH) 125 1,250 psf 2,000 B-8 15-20 Limestone 135 >5,000 psf >4,500 For pipelines that will be placed at an invert depth where soft foundation soils are encountered, we recommend over -excavating 3 feet below the base of the foundation and replacing with on - site soils compacted to at least 95% of ASTM D698 maximum dry density in loose lifts not exceeding 8 inches thickness. The bearing capacity recommendations assume the base of excavation is adequately dewatered and the bearing surface is relatively dry and undisturbed. An allowable coefficient of sliding resistance of 0.25 is recommended. Additional passive resistance can be developed by using a key beneath the foundation. An allowable passive resistance of 100 psf/ft is recommended against the face of the key. The foundation subgrade should be free of loose materials and water when the footing concrete is placed. Grain size distribution curves that can be used for D50 for scour analysis are included in the Hydrometer Test Results in Appendix F. 9.3 Modulus of Soil Reaction The design of flexible pipes requires the modulus of soil reaction of the native soil (En') in the trench wall as input. The En' values are based on empirical relationships to the soil consistency as defined by unconfined compression tests for cohesive soils. En' values for the native soils are presented in the following table. The En' values for short-term conditions in cohesive soils may be assumed to be 1.5 times the long-term values. These values are based on the soil data obtained at the boring locations only and may be used for the noted invert depth zone. PAGE 1 8 www.TexTerra-Eng.com PROJECT NO. 24-16160 Table 4: E'n Values Boring No. Approximate Invert Depth (ft) Soil Description Dry Unit Weight (pcf) Shear Str. (psf) / Friction Angle (degree) E'n Long Term (psi) B-1 5-11 Clayey sand with gravel (SC) 125 28 degrees 1,000 B-1 11-19 Weathered limestone 125 32 degrees 2,000 B-1 19-20 Limestone 135 >5,000 psf 3,000 B-2 5-7 Clayey sand with gravel (SC) 125 28 degrees 1,000 B-2 7-10 Weathered limestone 125 32 degrees 2,000 B-3 5-6 Sandy lean clay (CL) 125 1,000 psf 600 B-3 6-10 Weathered limestone 125 32 degrees 2,000 B-4 5-6 Sandy fat clay (CH) 125 1,000 psf 600 B-4 6-18 Weathered limestone 125 32 degrees 2,000 B-4 18-20 Limestone 135 >5,000 psf 3,000 B-5 5-6 Fat clay (CH) 125 1,000 psf 600 B-5 6-20 Weathered limestone 125 32 degrees 2,000 B-6 5-8 Fat/Lean clay with sand 125 1,000 psf 600 B-6 8-18 Weathered limestone 125 32 degrees 2,000 B-6 18-20 Limestone 135 >5,000 psf 3,000 B-7 4-16 Weathered limestone 125 32 degrees 2,000 B-7 16-20 Limestone 135 >5,000 psf 3,000 B-8 5-8 Sandy fat clay (CH) 125 1,000 psf 600 B-8 8-13 Weathered limestone 125 32 degrees 2,000 B-8 13-15 Sandy fat clay (CH) 125 1,250 psf 600 B-8 15-20 Limestone 135 >5,000 psf 3,000 9.4 Pipe Systems Thrust Restraint Thrust forces are generated in pressure pipes as a result of changes in pipe diameter, pipe direction or at the termination point of the pipes. Unbalanced forces within the pipes and unrestrained bends along the pipe could lead to separation of the pipe joints. For buried pipes, thrust restraint is achieved by transferring the thrust force to the soil structure outside the pipe. Various methods of thrust restraint are used including thrust blocks, restrained joints and encasement and tie -rods. When thrust blocks mobilizing lateral earth pressure are used to provide thrust restraint, the passive earth pressure can be calculated utilizing the equation below. We recommend a factor of safety of 2.0 be applied to the passive earth pressure. PAGE 1 9 www.TexTerra-Eng.com PROJECT NO. 24-16160 Pp at depth of z, = (y hi + y' h2) Kp + yw h2 + 2cKp where, • pp = passive earth pressure, psf. • y = Total unit weight of soil, pcf. • y' = Buoyant unit weight of soil, pcf. • yw = Unit weight of water, 62.4 pcf. • z = depth below ground surface for the point under consideration, feet. • h1= depth from ground surface to ground water table, feet. • h2 = z - hi, depth from ground water table to point under consideration, feet. • Kp = coefficient of passive earth pressure. • c = cohesion of clayey soils. The coefficient of passive earth pressure can be calculated utilizing the following equation. Kp = tan (45° + �/2) where, � = angle of internal friction (degree) Based on our boring logs, we recommend the following soil parameters: • Total Unit Weight = 125 pcf • Buoyant Unit Weight, y' = 60 pcf • Angle of Internal Friction, 30 degrees • Cohesion, c (psf) = 0 Thrust blocks should be placed against undisturbed soil. Where not possible, fill materials placed between the bearing surface and undisturbed soil should be compacted to a minimum of 95% of the maximum dry density as determined by ASTM D698. Due to variation of subsurface conditions, soils with different strengths and characteristics will likely be encountered at a given location. The soil resulting in the lowest passive earth pressure should be used for the design of the thrust blocks. 9.5 Pipe Embedment Pipe embedment includes pipe bedding and initial backfill. Pipe bedding is defined as the material on which the pipe rests. Initial backfill refers to the materials that covers the pipeline. PAGE 1 10 www.TexTerra-Eng.com PROJECT NO. 24-16160 Based on the soil borings, sandy fat/lean clays, clayey sands and weathered to fresh limestone will be encountered within the bedding zone. We recommend that pipe embedment be in accordance with Item 504.2.2 of North Central Texas Council of Governments (NCTCOG) standard specification. Standard and fine crushed stone aggregates are recommended as bedding material. These aggregates should meet the gradation requirements as specified in Table 504.2.2.1. (a) of North Central Texas Council of Governments (NCTCOG) standard specification. The initial backfill should consist of select or granular material. Granular material shall be free flowing, such as sand or hydraulically graded crushed stone fines, or mixed sand and gravel, or sandy loam. Select materials can be gravel, fine stone cuttings (less than 2 inches in any dimension), sand, sandy loam or loam free from excess clay. The excavations should be performed with equipment capable of providing a relatively clean bearing area. Stable soils are essential to provide a strong base during construction. In addition, stable soils enhance trench bottom stability, support for bedding compaction, and minimize possible pipe settlement. Whenever soft foundation soils are encountered during trench excavation we recommend overexcavating 3 feet below the base of the foundation and replacing with on -site soils compacted to at least 95% of maximum dry density in loose lifts not exceeding 6 inches. We recommend the initial backfill be placed 12 inches over the top of the pipe. Compact bedding and backfill material should be laid in 6-inch lifts to 95% of standard proctor (ASTM D698) maximum dry density. The required moisture content shall be at not less than 2% below nor more than 4% above the optimum moisture of the material. The bottom of the excavation should be dry before the placement of the pipe. If required, we recommend groundwater control be implemented, to achieve stable trench conditions and a satisfactory foundation base. 9.6 Trench Backfill Trench zone backfill is that portion of trench backfill that extends vertically from the top of pipe embedment up to pavement subgrade or up to final grade when not beneath pavement. It is common practice to use the material excavated from the trench as trench backfill regardless of the plasticity index of the soil excavated from the trench. The trench backfill should not have stones or rocks larger than 3 in. (75 mm) in diameter for mortar -coated pipes, and 3/4 in. (19 mm) in diameter for dielectric -coated pipes. The material should also be void of organics. The trench backfill shall be mechanically compacted to the top of the subgrade in 8 inch loose lifts to at least 95% of standard proctor (ASTM D698) maximum dry density between 0 and +2 PAGE 1 11 www.TexTerra-Eng.com PROJECT NO. 24-16160 percentage points of the optimum moisture content. For trenches located under pavement or other loading conditions, backfill material may consist of the excavated in -situ soils or imported material so long as the liquid limit shall not exceed 35, and the plasticity index shall not exceed 15 when tested in accordance with ASTM D 4318 and when compaction procedure includes mechanical compaction. These materials should meet the requirements of Item 504.2.3.3 Type "B" Backfill of North Central Texas Council of Governments (NCTCOG) standard specification. Alternatively, flowable backfill or modified flowable backfill material can be used for trench backfill purposes as long as these materials meet the requirements of Item 504.2.3.4 Flowable Backfill and Item 504.2.3.5 Modified Flowable Backfill of NCTCOG Standard Specification, respectively. The trench backfill shall be mechanically compacted to the top of the subgrade in 6 inch loose lifts to at least 95% of standard proctor (ASTM D698) maximum dry density between 0 and +2 percentage points of the optimum moisture content. Trenches that are located partially within the limit of one foot from streets or curbs should be uniformly backfilled according to the paved area criteria. 9.7 Material Compatibility / Filter Fabric The embedment material must be compatible with the materials in the trench bottom, walls, and trench backfill so that particle migration from, into, or through the embedment is minimized. Particle migration can occur when open -graded material is placed adjacent to a finer material like silt. Under the action of hydraulic gradient from groundwater flow, fines may migrate into the coarser material. The gradation and relative size of the embedment and adjacent materials must be compatible in order to minimize migration. If native excavated clay is used for final backfill, one option to prevent particle migration is to use a filter fabric envelope between the initial backfill, and the trench bottom, walls and backfill, conforming to TxDOT Specification DMS- 6200. 9.8 Installation by Open -Cut Method Excavations should satisfy two requirements. First, the soils above final grade must be removed without disturbing the soil below excavation grade, which will support constructed facilities. Second, the sides of the excavation must be stable to prevent damage to adjacent streets and facilities as a result of either vertical or lateral movements of the soil. In addition, a satisfactory PAGE 1 12 www.TexTerra-Eng.com PROJECT NO. 24-16160 excavation procedure must include an adequate construction dewatering system to lower and maintain the water level at least a few feet below the lowest excavation grade. Excavations shall be shored, laid back to a stable slope or some other equivalent means may be used to provide safety for workers and adjacent structures. Assessment of the need for excavation sloping, use of trench boxes or other measures required providing a stable excavation and the use of appropriate construction practices and/or equipment is the contractor's responsibility. The following comments are intended to represent common solutions to stability problems encountered in similar soil conditions in North Texas, and may not be construed as excavation system design recommendations. The excavation operations shall be performed in accordance with OSHA 29 CFR Part 1926 subpart P, as amended, including rules published in the Federal Register, Vol. 54, No. 209, dated October 31, 1989, as a minimum. In addition, the provisions of legislation enacted by the Texas Legislature should be satisfied. Trenches that are deeper than five feet deep should be appropriately sloped and protected in accordance with OSHA 29 CFR Part 1926. The encountered soil types based on OSHA 29 CFR Part 1926 Subpart P App. A are given below: Table 5: OSHA SOIL TYPES Boring No. OSHA SOIL CLASSIFICATION by Depth 0-5ft 5ft-10ft 10ft-15ft 15ft-20ft B-1 C C C C B-2 C C C - B-3 C C C - B-4 C C C C B-5 C C C C B-6 C C C C B-7 C C C B B-8 C C C B The planned construction will be performed along alignments near existing utility installations (either crossing or paralleling the new alignments). The contractors should be aware of potential PAGE 1 13 www.TexTerra-Eng.com PROJECT NO. 24-16160 excavation stability problems while working in the vicinity of old trenches and the excavation system should be designed to accommodate this weak material (trench backfill). The vertical walls of excavations should be located a safe distance from existing utilities in order to prevent movement in the soil mass behind the excavation that may adversely affect the utilities. We recommend that the horizontal distance should be 4 feet between the existing pipeline and proposed pipeline, and vertical depths should be determined based on the slope configurations in OSHA 29 CFR Part 1926. The difficulty of excavation will increase with depth. Soft weathered rock can generally be ripped with backhoes fitted with rock teeth. However, rock excavation methods may be required in the intact limestone encountered in the borings. These methods could include hoe rams, back hoes with rock excavation buckets, and pneumatic hammers. Excavation of the rock is expected to be difficult and time consuming. 9.9 Bottom Stability of Trenches During the subsurface exploration, groundwater was encountered in three of the borings; therefore, groundwater levels are anticipated to be within the pipe invert depth. However, groundwater levels during main excavation may be different than what was encountered during our geotechnical site exploration, due to site variations and seasonal groundwater level fluctuations. If excavations extend below the groundwater level and the soils at or near the bottom of the excavation are mainly sands, silts, or low plasticity clays, the bottom can fail by blow-out (boiling) at the bottom when a sufficient hydraulic head exists. The potential for boiling or in -flow of granular soils increases where the groundwater is pressurized. If the braced excavation terminates in granular soils below groundwater, we recommend the groundwater table be lowered to at least 2 feet below the excavation to reduce the potential of bottom boiling. 9.10 Lateral Earth Pressure Water pipelines will be subjected to lateral pressures from soil backfill. Lateral earth pressures will be influenced by structural design, conditions of the side wall restraint, methods of construction and/or compaction, the type of materials being retained, and drainage conditions. Side walls that will be restrained from movement and rotation (rigid) should be designed using PAGE 1 14 www.TexTerra-Eng.com PROJECT NO. 24-16160 at -rest earth -pressures. The equivalent fluid pressures (triangular distribution) may be used for horizontal backfill. To design for a drained condition, the wall must include an adequate drainage system. Design lateral pressures may be calculated for each backfill type using the following equivalent fluid densities for drained or undrained level backfill: Equivalent Fluid Pressure Equivalent Fluid Pressure Equivalent Fluid Pressure (Drained) (Undrained) Backfill Type At -rest Active At -rest Active (rigid), pcf (flexible), pcf I (rigid), pcf (flexible), pcf Sandy Clay or Select Fill (PI<_20) 70 50 100 90 On -site Sand, Bank Sand, Gravel, or 55 35 90 80 Cement Stabilized Sand Cohesive Soil (PI>_20) 90 70 110 100 9.11 Manhole Subgrade Preparation Before installation of the manhole structure, the subgrade should be prepared per the following recommendations. • Excavate the on -site soil to the intended manhole structure bottom elevation. OSHA regulations should be followed when excavating on -site soil. The contactor should determine proper excavation means and methods. • Anticipated settlement of the manhole structure is on the order of 1 inch. We recommend the use of flexible pipe connections at the manhole to accommodate potential differential movements. • A qualified representative of the geotechnical engineer should observe excavations and subgrade preparation of the manhole structures and verify earthwork. 9.12 Bottom Stability at Manhole Groundwater was encountered during or immediately after drilling at some of the boring locations; therefore, groundwater levels are anticipated to be within the manhole embedment depth. Excavations extending below the groundwater level and if the soils at or near the bottom of the excavation are mainly sands, silts or low plasticity clays, the bottom can fail by blow-out PAGE 1 15 www.TexTerra-Eng.com PROJECT NO. 24-16160 (boiling) at the bottom when a sufficient hydraulic head exists. The potential for boiling or in -flow of granular soils increases where the ground water is pressurized. If the braced excavation terminates in granular soils below ground water, we recommend the ground water table be lowered to at least 2 feet below the bottom elevation of excavation to reduce the potential of bottom boiling. 9.13 Construction Dewatering Based on the available groundwater information, shallow groundwater may be present during construction at the project site for pipeline and manhole structure installation. If shallow groundwater is present at sites where clay soils are exposed within the excavation depths, we anticipate the groundwater re -charge rate may be slow enough to conduct excavation dewatering with conventional sumps and "trash" pumps. However, at sites where foundation excavation bottom extends into water -bearing sand soils or bedrocks, the groundwater re -charge rate may be too high to manage with conventional sumps and pumps. For those sites, a dewatering system with well points or eductors may be needed to draw down the groundwater table. Without effective dewatering, the subsurface materials at excavation bottom may become unstable. Dewatering means and methods are the responsibility of the contractor. A dewatering contractor should be consulted to evaluate the need for dewatering with well points, and to determine the layout and depth of the dewatering well points or eductors, based on the available geotechnical information. In general, we recommend the groundwater table be lowered to a minimum of 2 feet below the bottom of the excavation. After the water table is lowered by dewatering, consideration can be given to using a 12-inch thick layer of large crushed rock materials (less than 6 inches in maximum overall nominal diameter) at the excavation bottom which can then be capped off with compacted granular structural fill to establish a stable platform for construction. 9.14 Site Preparation Any abandoned utility lines extending beneath the proposed pavement should be removed and properly disposed. Abandoned utilities that are not removed represent a risk to future pavement performance; if the lines are abandoned in place, they should be fully grouted and capped so that they do not provide a ready conduit for water. PAGE 1 16 www.TexTerra-Eng.com PROJECT NO. 24-16160 All concrete, trees, stumps, brush, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and disposed of properly. It is the intent of these recommendations to provide a loose surface with no features that would prevent uniform compaction by the equipment to be used. All areas to be filled should be disced or bladed until uniform and free from large clods. Soils should be brought to the proper moisture content and compacted as indicated in the fill placement table below. Fill Placement Criteria Plasticity Compaction Density Moisture Item Description Requirement Standard Requirement Requirement 95% to 100% -2 to 4% above General On -site soils None ASTM D698 of maximum optimum grading dry density moisture Optimum 95% to 100% moisture to 4% Imported General Liquid Limit ASTM D698 of maximum above general fill grading less than 50 dry density optimum moisture Optimum 95% to 100% moisture to 4% Select fill 7< PI < 20• Structural fill ASTM D698 of maximum above (soils) LL <_ 35 dry density optimum moisture Select fill Per TxDOT Minus 2% to Item 247, 95% to 100% (crushed rock Plus of Structural fill Type A or C, ASTM D698 of maximum or recycled m optimum Grade 1-2 or dry density concrete) moisture 5 95% to 100% Above Lime treated Pavement PI <_ 15 ASTM D698 of maximum optimum subgrade support dry density moisture Adequate Cement 95% to 100% moisture to treated Pavement None ASTM D698 of maximum complete subgrade support dry density chemical reaction 9.15 Select Fill Select fill should consist of a clean material meeting the criteria listed in the table above. Select fill should have a moisture content within the specified range, be placed in loose lifts less than 8 PAGE 1 17 www.TexTerra-Eng.com PROJECT NO. 24-16160 inches thick, and compacted as indicated in the fill placement table. Fill should be placed in level, uniform layers, and compacted to the recommended density at the proper moisture content. Each lift should be thoroughly mixed during spreading to increase uniformity of the layer. Lime or cement treated on -site soils may be used as select fill, provided the PI of the treated material meets the specifications for select fill. The actual percentage of lime or cement should be determined during construction by testing the exposed final subgrade. Crushed limestone or recycled concrete may also be used as select fill, provided it meets the criteria above. The material should have a moisture content within the specified range, be placed in loose lifts less than 8 inches thick, and compacted as indicated in fill placement table. 10 STUDY CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site with little variance beyond that found by the borings. If different subsurface conditions from those encountered in our borings are observed or appear to be present in excavations, TexTerra should be notified promptly so that these conditions can be evaluated and our recommendations can be reassessed as may be necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, TexTerra should be promptly informed and retained if necessary if the changed conditions warrant review and reassessment. This report has been prepared for the exclusive use of the client and their designated agents for specific application to design and construction of this project. We have exercised a degree of care and skill meeting or exceeding that ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. The engineering services and solutions provided herein are considered advanced, and while design and construction controls are improved, no warranty, expressed or implied, can be made or intended. PAGE 1 18 www.TexTerra-Eng.com PROJECT NO. 24-16160 PLATES .,R 75 Approximate iOa'IOK Site Location -Ha Ok ` ! *'; ►� v. *_ O eft Dite ,k or F tO Fez:# ale du�r�a" �{ 5 .� '• - '�' '—, � �-? ��� �� }Tk__;' �. .t. s yam•- y , +� p s�- Sag lnavr # ;• Lake Wor'th hItf?x ett er7 rlt , ,< For,94 tM II L FP roximate Location Kid F] *SCAE: Plate 2 PROJECT NO: 24-16160 GEOLOGY MAP TexTe r r a Northside IV 24 Transmission Main Phase I Pipeline DRAWN BY: HK DATE: 1/20/2025 Intersection of BUS 287 and N Saginaw Blvd to Intersection of N E N G I N E E R I N G Saginaw Blvd and Bonds Ranch Rd Fort Worth, Texas APPROVED BY: FF DATE: 1/20/2025 is MWwwqw, ---A� N . , qrw AN vr" !` i. a} f f ti s, 1 - { I - T r iX f f r; f �• � 4 ti� ..u.o9 Jum -16 Plate 3-b PROJECT NO: 24-16160 PLAN OF BORINGS TexTe r r a Northside IV 24 Transmission Main Phase 1C Pipeline DRAWN BY: HK DATE: 1/20/2025 Intersection of BUS 287 and N Saginaw Blvd to Intersection of N Saginaw Blvd E N C I N E E R I N C and Bonds Ranch Rd APPROVED BY: FF DATE: 1/20/2025 Fort Worth, Texas I. cm A Plate 3-c PROJECT NO: 24-16160 ifE PLAN OF BORINGS TexTe r r a Northside IV 24 Transmission Main Phase 1C Pipeline DRAWN BY: HK DATE: 1/20/2025 Intersection of BUS 287 and N Saginaw Blvd to Intersection of N Saginaw Blvd N C I N E E R I N C and Bonds Ranch Rd Fort Worth, Texas APPROVED BY: FF DATE: 1/20/2025 Log Project No. B-1 24-16160 Northside IV 24 Main Phase 1C Pipeline Boring Location 287 Hwy and Bonds Ranch Rd Fort Worth Fort Worth, Texas TexTe rra Latitude Water Level Observations (feet) Date ifE N C I N E E R I N G 32.958950 N While Drilling SZ 24 12-10-24 Longitude -97.408050 W At Completion Not Observed N y c N L Q, iss � O tl F O a U) °' E :6 a=iQ a W c o rn N y N a '-' Z .d. J _= a •N y .a) a N LL-PL-PI = w C O y r N o M o — 3 rn ? s °' o H Q- C a •° C N d O a co U End of Day Not Measured a d, N T ~ s rn O ;� w Stratum Description 5 10 15 20 CLAYEY SAND WITH GRAVEL - dark brown, organic roots @ 6' and 8', very stiff to hard Q 4.5+ 39 50-16-34 9 4.5+ 10 4.5+ 9 36 43-13-30 12 3.50 17 WEATHERED LIMESTONE - tan, soft to hard 50/5" 50/1" LIMESTONE - gray, hard 50/.5" 50/.25" 42-50/2" 14 25 Boring Terminated at Approximately 25 Feet Material boundaries areapproximate; in situ, transitions may be gradual. Driller: SKG Drilling Method: Continuous Flight Augers Plate A. Log Project No. B-2 24-16160 Northside IV 24 Main Phase 1C Pipeline Boring Location 287 Hwy and Bonds Ranch Rd Fort Worth Fort Worth, Texas TexTe rra Latitude Water Level Observations (feet) Date ifE N C I N E E R I N G 32.956100 N While Drilling SZ 9 12-10-24 Longitude -97.410610 W At Completion Not Observed N y c N L Q, s � O tl F O a U) °' E :6 a=iQ a W c o rn N y N a '-' Z .d. J _= a •N y .a) a N LL-PL-PI = w C O y y N o M o — 3 rn ? s °' o H Q- C a •° C N O a co U End of Day Not Measured Q d, E N T ~ Q rn O ;� w Stratum Description 5 10 CLAYEY SAND WITH GRAVEL - dark brown, shelby tube refused @ 2', medium dense to very dense 4.5+ 13 122 4,200 10-4-6 N=10 46 81-18-63 14 4-4-17 N=21 24 35-16-50/1" 49 49-14-35 16 WEATHERED LIMESTONE - tan, soft to hard 50/.5" 50/.25" 50/.75" 50/.25" 15 Boring Terminated at Approximately 15 Feet Material boundaries areapproximate; in situ, transitions may be gradual. Driller: SKG Drilling Method: Continuous Flight Augers Plate A. Log Project No. B-3 24-16160 Northside IV 24 Main Phase 1C Pipeline Boring Location 287 Hwy and Bonds Ranch Rd Fort Worth Fort Worth, Texas TexTe rra Latitude Water Level Observations (feet) Date ifE N C I N E E R I N C 32.953030 N While Drilling Not Observed 12-10-24 Longitude -97.413390 W At Completion Not Observed N y c N L Q, iss � O tl F O a U) °' E :6 a=iQ a W c o rn N y N a '-' Z .d. J _= a •N y .a) a N LL-PL-PI = w C O y y N o 2 o — 3 rn ? s °' o H Q- C a •° C N d O a co U End of Day Not Measured Q d, E N T ~ Q rn O ;� w Stratum Description 5 10 CLAYEY SAND WITH GRAVEL - dark brown, hard 4.5+ 26 33-12-21 7 4.5+ 11 118 4,200 SANDY LEAN CLAY - light brown, very stiff 2.50 51 38-13-25 14 WEATHERED LIMESTONE - tan, soft to hard 50/.5" 50/.25" 50/.25" 50/.25" 50/.5" 50/.25" 15 Boring Terminated at Approximately 15 Feet Material boundaries areapproximate; in situ, transitions may be gradual. Driller: SKG Drilling Method: Continuous Flight Augers Plate A. Log Project No. B-4 24-16160 Northside IV 24 Main Phase 1C Pipeline Boring Location 287 Hwy and Bonds Ranch Rd Fort Worth Fort Worth, Texas TexTe rra Latitude Water Level Observations (feet) Date ifE N C I N E E R I N C 32.950220 N While Drilling Not Observed 12-10-24 Longitude -97.415980 W At Completion Not Observed N y c N L a, is s � O tl F O a- U) °' E :6 aa) 4)i a W c o rn N y N a '-' Z .d. J _= a •N y M 2 a N LL-PL-PI = w C O y r N o M o — 3 rn ? s °' o H Q- C a •° C N d O a c o U End of Day Not Measured a a, N T ~ s N O ;� w Stratum Description 5 10 15 20 ASPHALT - 8 inches SANDY FAT CLAY - dark brown, very stiff to hard 2.00 53 68-17-51 17 110 5,200 4.5+ 9 WEATHERED LIMESTONE - tan, soft to hard 50/.5" 50/.25" 50/.5" 50/.25" LIMESTONE - gray, hard 50/1" 50/.25" 50/.25" 50/.25" 25 Boring Terminated at Approximately 25 Feet Material boundaries areapproximate; in situ, transitions may be gradual. Driller: SKG Drilling Method: Continuous Flight Augers Plate A. Log Project No. B-5 24-16160 Northside IV 24 Main Phase 1C Pipeline Boring Location 287 Hwy and Bonds Ranch Rd Fort Worth Fort Worth, Texas TexTe rra Latitude Water Level Observations (feet) Date ifE N C I N E E R I N C 32.950210 N While Drilling SZ 19 12-10-24 Longitude -97.416460 W At Completion Not Observed N y c N L Q, ia.0 � O tl F O a U) °' E :6 a=iQ a W c o rn N y N a '-' Z .d. J _= a •N y �.a) a N LL-PL-PI = w C O y r N o M o — 3 rn ? s °' o H Q- C a •° C N d O a co U End of Day Not Measured S a d, N T ~ s N O ;� w Stratum Description 5 10 15 2 ASPHALT - 3 inches FAT CLAY - dark brown, shelby tube refused @ 6', very stiff 2.75 30 94 5,200 2.50 95 75-24-51 29 WEATHERED LIMESTONE - tan, soft to hard 50/.25" 50/.25" 50/.5" 50/.25" 50/.25" 50/.25" LIMESTONE - gray, hard 50/.25" 50/.25" 25 Boring Terminated at Approximately 25 Feet Material boundaries areapproximate; in situ, transitions may be gradual. Driller: SKG Drilling Method: Continuous Flight Augers Plate A. Log Project No. B-6 24-16160 Northside IV 24 Main Phase 1C Pipeline Boring Location 287 Hwy and Bonds Ranch Rd Fort Worth Fort Worth, Texas TexTe rra Latitude Water Level Observations (feet) Date ifE N C I N E E R I N C 32.950220 N While Drilling Not Observed 12-10-24 Longitude -97.420580 W At Completion Not Observed N y c N L a, is s � O tl F O a- U) °' E :6 aa) 4)i a W c o rn N y N a '-' Z .d. J _= a •N y M 2 a N LL-PL-PI = w C O y y N o M o — 3 N ? s °' o H Q- C a •° C N d O a c o U End of Day Not Measured Q a, E N T ~ Q rn O ;� w Stratum Description 5 1 15 20 ASPHALT - 4 inches FAT CLAY WITH SAND - dark brown, very stiff 4.00 82 73-25-48 25 96 5,800 LEAN CLAY WITH SAND - light brown, very dense 4.5+ 10 4.5+ 74 45-14-31 17 5-50/4" 10 WEATHERED LIMESTONE - tan, soft to hard, spt refusal at 13' 50/0" 50/2.5" 50/1" LIMESTONE - gray, hard 50/.25" 50/.25" 50/1.5" 50/.75" 25 Boring Terminated at Approximately 25 Feet Material boundaries areapproximate; in situ, transitions may be gradual. Driller: SKG Drilling Method: Continuous Flight Augers Plate A. Log Project No. B-7 24-16160 Northside IV 24 Main Phase 1C Pipeline Boring Location 287 Hwy and Bonds Ranch Rd Fort Worth Fort Worth, Texas TexTe rra Latitude Water Level Observations (feet) Date ifE N C I N E E R I N C 32.950290 N While Drilling Not Observed 12-11-24 Longitude -97.422100 W At Completion Not Observed N y c N L a, is s � O tl F O a- U) °' E :6 aa) 4)i a W c o rn N y N a '-' Z .d. J _= a •N y M 2 a N LL-PL-PI = w C O y r N o M o — 3 rn a s °' o H Q- C a •° C N d O a c o U End of Day Not Measured S a a, N T ~ s rn O ;� w Stratum Description 5 10 15 20 FAT CLAY WITH SAND - dark brown, very stiff 2.75 70 61-20-41 15 2.25 20 113 8,400 WEATHERED LIMESTONE - tan, soft to hard 50/3" 26 50/2.25" 50/1.75" 50/1.5" 50/.25" LIMESTONE - gray, hard 50/.25" 50/.25" Ap 50/.5" 50/.25" 25 Boring Terminated at Approximately 25 Feet Material boundaries areapproximate; in situ, transitions may be gradual. Driller: SKG Drilling Method: Continuous Flight Augers Plate A. Log Project No. B-8 24-16160 Northside IV 24 Main Phase 1C Pipeline Boring Location 287 Hwy and Bonds Ranch Rd Fort Worth Fort Worth, Texas TexTe rra Latitude Water Level Observations (feet) Date ifE N C I N E E R I N C 32.950430 N While Drilling Not Observed 12-11-24 Longitude -97.423730 W At Completion Not Observed N y c N L a, is s � O tl F O a- U) °' E :6 aa) 4)i a W c o rn N y N a '-' Z .d. J _= a •N y M 2 a N LL-PL-PI = w C O y r N o M o — 3 rn ? s °' o H Q- C a •° C N d O a c o U End of Day Not Measured a a, N T ~ s rn O ;� w Stratum Description 5 1 15 20 SANDY FAT CLAY - dark brown, very stiff to hard 2.25 54 75-21-54 20 103 4,200 50/6" 22 9-10-12 N=22 10 50/2" 15 WEATHERED LIMESTONE - tan, soft to hard 50/.25" 50/.25" SANDY FAT CLAY - dark brown, hard 11-50/2" 87 52-17-35 15 LIMESTONE - gray, hard 4p 50/.25" 50/.25" 15-50/3" 11 25 Boring Terminated at Approximately 25 Feet Material boundaries areapproximate; in situ, transitions may be gradual. Driller: SKG Drilling Method: Continuous Flight Augers Plate A. SOIL OR ROCK TYPESp% Cylr - Undocumented Fill Well -Graded Sand (SW) 11-43rr Clay (CL) :a'-, CIayeySand (SC) DzKILLING 4ND SAMPLIFA ; METH&as - •f Gravelly Lean Clay (CL) =Well -Graded Gravel ( W) Fat Clay (CH) w4marl .^.pi1 Texas spow Care rav61V Fat Clay (CH1 eathere Shale F. Clayey Gravel (GC) ® alc Silt (AIL} Weat red Imes tor :- Poorly -Graded Sand (SP) TERMS DESCRIBING CONSISTENCY, CONDI-TION. AND STRUCTURE OF SOIL �+ Fine Craned Sols Consiiste� Pera dmomfer Reading, ttsf) Unconfined Campresskn [pso Ver) 00t -G 0-5 _ 10m :ral'C 0. S tD I A 1 Olk 71D 21015 Flrm 1.0132.0 2DM iDAMO mZ6 20 to 4-01 4WD 10 V= VeyHim r 4-0 - a0m Cow rkai wd So y&L-%t PowjsmA Cm He k+j Permtrabon 6msmtmx* DescZptipdy" DOnO by 4 Vey -aase 0 to 20% 4 W 10 L046JA� 2010 40% 10 to 0 YealLm Dense 4010 70% m to 94 NZASE 70 to W% Older sa vm a 50 W 10M6 Sod Structure cawreom C+w*lilim 3ppreojo* oepma"b or GJWAWn Gamonaw. general) nD*Lo ar Ct#. ,Vded Havt19 "chied plar%ofoeAr y tW. ate Vlot and gloW M appeara oe LWnrlzied Caatipored ar Vnn 12�LIM or V"g ODW or tW;LP-e F%4LVM ovr;.airm aa=, SaTeames rs m wxn -ne 6wa or sir Inlerbemed Cam owed or Biter^ra-Ad 0em or dlrewt sal tom, lauatry In 3p.0mlr102DVy equal PAVOromr. TERM DESMIRING PHYSICAL, PROPERTIES OF FROCK Hardness and Degre-e of Cenw�ntatian Ver) �;Dr 1xt1C Cantie r12n` 4ed Ir 4an0: LDrrmwa n CCmS envy up W 4dA 11 Ws i0C can De sora'C -.'Alin ltnge-T3I; r.Iod-erxely Hwd Can tIF srara clew early voin krY?; carnoc Cq� &cra med WIDfingernat Ham DMDJt.'0 wraM "We V'efy `iard Cannot De sazww Arm to re - Poorly cewmwd or Fr3Ve E39IY dU{rYs m cerrw.,kd eorrla W-Per by C emnary p vap aoea mrawur; cwrs, ealc3e. daorrs:e, sjlenae, am -W oxKje are wi.'1nw t*r-��rg rmlerala. Degrre of Vkatilereng unwa " In mi natk" 514m Wore W" e) mw to air4&ptr c a ds Iglmy weam rm Now pre4arrrnancy zpy wardrderge Wr h no a4ol, E *0 zones Weak 0mr'Ip" w r "nge w m zon 6 V s. Mgr W 9e xr pQW rD3 e r er," wenwed Comp►ma oo+ar ch3rrge -&M corr6lsterq. ierve an ; general appexanoe appMJVWN E.-I KEY TO CLASSIFICATION AND .SYMBOLS PLATE A-13 Grp_ Laboratory Classifhcatior« Major Divispons Sym Typical Names mitt" ca � UYell graded gravels, Terra W gavel -sand mintures_ Lo little or no fines u] ,V Poorly graded gravels, 0 t (3 u GP gravel -sand mixtures, Not m&cwing .all gradsijon r"uimments N 0 little of no fines as for G'N (n y 8 ' CL Liquid and plastic ux Silty gravels, gavel - cn rry � Liquid and Plastic limits a M limits plotting in 0 sand - silt mixtures � M -M below 'A" line or P.I. m c cn CO - hatc#�ed carte W� r z A= I greater than 4 between 4 and 7 -0 IL Liquid and PLastic limits are borderline a+ CL 0 clayey gravels. gravel I= oases rae uirin e a CC � � ,abvv� A line with P.I. � 9 us E - sand - day mWUTes � I ; T greaterth.an 7 a#dual sym6cls Ca CP a er, SW Well graded sands, 4 0 gravelly sands, Tittle or C-.= greaterft2n 9- Cj Y dd hie-+ ? arc 3 o lapro fines 4 re Poorly graded sands. *' No' rrre-sling all graatron requirements ,o 05 SP ravelly sands, little or o % for s as s - r o fines ' r o C , Silty sands, sand silt Liquid and Plastic limits Liquid and plastic, c �'SM mixtures' +a below "A" line or P.I. limits plotting w r i less than 4 between 4 and r � LP��. are borderline X Clayey sands. sand � � J M Liquid and Plastic 1;mits cases mquinn 9 use C SC above "A" line with I�_1_ clay mixtures J ofduaI symbols greater than 7 F r-crgmic srn5 ana verytnne +, NIL 5. 1C'S, "X* 1 , Sky or d s,3rrds, or days ?c sibs wEh sl LO ! rbrga , days of low In e= C C L need'rn 03st6ty, F-- Y , days, 5W* d3r, s _ d days CrUmt saes am organoc O L s�tyclaysc�flawplasczty 40 Inorganic sits. rnkaceaus MH erdry fine 30 or 5ifty soi6, ellixzc stm Aso days ar Ingh 20 a Plasticity, tat days J t O � of rrr�dilRn Ao GM rc Sits C Peat odwe higttyr organic scis t0 20 30 40 50 50 TO 60 X I0� PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A-14 9 9 , Soluble Sulfates (TEX-145-E) SOLUBLE SULFATE TEST RESULTS Northside IV 24 Main Phase 1 C Pipeline 287 Hwy and Bonds Ranch Rd Fort Worth, Texas TexTerra Project Number: 24-16160 Boring Depth (feet) Sulfates (ppm) B-1 0-2 100 B-2 0-2 267 B-3 0-2 100 B-4 2-4 100 B-5 2-4 127 B-6 1-3 100 B-7 0-2 100 B-8 0-2 100 B-14 2-4 893 B-16 0-2 100 B-17 0-2 100 B-18 2-3.5 100 B-19 0-2 100 B-20 0-2 100 B-21 0-2 100 B-22 0-2 100 APPENDIX C TTexTerra E N G I N E E R I N G PH Test for Soils ASTM # /TxDOT#: Project No.: 24-16160 Project Name : Northside Pipeline Fort Worth Description : Sample Weight: Date 1 /16/2025 Boring Depth PH Reading Temp. (C°) B-1 0-2 8.63 21.90 B-2 0-2 8.95 21.00 B-3 0-2 8.70 21.40 B-4 2-4 8.50 21.30 B-5 2-4 8.44. 21.30 B-6 1-3 8.18 21.50 B-7 0-2 8.32 21.30 B-8 0-2 8.07 21.20 B-14 2-4 8.49 21.20 B-16 0-2 8.50 21.40 B-17 0-2 8.29 21.40 B-18 2-3.5 8.48 21.40 B-19 0-2 7.70 21.40 B-20 0-2 8.47 21.50 B-21 0-2 8.42 21.60 B-22 0-2 8.38 21.10 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 fNARS ENGINEERS, INC. UTILITY INVESTIGATION REPORT COUNTY: Tarrant PROJECT: City of Fort Worth — Northside IV 24-inch Water Transmission Main, Phase 1C LIMITS: Specified Locations along the Project Corridor CONSULTANT: ARS Engineers, Inc. CONTRACT/WA: FTW23548 s ?�... qF *_. * ► JANE M. BRATCHER �J ..........,. ��■ Jel 5 �0NAL F G� Table of Contents Title Sheet Table of Contents Introduction ARS ENGINEERS, INC. 1 2 3 Data Limitations 4 Definitions/Special Acronyms 6 Specific Scope/Description of Project/Timeline 9 Test Hole Issues 10 Appendix A (Survey Control) A-1 Appendix B (Photo Documentation — Limited to Issues) B-1 Appendix C (811 Ticket Information) C-1 Appendix D (Test Hole Summary) D-1 2 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. fall ink] 01634 The purpose of the Utility Engineering Investigation Report is to document and clarify issues discovered during the Investigation in a concise narrative with no more than one page per utility owner. As questions may arise much later after the deliverable is completed, documenting them in a timely manner is imperative. INTRODUCTION Utility Engineering Investigation (UEI) - formerly "Subsurface Utility Engineering (SUE)" - is the research, discovery, and mapping of Utilities in a specified area. Utility types can include the following: underground facilities, overhead electric, aerial telecommunications, facilities along aerial utility bridges or attached to bridges, and other roadway infrastructure (ITS, lighting, etc.), among others. These UEI projects, performed for the Texas Department of Transportation (TxDOT), are typically performed as a cost savings and hazard mitigation effort for roadway improvement projects. A UEI for a roadway requiring increased "capacity" is typically done as "Quality Level B" (QL B — "Designating") which is the least uncertain method for delineating linear underground facilities. Designating uses "Surface Geophysical Methods" to obtain the best available horizontal positioning. For Designating, an electromagnetic signal is often directly applied or induced onto the utility conductor and then picked up with a receiver and marked where the signal is strongest along the ground. These markings are then surveyed so that they can be mapped. However, some utility facilities are less conductive or non- conductive and cannot be collected as QL B. For example, a reinforced concrete cylinder pipe used for water, sanitary sewer, storm drains, etc. will typically receive a lesser classification as either Quality Level D (Records Research) or Quality Level C (Records Research tied to surveyed surface indications such as appurtenances (Cl/ASCE 38-02) or anchor points (Cl/ASCE 38-22)). When a UEI is conducted requesting QL B, not all Utilities can be mapped at QL B. More work is typically performed with QL B (which includes components of both QL C (survey) and QL D (records research)) than with either QL C or QL D alone. Because of this, Quality Levels each have their own rate of recompense negotiated with Professional Engineering Procurement Services (PEPS) and Consultants are paid only on what is completed. Quality Levels discussed thus far (QL B, QL C, QL D) are for linear features and are paid for by the linear foot (Unit Cost per LF). Quality Level A (Test Holes), however, are done at a specific point and are paid for by each one completed (depending on depth). Let us look at what QL A (Test Hole) is. To gather vertical data at a specific point of a utility, a Test Hole (Quality Level A— QL A) is performed to "locate" the facility by direct exposure of the utility. QL A is done using non-destructive excavation (high pressure air or water) or excavation by hand. The horizontal and vertical coordinates are then surveyed in. 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. Utility Engineering Investigation services are performed in accordance with ASCE 38-02 (or 38-22), generally accepted engineering principles, and best practices. This Report documents the investigation for the indicated project with particular attention to needed clarifications, engineering judgment calls, and other details that are not immediately obvious. Documentation of verbal conveyance of information or field input by local entities / utility owner representatives shall be on the specific utility sheet. Each utility owner identified in the project scope shall have its own sheet detailing information associated with their utilities. Impediments (if any), including field Conditions (steep slope, water etc.), access, weather, right of entry from homeowner, business, or Railroads shall be documented on the "General conditions" page. The users of this data are reminded that Signed and Sealed Existing Utilities PDF, Utilities DGN, and the Engineers Report should be considered together as a whole deliverable. Supporting Records Research and other documents may also be instrumental in understanding the product. To ensure meaningful and proper usage, and to minimize risk of misinterpretation, this data must be kept, regarded, and interpreted in a collective, integral manner and in accordance and with an understanding of ASCE 38-02 (or 38-22) standard guidelines. It is helpful to state the lack of available records when applicable to help clarify depiction on SUE Plan Sheets. DATA LIMITATIONS UEI services are performed in accordance with ASCE 38-02 and 38-22 guidelines, generally accepted engineering principles and practices at the time of service. However, a possibility exists that abandoned, forgotten, non -detectable, undocumented, or newly installed utilities may not get mapped using standard records research and surface geophysical survey procedures. While the ASCE 38-02 standard guidelines mitigate these issues, utilities possessing characteristics mentioned below can be missed while following standard Utility Designating and Locating procedures: 1. Utilities lacking apparent available records and without apparent surface features. 2. Utilities with record information which is illegible, misleading, or incomplete. 3. Utilities which are inaccurately reported or inaccurately represented by the utility owner as being a significant distance from the true position. 4. Abandoned utilities without apparent surface features. 5. Utilities buried excessively deep, beyond detection limits of standard utility designating equipment. 6. Non-conductive utilities buried in clay soil without apparent surface features. 7. Non-conductive lines buried away from the tracer wire (e.g., HDPE Gas). 8. Facilities installed after the UEI effort. A common problem occurs when the project involves utility facility owners and operators with insufficient records and non-conductive buried facilities (a situation often encountered with public works installations), infrastructure for oil and natural gas wells installed prior to 1960, and irrigation 4 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com 1��ARS . . ENGINEERS, INC. systems that utilize non-conductive water mains. Facilities mapped under these circumstances are often depicted as QL D during the utility designating field effort to keep operations and budgets at a practical level. As the design project progresses, some depicted facilities may have to be upgraded to a higher quality level through more advanced geophysical prospecting and utility locating methods to properly identify and assess utility conflicts for design and construction. Designers, utility coordinators, and contractors must realize the ASCE 38-02 utility mapping effort is an iterative acquisition and interpretation process. Unless subsequent endeavors are made to upgrade designated quality levels, facilities depicted at lower quality levels, such as QL D, may be completely in error. In addition, depicted facilities and corresponding data are pertinent at the time in which field investigation operations are completed and are subject to change. Final utility plans and data are for design purposes only and reflect utility conditions at the time surveyed. The UEI Consultant cannot be held responsible for utility scenarios changing after completion of field operations. Users of this data set must understand and adhere to the limitations associated with the designated quality levels assigned to the depicted facilities. QL C and QL D depictions are based on interpolations, extrapolations, and available record data; this data can be erroneous and should not be used alone for design development and bidding purposes. Additional utility designating and locating field efforts to upgrade data to QL B and QL A are strongly recommended for areas where accurate final design and construction planning and bidding is required. It is strongly recommended that users of this data, especially project engineers -of -record, become familiar with the ASCE 38-02 standard guidelines and the corresponding data limitations inferred by the designated quality levels prior to employing the data set for design purposes. In addition, this report must always accompany the existing utility CADD file to ensure proper interpretation and usage of the data set. Any questions regarding this submittal should be directed to the UP professional engineer -of - record. 5 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. Acronyms and Special Definitions Access point: An opening that provides access to utility devices, segments, and containing structures. E.g., Lid, cover, door, grate. (ASCE 75-22) Anchor Point: A defined point on a Utility Feature or a Utility Segment. (ASCE 38-22) Containing Structure: A structure or chamber that houses or provides access to utility devices and typically provides a junction are for multiple utility lines. E.G. Pull box. Junction box, manhole, vault, valve box. Device: A discrete utility feature that is directly involved with the conveyance, control, or distribution of a utility service. (ASCE 75-22) Deliverable: The sealed results from a Subsurface Utility Engineering investigation that typically includes a Utility Report, Utility Drawings, and other relevant Utility data for inclusion in digital or paper formats, and/or within databases and/or three-dimensional models. (ASCE 38-22) Also includes: Survey Control, records research (as-builts, permits, etc.), and dgn. (see Dallas District SUE best practices) Dips: Measure down with flow lines (inverts) and pipe sizes recorded. Electronic Depth (ED): Depth obtained by electromagnetic receiver that has a varying level of accuracy based on many factors including soil conditions, connection type, overhead interference, etc. ED reports to the center of the induced magnetic field. Encasement: A structure that encloses and protects utility facilities and surrounding infrastructure, environment, and the public. E.G. Concrete cap, casing pipe, tile, ducts, tunnel. (ASCE 75-22) GPR: Ground Penetrating Radar: a downward pointing radar ranging device put on a wheeled sled and used for mapping changing densities. Low Wire Sag: Lowest elevation at crossing overhead utility. Manhole: is an opening to a confined space such as a shaft, utility vault, or large vessel. Manholes ae often used as an access point for an underground public utility, allowing inspection, maintenance, and system upgrades. The majority of underground services have manholes, including water, sewers, telephone, electricity, storm drains, and gas. (en.wikipedia.org/wiki/Manhole) Marker: A visible or detectable (such as by geophysical means) sign or device used to reference the location of a utility feature. E.G. Marker sign, radio frequency identification (RFID) marker (ASCE 75-22) Overhead attachment point: Elevation where overhead line is attached to above ground structure such as a pole. ROE: Right of Entry (waiver signed by the property owner so that entry onto their property is allowed) 6 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. ROW: Right of Way SAF: Surface Adjustment Factor Secured utility area: An area typically fenced off to restrict access to utility facility (ASCE 75-22) Segment: A linear utility feature represented by a series of connected points. E.G. Water line, electric cable, communication line. (ASCE 75-22) Subsurface Utility Engineering (SUE): The specialty practice of civil engineering's Utility Engineering branch that includes the investigation, analysis, judgment, and documentation of existing Utility networks. SUE is a type of a Utility Investigation that includes underground networks and scoped aspects of aboveground networks that results in the assignment of achieved Utility Quality Levels to nonvisible Utility Segments and Utility Features. (ASCE 38-22) Support Structure: A structure used to support utility lines and devices (ASCE 75-22) Tracer: Typically, a wire or tape used to reference the location of a linear utility feature. (ASCE 75-22) UEI: Utility Engineering Investigation Utility Quality Level: The value, assigned by the Professional, of a Utility Segment or subsurface Utility Feature that identifies the relative (nonquantifiable) uncertainty of a Utility Segment's or subsurface Utility Feature's existence and actual location to that of its documented location. The value is judged and assigned on the source, precision, consistency, collection methods, and interpretation of the data put into context with information from other sources in the possession of the Professional at that point in time. A Utility Quality Level is assigned to a Utility Segment or Utility Feature of an underground Utility for a specific project for a specific time, usually until substantial project completion or the end of coverage of professional liability insurance. Utility Quality Level A (QL A): A value assigned to that portion (x-, y-, and z-geometry) of a Utility Segment or subsurface Utility Feature that is directly exposed and measured and whose location and dimensions are tied to the Project Survey Datum. The Utility Segment or subsurface Utility Feature shall be tied to the Project Survey Datum with an accuracy of 0.1 ft (30 mm) vertical and to 0.2 ft (60 mm) horizontal for the measurements of the outside limits of the Utility Feature or Utility Segment that is exposed. Other measurable, observable, and judged Utility Attributes are also recorded. If obtained by means of a Test Hole observation, a verification effort is made, and professional judgment is used to assert that the exposed infrastructure is indeed the sought target. The assignment of QLA conveys the lowest level of relative (nonquantifiable) uncertainty of measurable and judged Attributes and location. QLA is more certain than QL B, QL C, or Q LD. (ASCE 38-22) Utility Quality Level B (QL B): A value assigned to a Utility Segment or subsurface Utility Feature whose existence and horizontal position is based on Geophysical Methods combined with professional judgment and whose location is tied to the Project Survey Datum. A QL B value is assigned to a Utility 7 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. Segment when the following conditions are met: (1) the Utility Segment was detected through the application of appropriate Geophysical Methods; (2) the geophysical signal was judged to be reliable; (3) the interpreted position was judged based on knowledge and use of geophysical science, Utility design and installation practices, available records, visual features, and influence of site conditions; and (4) the source Designation has been tied to the Project Survey Datum with an accuracy of 0.2 ft (60 mm) horizontally. QL B is more uncertain than QL A and more certain than QL C or QL D. (ASCE 38-22) Utility Quality Level C (QL C): A value assigned to a Utility Segment not visible at the ground surface whose estimated position is judged through correlating Utility records or similar evidence to Utility Features, visible aboveground and/or underground. The Utility Anchor Point on the Utility Features shall be tied to the Project Survey Datum with an accuracy of 0.2 ft (60 mm) horizontal. A QL C value judgment is assigned to a Utility Segment by using visible Utility Features to approximate the position of a Utility Segment between or in proximity to the visible Utility Features and in context with other achieved Utility Quality Levels. QL C only pertains to the underground Utility Segment(s), not the Utility Feature(s). QLC data is more certain than QL D and is more uncertain than QL B and QL A. (ASCE 38-22) Utility Quality Level D (QL D): A value assigned to a Utility Segment or Utility Feature not visible at the ground surface whose estimated position is judged through Utility records, information from others, or from visual clues such as pavement cuts, obvious trenches, or existence of service. A QL D data Attribute is assigned to a Utility Segment or Utility Feature after review and compilation of existing records, oral recollections, One -Call or "private -locate" markings, managed data repositories, context with other achieved Utility Quality Levels, and/or other evidence of existence. QL D data is more uncertain than QL C, QL B, and Q LA. QL D data is less uncertain than utilities documented without any Utility Quality Level barring a Professional's statement of fact to the contrary. (ASCE 38-22) Utility Report: (This Document) A report or sufficient notes contained within a Utility Drawing, sealed by a Professional, that (1) contains information about the Utility Investigation that might otherwise not be conveyed, (2) assists the end user in understanding the subsurface Utility landscape and risks, (3) provides recommendations to address data deficiencies, and (4) complements the Utility Drawing Deliverables. It is the Professional's responsibility to clearly state data constraints and caveats, to convey potential risks associated with the existing interpretation and prevent end user misuse of the data. Many times, the Utility Report includes the Utility Drawings and is an iterative document, changing over time as new data are collected and project delivery progresses. (ASCE 38-22) Utility Segment: A continuous portion of a Utility for which the Utility Quality Level is constant, and the Attributes, other than Depth, are substantially identical. (ASCE 38-22) Vault: A concrete box underground that is used for utility purposes. Video -Ready Access Device (VRAD): A utility feature composed of circuit boards providing service, fed by fiber-optic cable. (en.wikipedia.org/wiki/Video-ready_access_device) H., 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS .. . ENGINEERS, INC. PROJECT SPECIFIC SCOPE/GENERAL DESCRIPTION OF PROJECT Sub -Consultant: ARS Engineers Sub -Consultant Project Manager: Brendon Gomez Phone: 806-283-4789 Email: bgomez@arsengineers.com Project Name: Northside IV 24-inch Water Transmission Main, Phase 1C (CPN 105114) County: Tarrant SAF: 1.00012 Limits: Select locations along the project corridor Project History: General description of the City of Forth Worth's project: A proposed water transmission main is being installed. ARS is performing QL A SUE to aid design/conflict analysis. Document Due Diligence (what was attempted): QL A efforts to locate utilities within project limits utilizing multiple pieces of equipment. Methods, Software, equipment used: Active and passive scans using an RD8100/RD8200 and vacuum truck. Expected accuracies: Within 0.2 feet (60mm) horizontally and 0.1 feel (30mm) vertically. Scope of work: Original Scope: QL A at specified locations Interim requirements: N/A Modified Scope via SWA: N/A Date provided: QLA Locations: 11/15/2024, Survey Control: 12/18/2024, Updated QLA Locations: 12/18/2024, Updated ROE Information: 01/08/2025 Dates of Milestones/Timeline/Deliverables: Milestones: Preliminary QL A Deliverables — 2/02/25 Updated Preliminary QLA Deliverables — 03/12/25 Final QL A Deliverables — 3/21/25 Preliminary Deliverables: Start Date (Execution): 8/28/2024 Records Research: Records received from Atmos, Bedrock Production, City of Fort Worth, Colt Midstream, Enlink Midstream it 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. General Conditions (ROE, Access): No ROE or Access issues as of 03/13/2025 Field Conditions: The original locations for TH-12, TH-13, TH-14, TH-15, and TH-16 were inaccessible due to wet soil conditions and terrain. Our team utilized traffic control and a vacuum hose extension for these locations with slight adjustments as needed. The remaining were dry and accessible. What was used to mark the line: (paint, pins, etc.): Paint Issues Encountered during investigation: Soil conditions encountered throughout the project corridor led to several rock refusals. Electronic depths were collected where possible to supplement the test hole information provided. Important Notes to be forwarded to 100% plans: Enlink Midstream has stated that they do not have further detailed as-builts or bore logs with depth information for their facilities. ONEOK also acquired Enlink Midstream on 01/31/2025. 10 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. TEST HOLE ISSUES (TH-04) Utility Owner: Enlink Midstream Utility Type: Gas Methods used: Underground utilities were located by performing active scans using a Radiodetection RD8100 or RD8200 Locator Wand. Reason for not completing: Field crews attempted this test hole but were unable to expose the target utility due to rock refusal. Description of Attempt: Field crews utilized the RD8100/RD8200 to lay out the test hole at the requested horizontal location, with it being verified by a representative from Enlink Midstream. Our field crew excavated to a depth of 3.34' and hit rock refusal due to the soil conditions (see Appendix B-1). Electronic depths of approximately 7.75' — 8.00' were obtained for the facility. Suggested alternatives: Enlink Midstream has stated that they do not have further detailed record or as - built information on their facilities aside from what was provided. Further utility coordination is suggested. Did any Test Holes need to be moved from requested locations? TH-04 did not need to be moved. Why? N/A How Far? N/A 11 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. TEST HOLE ISSUES (TH-05/05A) Utility Owner: Enlink Midstream Utility Type: Gas Methods used: Underground utilities were located by performing active scans using a Radiodetection RD8100 or RD8200 Locator Wand. Reason for not completing: Field crews attempted this test hole but were unable to expose the target utility due to rock refusal. Description of Attempt: Field crews utilized the RD8100/RD8200 to lay out the test hole at the requested horizontal location, with them being verified by a representative from Enlink Midstream. Our field crew excavated to depths of 5.32' and 5.13' and hit rock refusal due to the soil conditions (see Appendix B-1). Electronic depths were deemed to be inconsistent at these locations. Suggested alternatives: Enlink Midstream has stated that they do not have further detailed record or as - built information on their facilities aside from what was provided. Further utility coordination is suggested. Did any Test Holes need to be moved from requested locations? TH-05A was initially moved, but our crew reperformed TH-05 at the requested location. Why? The test hole was moved for safety concerns and the proximity to the railroad crossing. How Far? 20' northeast, along the utility 12 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. TEST HOLE ISSUES (TH-07) Utility Owner: Enlink Midstream Utility Type: Gas Methods used: Underground utilities were located by performing active scans using a Radiodetection RD8100 or RD8200 Locator Wand. Reason for not completing: Field crews attempted this test hole but were unable to expose the target utility due to rock refusal. Description of Attempt: Field crews utilized the RD8100/RD8200 to lay out the test hole at the requested horizontal location, with it being verified by a representative from Enlink Midstream. Our field crew excavated to a depth of 5.53' and hit rock refusal due to the soil conditions (see Appendix B-1). Electronic depths of approximately 6.00' — 6.25' were obtained for the facility. Suggested alternatives: Enlink Midstream has stated that they do not have further detailed record or as - built information on their facilities aside from what was provided. Further utility coordination is suggested. Did any Test Holes need to be moved from requested locations? TH-07 did not need to be moved. Why? N/A How Far? N/A 13 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. TEST HOLE ISSUES (TH-09) Utility Owner: Enlink Midstream Utility Type: Gas Methods used: Underground utilities were located by performing active scans using a Radiodetection RD8100 or RD8200 Locator Wand. Reason for not completing: Field crews attempted this test hole but were unable to expose the target utility due to rock refusal. Description of Attempt: Field crews utilized the RD8100/RD8200 to lay out the test hole at the requested horizontal location, with it being verified by a representative from Enlink Midstream. Our field crew excavated to a depth of 3.90' and hit rock refusal due to the soil conditions (see Appendix B-1). Electronic depths of approximately 7.50' — 8.00' were obtained for the facility. Suggested alternatives: Enlink Midstream has stated that they do not have further detailed record or as - built information on their facilities aside from what was provided. Further utility coordination is suggested. Did any Test Holes need to be moved from requested locations? TH-09 did not need to be moved. Why? N/A How Far? N/A 14 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. TEST HOLE ISSUES (TH-12) Utility Owner: Enlink Midstream Utility Type: Gas Methods used: Underground utilities were located by performing active scans using a Radiodetection RD8100 or RD8200 Locator Wand. Reason for not completing: Field crews attempted this test hole but were unable to expose the target utility due to rock refusal. Description of Attempt: Field crews utilized the RD8100/RD8200 to lay out the test hole at the requested horizontal location, with it being verified by a representative from Enlink Midstream. Our field crew excavated to a depth of 1.49' and hit rock refusal due to the soil conditions (see Appendix B-1). Electronic depths of approximately 6.50' — 8.00' were obtained for the facility. Suggested alternatives: Enlink Midstream has stated that they do not have further detailed record or as - built information on their facilities aside from what was provided. Further utility coordination is suggested. Did any Test Holes need to be moved from requested locations? TH-12 was shifted slightly north. Why? Our team had to utilize traffic control and a vacuum hose extension due to wet soil conditions How Far? Approximately 5' to the north 15 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com TEST HOLE ISSUES (TH-14) Utility Owner: Atmos Utility Type: Gas ARS ENGINEERS, INC. Methods used: Underground utilities were located by performing active scans using a Radiodetection RD8100 or RD8200 Locator Wand. Reason for not completing: Field crews attempted this test hole but were unable to expose the target utility due to rock refusal. Description of Attempt: Field crews utilized the RD8100/RD8200 to lay out the test hole at the requested horizontal location, with it being verified by a representative from Atmos. Our field crew excavated to a depth of 3.40' and hit rock refusal due to the soil conditions (see Appendix B-1). Electronic depths of approximately 9.00'—10.00' were obtained for the facility. Suggested alternatives: Further utility coordination is suggested. Did any Test Holes need to be moved from requested locations? TH-14 was shifted slightly north. Why? Our team had to utilize traffic control and a vacuum hose extension due to wet soil conditions How Far? Approximately 5' to the north 16 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. TEST HOLE ISSUES (TH-16) Utility Owner: Enlink Midstream Utility Type: Gas Methods used: Underground utilities were located by performing active scans using a Radiodetection RD8100 or RD8200 Locator Wand. Reason for not completing: Field crews attempted this test hole but were unable to expose the target utility due to rock refusal. Description of Attempt: Field crews utilized the RD8100/RD8200 to lay out the test hole at the requested horizontal location, with it being verified by a representative from Enlink Midstream. Our field crew excavated to a depth of 4.45' and hit rock refusal due to the soil conditions (see Appendix B-1). Electronic depths of approximately 6.00' — 8.75' were obtained for the facility. Suggested alternatives: Enlink Midstream has stated that they do not have further detailed record or as - built information on their facilities aside from what was provided. Further utility coordination is suggested. Did any Test Holes need to be moved from requested locations? TH-16 did not need to be moved. Why? N/A How Far? N/A 17 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com fNARS ENGINEERS, INC. Appendix A: Survey control sheet and Surface Adjustment Factor used SAF = 1.00012 (Tarrant County) Grid Surface E N E N 1 7033463.86 2303341.16 7034307.88 2303617.56 854.07 2 7033067.77 2303026.69 7033911.74 2303303.05 850.71 3 7032682.00 2302726.35 7033525.92 2303002.68 849.65 4 7032281.61 2302416.83 7033125.48 2302693.12 851.46 5 7031880.35 2302113.54 7032724.18 2302389.79 851.05 6 7031475.26 2301810.72 7032319.04 2302086.94 853.52 7 7031079.31 2301513.93 7031923.04 2301790.11 855.29 8 7030684.16 2301257.61 7031527.84 2301533.76 859.14 9 7030323.42 2301008.12 7031167.06 2301284.24 861.03 10 7030368.94 2300514.71 7031212.58 2300790.77 866.31 11 7030315.46 2300025.54 7031159.10 2300301.54 869.97 12 7030378.45 2299556.71 7031222.10 2299832.66 873.22 13 7030413.02 2299564.12 7031256.67 2299840.07 871.48 15 7021422.60 2302067.72 7022265.17 2302343.97 839.60 16 7021878.62 2301875.73 7022721.25 2302151.96 830.03 17 7022323.37 2301680.95 7023166.05 2301957.15 832.34 18 7022782.43 2301466.51 7023625.16 2301742.69 832.42 19 7023227.28 2301270.22 7024070.07 2301546.37 831.77 20 7023705.91 2301047.12 7024548.75 2301323.25 832.05 A-1 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com fNARS ENGINEERS, INC. SAF = 1.00012 (Tarrant County) Grid Surface E N E N 21 7024168.69 2300837.46 7025011.59 2301113.56 834.24 22 7024530.80 2300670.74 7025373.74 2300946.82 837.86 23 7024875.72 2300476.51 7025718.71 2300752.57 838.80 24 7024818.41 2299989.58 7025661.39 2300265.58 845.07 25 7024841.09 2299441.97 7025684.07 2299717.90 851.23 26 7024834.60 2298912.82 7025677.58 2299188.69 855.72 27 7024823.90 2298376.05 7025666.88 2298651.86 867.57 28 7024817.33 2297897.83 7025660.31 2298173.58 871.83 29 7024775.04 2297372.85 7025618.01 2297648.53 867.03 98 7031400.10 2301878.71 7032243.87 2302154.94 853.02 99 7024410.83 2300847.68 7025253.76 2301123.78 839.01 A-1 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com fNARS ENGINEERS, INC. Appendix B: Photo Documentation (limited to issues) TH-04 Soil Conditions: � e rx J. ' s f r 4{ _ i� B-1 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com TH-05 Soil Conditions: B-1 ARS ENGINEERS, INC. 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com TH-05A Soil Conditions: B-1 -tkWrIN 14 a � .a'ti* '•tt �iif ARS ENGINEERS, INC. 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com TH-07 Soil Conditions: B-1 ARS ENGINEERS, INC. 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com Wk. rl AM A a TH-12 Soil Conditions: ARS ENGINEERS, INC. r '41. t' i1^r V � q '. } a"ti � � • a�eJ" B-1 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com TH-14 Soil Conditions: B-1 ARS ENGINEERS, INC. 1 A 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com TH-16 Soil Conditions: AM fNARS ENGINEERS, INC. 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com ARS ENGINEERS, INC. Appendix C: 811 Ticket Information 70 update or View a map of the dig location cUck here to go to the Texae811 Portal Site Texes811 Locate Requeat Ticket Number: 2554263878 Source: Portal Tlcla i Type: sumeym.wan Seq Numr 1 Company Information Otd Ticket= Houn Nouce: 48 Taken Dale- 2A1l2D2511:D6&-06AM Exc wetw; ARS Engirroen Inc Type: Exe wa:ur Addre— 3WDSgourn or ate 230 CDnwct- K.[cre 1Dhnson City. St. Zip; Carrot ton, TX 75006 Contact phone: (2141739-3152 Phone: 1214) 739-3152 Colter: Ketoe Johnson Fax: Colter Phone: M:?2 57e-0767 CMtbaak: Caller Emit: kiehnsnn®arsenerneer s.cnm CDrrtect Ernait- kiohnson@arsoniinecrs.c Dm Work Information state: Tx Work Date: 2119120251115.00 AM County: TARRANT Work Zip Code: 76052 Chy- EAGLE MOUNTAIN Work Dane For; ors engineers in Duration: 3weeke Addrew: US-81 MN" rd Deeper Than 181n: No ntarseewn: hiperay 287 Explosi"a, No Nature of Work Survey and Design Whips fined= No Map Sack: Excwat,w Deem: Ex Atiw Length: DIfEWPDnMBMinQ: No Equipment Type: None Excavator Supplied GPS Driving Directions to Work Site starting at AVONDALE HASLET RD and US-81 SERVICE RD. continue $E on VS-01 SERV[CE RD 0.86 miles until the road begins to curare to go under HWY 287. STOP before the HIGHWAY and send all records of any utility owners in that area near the railroad going 7W SW C-1 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com fNARS ENGINEERS, INC- Appendix D: Test Hole Summary lim.m! TNP, I- TEST HOLE SUMMARY SHEET Project Manager- Brendan Gomm +P�■ .� fNGY.fFFE, i0.f Project Namr: Nnrlhmde IV water Phase IC Field IF-- Iae Koonn PmJeLl 4; FTW23548 Project Lowtian: SMi ird areal along the NSIV water Transmission cmridw Field TKhniclan3: ZF, SA, TY, CE pty: Fprt worth i0­ty:Tarram Sta14: TX frock K! 4424,6136 UTILITY Vt,UTY DEPTH OF SURFACE NCIATHIM45 EASTING GROUND UTILITY THa UTILITY TYPE UTILITY SIZE MATERIAL OBSERVED UTILITY IFTI MATERIAL PATE PO1NTa ISURFACE) (SURFACE) ELEVATION ELEVATION OWNEROJO71S G45 3" STLEL 10 2.35 NG 1/21/2025, 10003 7034SB2.72 2303649.42 846. 16 8A3.31 BLOROCK PROOU C T ION ENUNK/ UIILI TY SIZE AND MATERIAL SHOWN PER RECORO. GAS 6" STEEL TES 436 NG 1/23/2025 1000E 7034578-96 2303659-08 84623 841 87 UNABLE TO MEASURE DUE TO CAVE -I NS/GRDII NOWATER COLT MIDSTREAM/ i.MLFTY MATERIAL SHOWN PER RECORD. GAS 6' STEEL YES 5.20 NG 1/24/2025 1000' 703ASM09 2303671105 846.65 941-45 UNABLE TO OETE RMI NE MATERIAL ME TO PE MESH COATING ENLINK/ UTILITY WE AND MATERIAL SHOWN PER RECORD. - GAS 10' STEEL NO UNK NG 1/2312025 loom 7031362.35 2301437.57 MAD UNK UNABLE TO EXPOSE UTILITY DUE TO ROCK REFUSAL AT 3-34' GAS 6' STEEL NO UNK ASPHALT 2/24/2025 30003 7031193.01 230111&55 S64-59 UNK INLINK/ UTILITY WE AND MATERIAL SHOWN PER RECORD. UNABLE TO EXPOSE UTILITY DUE TO ROC% REFUSAL AT 5-32' ENLINK/ UTILITY SIZE AND MATERIAL SHOWN PER RECORD, • GAS 6' STEEL NO LINK NG 1/24/2025 10001 7031210.29 2301126.59 862.86 UNK UNABLE TO EXPOSE UTILITY DUE TO ROCK REFUSAL AT S.13' E NLINK/ UTILITY WE AND MATERIAL SHOWN PER RECORO. GAS 16' STEEL yES 5.24 NG 11271ZD25 10007 7031251.94 2288953.08 868.43 863.19 UNABLE TO MEASURE DUE TO CAVE-INS AND PE MESH COATING ENLINK/ UTILITY 512E AND MATERIAL SHOWN PER RECORD. GAS 10' STEEL NO UNK NG V28/2025 10008 7031257.08 2298971-OS 869.14 UNK UNABLE TO EXPOSE UTILITY DUE TO ROCX REFUSAL AT 5.5V - GAS 10' STEEL YES 3.80 NG 2/5/202S W014 703126339 2297570-04 866.25 862.45 ATMOS UNLINK/ UTILITY SIZE AND MATERIAL SHOWN PER RECORD. 9 GAS 10' STEEL NO UNK NG 1/28/2025 LOWS 7029861.52 2296949.80 873.12 LINK UNABLE 70 EXPOSE UTI LITy DUE TO ROCK REF USAL AT 1D GAS 6' CONIC CASE yES 1.50 NG 2/8/2025 90013 7027559.88 2297903A8 $62.91 861-41 COLT MIDSTREAM ENLINK/UTILITY MATE RIAL SHOWN PER RECORD. UNABLETO 11 GAS 10' STEEL YES 4.23 NG 2/8/2025 90000 7027521.20 2297681-61 856.27 B5204 OETERMINE MATERIAL DUE TO PE MESH COATING ENUNK/ UTILITY SIZE AND MATERIAL SHOWN PER RECORD. 12 GAS 16' STEEL NO UNK NG 212812WS 30011 7025604.0Z 22979S6.19 869.04 UNK UNABLE TO EiWOSE UTILITY LAZE TO ROCIE RE F USAL AT lA9' 13 GAS 9" STEEL YES 1.56 NG 2IM2025 30010 7025600.10 2298752-27 9". 14 B62-58 COLT MIDSTREAM 14 GAS 10' UNK NO UNK NG 2/25/2025 30002 7015633.90 2299622-41 $49-51 LINK ATMOSI UTILITY SIZE SHOWN PER RECORD. UNABLE TO EXPOSE UTILITY DUE TO ROCK REFUSAL AT 3.40' ATMOWUTILITY SIZE SHOWN PER ATMOS REP 15 GAS 10' STEEL YES 4.23 NG 2/2$/2025 30001 701S631-44 229963420 849.09 844-96 UNABLE TO MEASURE DUE TO CAVE-INS/ GROUND WATER LINE DOES NOT APPEAR TO BE 10' PER ARS FI EID CREW A7NIOS/uTiufTV SIZE SHOWN PER ATMOS REP 1SA WAS 10' STEEL YES 4.41 NG 2/26/2025 3000D 7015636.48 2299634,27 815.85 g44,44 UNABLE TO MEASURE DUE TO CAVE-INS/ GROUND WATER ENUNK/ UTILITY SIZE AND MATERAL SHOWN PER RECORD - GAS 4.5' STEEL NO UNK NG 3/5/2025 30015 7025630.15 2299711.82 853.14 UNK UNABLE TO EXPOSE UTILITY DUE TO ROCKS AT 4A5' Prepared By: Adrian ThomaF A-i-c! By: Maddie BYatcfiv WLI: O3/21/2025 Pay 1oT1 D-1 3440 Sojourn Drive I Suite 230 1 Carrollton, TX 75006 1214.739.3152 arsengineers.com GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 .. .VIRAIVIrsvp III I all N/A CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) 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 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. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) 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 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 Equipment Operators 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 Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside IV 24" Water Transmission Main, Phase 1 C Segment 3 Revised July 1, 2011 City Project No. 105114 BNSF RAILWAY AGREEMENT Docusign Envelope ID: 81 D7EC47-B61A-4293-9022-AODBC33EA1 79 Tracking 025W-23926lBF-20566641 PIPELINE LICENSE THIS PIPELINE LICENSE ("License") is made to be effective July 22 , 2025 (the "Effective Date") by and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and CITY OF FORT WORTH, a Texas municipality ("Licensee"). In consideration of the mutual covenants contained herein, the parties agree to the following, GENERAL 1. Grant of License. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests, and estates of third parties, including, without limitation, any leases, use rights, easements, liens, or other encumbrances, and upon the terms and conditions set forth below, to construct and maintain, in strict _accordance. with_the drawings. and specifications approved by Licensor as part of Licensee's application process (the "Drawings and Specifications"), one (1) pipeline, 24 inches in diameter inside a 42 inch Steel casing (collectively, the "Pipeline"), across or along Licensor's rail corridor at or near the station of Avondale, County of Tarrant, State of Texas, Line Segment 0485, Mile Post 16.72 as shown on the attached Drawing No. 54376, dated April 30, 2025, attached hereto as Exhibit "A" and incorporated herein by reference (the "Premises"). 2. Term, This License shall commence on the Effective Date and shall continue for so long as the Pipeline is used for public purpose, subject to prior termination as hereinafter described. 3, Existing Improvements. Licensee shall not disturb any improvements of Licensor or Licenser's existing lessees, licensees, easement beneficiaries or lien holders, if any, or interfere with the use, repair, maintenance or replacement of such improvements. Use of the Premises. Licensee shall use the Premises solely for construction, maintenance, and use of the Pipeline in accordance with the Drawings and Specifications. The Pipeline shall carry Domestic Water, and Licensee shall not use the Pipeline to carry any other material or use the Premises for any other purpose. Licensee is expressly prohibited from using or allowing any telecommunication facilities or equipment within the Premises, or using or allowing the use of the Premises for any other purpose. 5. Alterations. Except as set forth in this License, Licensee may not make any alterations to the Premises or permanently affix anything to the Premises or any buildings or other structures adjacent to the Premises without Licenser's prior written consent. COMPENSATION 6. License Fee. Licensee shall pay Licensor, prior to the Effective Date, a one-time payment (in lieu of recurring periodic Fixed license fees) in the sum of Seven Thousand Four Hundred and No1100 Dollars ($7,400.00) as compensation for the use of the Premises. 7. Costs and Expenses. 7.1 For the purpose of this License, "cost" or "costs" and "expense" or "expenses" includes, but is not limited to, actual labor and material costs including all assignable additives, and material and supply costs at current value where used. 7.2 Licensee agrees to reimburse Licensor (pursuant to the terms of Section 8 below) for all costs and expenses incurred by Licensor in connection with Licensee's use of the Premises or the presence, construction and maintenance of the Pipeline, including but not limited to the furnishing of Licensor's flaggers and any vehicle rental costs incurred, inspection coordination, safety, mobilization andlor other observation services described in this License (collectively, the "Services"). Licensee shall bear the cost of the Services, when deemed necessary by Licensor's representative. Flagging costs shall include, but not be limited to, the following: pay for at least an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays (as applicable); vacation allowance; paid holidays (as applicable); railway and - 1 - Form 424: Rev. 20200605 ❑ocusign Envelope ID: 811)7EC47-B61A-4293-9022-AOp6C33EA179 Traoking #25W-239261BF-2056664I unemployment insurance; public liability and property damage insurance; health and welfare benefits; transportation; meals; lodging and supervision. Negotiations for railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase flagging rates. Flagging rates in effect at the time of performance by the flaggers will be used to calculate the flagging costs pursuant to this Section 7. 7.3 Licensor, at its sole discretion, may elect to designate a third party (the "Scheduling Agent"), to perform and/or arrange for the performance of the Services. 8. Payment Terms. All invoices are due thirty (all) days after the date of invoice, if Licensee fails to pay any monies due to Licensor within thirty (30) days after the invoice date, then Licensee shall pay interest on such unpaid sum from the due date until paid at an annual rate equal to the lesser of (1) the prime rate last published in The Wall Street ,Journal in the preceding December plus two and one-half percent (2- --1/2°/fl)-or (ii)-the maximum rate -permitted by law:- LICENSOR'S RESERVED RIGHTS Reserved Rights of Use. Licensor excepts and reserves the right, to be exercised by Licensor and any other parties who may obtain written permission or authority from Licensor. 9.1 to maintain, use, operate, repair, replace, modify and relocate any utility, power or communication pipe/lines/cables and appurtenances (other than the Pipeline) and other facilities or structures of like character upon, over, under or across the Premises existing as of the Effective Date; 9.2 to construct, maintain, renew, use, operate, change, modify and relocate any tracks or additional facilities, structures and related appurtenances upon, over, under or across the Premises; or 9.3 to use the Premises in any manner as Licensor in its sole discretion deems appropriate, provided Licensor uses all commercially reasonable efforts to avoid material interference with the use of the Premises by Licensee for the purpose specified in Section 4 above. 10. Right to Require Relocation. If at any time during the term of this License, Licensor desires the use of its rail corridor in such a manner as would, in Licensor's reasonable opinion, be interfered with by the Pipeline, Licensee shall, at its sole expense, within thirty (30) days after receiving written notice from Licensor to such effect, make such changes in the Pipeline as in the sole discretion of Licensor may be necessary to avoid interference with the proposed use of Licensor's rail corridor, including, without limitation, the relocation of the Pipeline, or the construction of a new pipeline to replace the Pipeline. Notwithstanding the foregoing, Licensee agrees to make all emergency changes and minor adjustments, as determined by Licensor in its sole discretion, to the Pipeline promptly upon Licensor's request. LICENSEE'S OPERATIONS 11. Construction and Maintenance of the Pipeline- 11.1 Licensee shall not enter the Premises or commence construction unless accompanied by Licensor's representative, the Scheduling Agent or its designee. Licensee shall notify Licensors representative or the Scheduling Agent at ROWCoordinator@BNSF.com at least ten (10) business days prior to installation of the Pipeline and prior to entering the Premises for any subsequent maintenance thereon. Only in the event of emergency, Licensee shall notify Licensor's Roadmaster of entry onto the Premises, at the telephone 817-740-7274, as soon as practicable and shall promptly thereafter follow up with written notice of such entry to the email provided above 11.2 Licensee's on -site supervisors shall retain/maintain a fully executed copy of this License at all times while on the Premises. 11.3 While on the Premises, Licensee shall use only public roadways to cross from one side of Licensor's tracks to the other. - 2 - Form 424; Rev. 20200605 Docuuign Envelope ID; 81 D7EC47-661A-4293-9022-AOD8C33EA179 Tracking #25W-239261BF-20566641 11.4 Any contractors or subcontractors performing work on the Pipeline or entering the Premises on behalf of Licensee shall be deemed servants and agents of Licensee for purposes of this License. 11.5 Under no conditions shall Licensee be permitted to conduct any tests, investigations or any other activity using mechanized equipment and/or machinery, or place or store any mechanized equipment, tools or other materials, within twenty-five (25) feet of the centerline of any railroad track on the Premises unless Licensee has obtained prior written approval from Licensor. Licensee shall, at its sole cost and expense, perform all activities on and about the Premises, including without limitation all construction and maintenance of the Pipeline, in such a manner and of such materials as not at any time to endanger or interfere with (i) the existence or use of present or future tracks, roadbeds, or property of Licensor, (ii) the safe operation and activities of Licensor or existing third parties, or (iii) the rights or interests of third parties, If ordered to cease using the Premises at any time by Licenser's personnel due to any hazardous condition, Licensee shall immediately do so.- Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine the safe nature thereof, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is safe. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. 11.6 Licensee shall, at its sole cost and expense, construct and maintain the Pipeline in such a manner and of such material that the Pipeline will not at any time endanger or interfere with (i) the existence or use of present or future tracks, roadbeds, or property of Licensor, (ii) the safe operation and activities of Licensor or existing third parties, or (iii) the rights or interests of third parties. The construction of the Pipeline shall be completed within one (1) year of the Effective Date, and any subsequent maintenance shall be completed within one (1) year of initiation. Within fifteen (15) days after completion of the construction of the Pipeline or the performance of any subsequent maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore the Premises to substantially their state as of the Effective Date, unless otherwise approved in advance by Licensor in writing. On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense, surrender the Premises to Licensor pursuant to the terms and conditions set forth in Section 24 hereof. 11.7 Licensor may direct one or more of its field engineers or inspectors to observe or inspect the construction and/or maintenance of the Pipeline at any time for compliance with the Drawings and Specifications and Legal Requirements (defined below). Licensee shall reimburse Licensor for the cost of such observation or inspection related services pursuant to Section 8, If ordered at any time to halt construction or maintenance of the Pipeline by Licensor's personnel due to non-compliance with the Drawings and Specifications or any other hazardous condition, Licensee shall immediately do so- !Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to observe or inspect, or to halt work on, the Pipeline, it being solely Licensee's responsibility to ensure that the Pipeline is constructed and maintained in strict accordance with the Drawings and Specifications and in a safe and workmanlike manner in compliance with all terms hereof. Neither the exercise of, nor the failure by Licensor to exercise, any right granted by this Section will alter in any way the liability allocation provided by this License. If at any time Licensee shall, in the sole judgment of Licensor, fail to properly perform its obligations under this Section 11, Licensor may, at its option and at Licensee's sole expense, arrange for the performance of such work as it deems necessary for the safety of its operations and activities. licensee shall promptly reimburse Licensor for all costs and expenses of such work, pursuant to the terms of Section B. Licensor's failure to perform any obligations of Licensee shall not alter the liability allocation hereunder. 11.8 Cutting head must travel at 0,0% grade (or downward) beginning 25' (minimum) from centerline of track until it reaches a point 25' (minimum) from the centerline of track. Minimum pressure must be applied to pumping the slurry to the cutting head during drilling. This will deter the bentonite slurry used for lubrication from seeping up and fouling the track roadbed. A Flagman must be present during installation and will monitor the ballast and roadbed. - 3 - Form 424; Rev. 20200605 Docusign Envelops ID: 891)7EC47-B61A-4293.9022-ApP8C33EA179 Tracking #25W-23926113F-20566641 12, Boring and Excavation. 12.1 Prior to Licensee conducting any boring, excavation, or similar work on or about any portion of the Premises, Licensee shall contact the applicable State's call -before -you -dig utility location service to have 311 parties mark the location of utilities. Licensee shall explore the proposed location for such work with hand tools to a depth of at least three (3) feet below the surface of the ground to determine whether pipelines or other structures exist below the surface, provided, however, that in lieu of the foregoing hand -tool exploration, Licensee shall have the right to use suitable detection equipment or other generally accepted industry practice (e.g., consulting with the United States Infrastructure Corporation) to determine the existence or location of pipelines and other subsurface structures prior to drilling or excavating with mechanized equipment. Licensee shall request information from Licensor concerning the existence and approximate location of Licensee's underground lines, utilities, and pipelines at or near the vicinity of the proposed- Pipeline-by_contacting .Licensor's Telecommunications Helpdesk, currently at 1-800- 533-2891 (optionl, then option 7), at least ten (10) business days prior to installation of the Pipeline. Upon receiving Licensee's timely request, Licensor will provide Licensee with the information Licensor has in its possession regarding any existing underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline and, if applicable, identify the location of such lines on the Premises pursuant to Licensor's standard procedures. Licensor does not warrant the accuracy or completeness of information relating to subsurface conditions of the Premises and Licensee's operations will be subject at all times to the liability provisions herein. 12.2 For all bores greater than 26-inch diameter and at a depth less than 10.0 feet below bottom of rail, a soil investigation must be performed by Licensee and reviewed by Licensor prior to construction. This study is to determine if granular material is present, and to prevent subsidence during the installation process. If the investigation determines in Licensor's reasonable opinion that granular material is present, Licensor may select a new location for Licensee's use, or may require Licensee to furnish for Licensee's review and approval, in Licenser's sole discretion, a remedial plan to deal with the granular material. Once Licensor has approved any such remedial plan in writing, Licensee shall, at Licensee's sole cost and expense, carry out the approved plan in accordance with all terms thereof and hereof. 12.3 No wells shall be installed without prior written approval from Licensor. 12A Any open hole, boring, or well constructed on the Premises by Licensee shall be safely covered and secured at all times when Licensee is not working in the actual vicinity thereof. Fallowing completion of that portion of the work, all holes or borings constructed on the Premises by Licensee shall be: 12.4.1 filled in to surrounding ground level with compacted bentonite grout; or 12.4.2 otherwise secured or retired in accordance with any applicable Legal Requirement. No excavated materials may remain on Licensor's property for more than ten (10) days, but must be properly disposed of by Licensee in accordance with applicable Legal Requirements. LIABILITY AND INSURANCE 13. Liability and Indemnification, 13.1 For purposes of this License: (a) "Indemnitees" means Licensor and Licensor's affiliated companies, partners, successors, assigns, legal representatives, officers, directors, shareholders, employees, and agents; (b) "Liabilities" means all claims, liabilities, fines, penalties, costs, damages, losses, liens, causes of action, suits, demands, judgments, and expenses (including, without limitation, court costs, reasonable attorneys' fees, costs of investigation, removal and remediation, and governmental oversight costs) environmental or otherwise; and (c) "Licensee Parties" means Licensee and Licensee's officers, agents, invitees, licensees, employees, or contractors, or any party directly or indirectly employed by anyof them, or any party they control or exercise control over. - 4 - Form 424; Rev. 20200606 Docusign Envelope IQ' 81 D7EC47-B61A-4293-9022-A0D8C33EA979 Tracking #25W-23926/BF-20566641 13.2 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS INDEMNITEES FOR, FROM, AND AGAINST ANY AND ALL LIABILITIES OF ANY NATURE, KIND, OR DESCRIPTION DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM, OR RELATED TO (IN WHOLE OR IN PART): 13.2A THIS LICENSE, INCLUDING, WITHOUT LIMITATION, ITS ENVIRONMENTAL PROVISIONS, 13.2.2 ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS LICENSE, 13.2.3 LICENSEE'S OCCUPATION AND USE OF THE PREMISES, 112A THE ENVIRONIIMI=NTAL CONDITION AND STATUS OF THE PREMISES CAUSED BY OR CONTRIBUTED TO BY LICENSEE, OR 13.2.5 ANY ACT OR OMISSION OF ANY LICENSEE PARTY. 13.3 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE NOW AND FOREVER WAIVES AND WILL INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM ANY AND ALL CLAIMS THAT BY VIRTUE OF ENTERING INTO THIS LICENSE, LICENSOR IS A GENERATOR, OWNER, OPERATOR, ARRANGER, OR TRANSPORTER FOR THE PURPOSES OF THE COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION, AND LIABILITY ACT, AS AMENDED ("CERCLA") OR OTHER ENVIRONMENTAL LAWS (DEFINED BELOW). NOTHING IN THIS LICENSE IS MEANT BY EITHER PARTY TO CONSTITUTE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES AND THIS LICENSE SHOULD NOT BE SO CONSTRUED. IF ANY AGENCY OR COURT CONSTRUES THIS LICENSE TO BE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES, LICENSEE AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND INDEMNITEES FOR ANY LIABILITIES RELATED TO THAT CONSTRUCTION OF THIS LICENSE. IN NO EVENT AS BETWEEN LICENSOR AND LICENSEE AS TO USE OF THE PREMISES AS CONTEMPLATED BY THIS LICENSE SHALL LICENSOR BE RESPONSIBLE TO LICENSEE FOR THE ENVIRONMENTAL CONDITION OF THE PREMISES. 13A IF ANY EMPLOYEE OF ANY LICENSEE PARTY ASSERTS THAT HE OR SHE IS AN EMPLOYEE OF ANY INDEMNITEE, TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM AND AGAINST ANY LIABILITIES ARISING OUT OF OR RELATED TO (IN WHOLE OR IN DART) ANY SUCH ASSERTION INCLUDING, BUT NOT LIMITED TO, ASSERTIONS OF EMPLOYMENT BY AN INDEMNITEE RELATED TO THE FOLLOWING OR ANY PROCEEDINGS THEREUNDER: THE FEDERAL EMPLOYERS' LIABILITY ACT, THE SAFETY APPLIANCE ACT, THE LOCOMOTIVE INSPECTION ACT, THE OCCUPATIONAL SAFETY AND HEALTH ACT, THE RESOURCE CONSERVATION AND RECOVERY ACT, AND ANY SIMILAR STATE OR FEDERAL STATUTE. 13.5 THE FOREGOING OBLIGATIONS OF LICENSEE SHALL NOT APPLY TO THE EXTENT LIABILITIES ARE PROXIMATELY CAUSED BY THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF ANY INDEMNITEE, BUT SHALL APPLY TO ALL OTHER LIABILITIES, INCLUDING THOSE ARISING FROM OR ATTRIBUTED TO ANY OTHER ALLEGED OR ACTUAL NEGLIGENCE, INTENTIONAL ACTS, OR STRICT LIABILITY OF ANY INDEMNITEE. 13.6 Upon written notice from Licensor, Licensee agrees to assume the defense of any lawsuit or other proceeding brought against any Indemnitee by any entity, relating to any matter covered by this License for which Licensee has an obligation to assume liability for and/or save and hold harmless any Indemnitee. Licensee shall pay all costs and expenses incident to such defense, including, but not limited to, reasonable attorneys' fees, investigators' fees, litigation and appeal expenses, settlement payments, and amounts paid in satisfaction of judgments. - 5 - Form 424; Rev. 20200605 Docusign Envelope ID; 8107EC47-B61A-4293.9022-AODBC33EA179 Tracking 425W-23926/BF-20566641 13.7 NOTHING CONTAINED HEREIN SHALL EVER BE CONSTRUED SO AS TO REQUIRE LICENSEE TO CREATE A SINKING FUND OR TO ASSESS, LEVY AND COLLECT ANY TAX TO FUND ITS OBLIGATIONS UNDER THIS SECTION 13. 14. Personal Property Risk of Loss. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES, EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE RISK OF LICENSEE ONLY, AND NO INDEMNI"TEE WILL BE LIABLE FOR ANY DAMAGE THERETO OR THEFT THEREOF, WHETHER OR NOT DUE IN WHOLE OR IN PART TO THE NEGLIGENCE OF ANY INDEMNITEE. 15. Insurance. Licensee shall, at its sole cost and expense, procure and maintain during the term of this License the following insurance coverage: mercial-General Liability "CGL" Insurance. The policy will provide a minimum of $5,000,000 per occurrence and an aggregate limit of at least $10,000,000 but in no event will the coverage be in an amount less than the amount otherwise carried by Licensee. Coverage must be purchased on a post 2004 ISO occurrence form or equivalent and include coverage for, but not limited to, the following: ■ Bodily Injury and Property Damage • Personal Injury and Advertising Injury ■ Fire legal liability • Products and completed operations ■ Contractual Liability for an "Insured Contract" consistent with the definition under the standard ISO general liability policy form. b. This policy will include the following endorsements or language, which shall be indicated on or attached to the certificate of insurance; ■ The definition of "Insured Contract" will be amended to remove any exclusion or other limitation for any work being done within 50 feet of Licensor's property; ■ Waiver of subrogation in favor of and acceptable to Licensor; ■ Additional insured endorsement in favor of and acceptable to Licensor and Jones Lang LaSalle Brokerage, Inc. to include coverage for ongoing and completed operations; ■ Separation of insureds; ■ The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. c. The parties agree that the workers' compensation and employers' liability related exclusions in the CGL policy(s) are intended to apply to employees of the policyholder and will not apply to Licensor's employees. d. No other endorsements that limit coverage with respect to Licensee's obligations under this agreement may be included on the policy. 15.2 Business Automobile Insurance. a. The insurance will provide minimum coverage with a combined single limit of at least $1,000,000 per accident, and include coverage for, but not limited to the following: • Bodily injury and property damage. • Any and all vehicles owned, used or hired. b. The policy will include the following endorsements or language, which will be indicated on or attached to the certificate of insurance: ■ Waiver of subrogation in favor of and acceptable to Licensor; ■ Additional insured endorsement in favor of and acceptable to Licensor; • Separation of insureds; ■ The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. 6 - Form 424: Rev. 20200806 Docusign Envelope ID: 81D7EC47-B61A-4293-9422-ADD8C33EA179 Tracking k25W-239261BF-20566641 15.3 Workers' Compensation and Employers' Liability Insurance. a. The policy will provide coverage of all employees performing any part of the installation or maintenance of the Pipeline including coverage for, but not limited to: ■ Licensee's statutory liability under the workers' compensation laws of the state(s) in which the work or services under this agreement are to be performed. The policy will cover all of Licensee's employees, regardless of whether such coverage is optional under the law of that state(s). ■ Employers' Liability (Dart B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. b. The policy will include contain the following endorsements or language, which shall be indicated on or attached to the certificate of insurance: 44 Waiver of subrogation in favor of and acceptable to Licensor. 15.4 Railroad Protective Liability Insurance. The policy will name only Licensor as the Insured and will provide coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The coverage obtained under this policy shall only be effective during the initial installation and/or construction of the Pipeline. THE CONSTRUCTION OF THE PIPELINE SHALL BE COMPLETED WITHIN ONE (1) YEAR OF THE EFFECTIVE DATE. If further maintenance of the Pipeline is needed at a later date, an additional Railroad Protective Liability Insurance Policy shall be required. The policy will be issued on a standard ISO form CG 00 35 12 04 and include the following: ■ Endorsed to include the Pollution Exclusion Amendment. Endorsed to include the Limited Seepage and Pollution Endorsement. • Endorsed to remove any exclusion for punitive damages. ■ Endorsed to include Evacuation Expense Coverage Endorsement. ■ No other endorsements restricting coverage may be added. The original policy must be provided to Licensor and Licensee shall not perform any work or services of any kind under this agreement until Licensor has reviewed and approved the policy. • The definition of "Physical Damage to Property" will be endorsed to read: "means direct and accidental loss of or damage to all property owned by any named insured and all property in any named insured's care, custody and control (including, but not limited to rolling stock and their contents, mechanical construction equipment or motive power equipment, railroad tracks, roadbeds, catenaries, signals, tunnels, bridges and buildings) arising out of the acts or omissions of the contractor named on the Declarations." In lieu of providing a Railroad Protective Liability Policy, for a period of one (1) year from the Effective Date, Licensee may participate in Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or its contractor. The limits of coverage are the same as above. The cost is $1,266.00. X Licensee may elect to participate in Licensors Blanket Policy; ❑ Licensee declines to participate in Licensor's Blanket Policy. 15.5 Intentionally deleted. 15.6 Other Requirements- 15.6.1 Where allowable bylaw, no exclusion for punitive damages maybe included in any policy. 15.6.2 Licensee agrees to waive its right of recovery against Licensor for all claims and suits against Licensor. in addition, Licensee's insurers, through the terms of the policy or policy endorsement, waive their right of subrogation against Licensor for all claims and suits. Licensee further waives its right of recovery, and its insurers also waive their right of - 7 - Form 424; Rev. 20200605 DoCusign Envelope ID: 81D7EC47-B61A-4293-9022-AOD8C33EA179 Tracking #25W-23926/13F-20566641 subrogation against Licensor for loss of Licensee's owned or leased property or property under Licensee's care, custody, or control. 15.6.3 Licensee is allowed to self -insure. Any self -insured retention or other financial responsibility for claims shall be covered directly by Licensee in lieu of insurance. Any and all Licensor liabilities that would otherwise, in accordance with the provisions of this License, be covered by Licensee's insurance will be covered as if Licensee elected not to include a self -insured retention or other financial responsibility for claim 15.6.4 Prior to entering the premises or commencing any work related to the installation or subsequent maintenance of the Pipeline, Licensee shall furnish to Licensor an acceptable certificate(s) of insurance from an authorized representative evidencing the required coverage(s), endorsements, and amendments. 15.6.5 Licensee shall notify BNSF in writing at least 30 days prior to any cancellation or non - renewal, of any insurance requirement. 15.6.6 Any insurance policy shall be written by a reputable insurance company acceptable to Licensor or with a current Beat's Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided. 15.6.7 If the coverage provided by any of the insurance policies required by this agreement is purchased on a "claims made" basis, Licensee hereby agrees to maintain coverage in force for a minimum of three years after expiration, cancellation or termination of this agreement. 15.6.8 Licensee agrees to provide evidence to Licensor that it has the required coverage in place at least annually or in the event of a renewal or material change of coverage 15.6.9 Licensee represents that this License has been thoroughly reviewed by Licensee's insurance agents)/broker(s), and that Licensee has instructed them to procure the insurance coverage required by this License. 15.6.10 Not more frequently than once every five years, Licensor may, at its discretion, reasonably modify the insurance requirements to reflect the then -current risk management practices in the railroad industry and underwriting practices in the insurance industry, 15.6.11 If Licensee will subcontract any portion of the operation, Licensee shall require that the subcontractor provide and maintain insurance coverage(s) as set forth herein, naming Licensor as an additional insured, In addition, Licensee shall require that the subcontractor shall release, defend and indemnify Licensee to the same extent and under the same terms and conditions as Licensee is required to release, defend and indemnify Licensor under this agreement. 15.6.12 Failure to provide evidence as required by this section shall entitle, but not require, Licensor to terminate this License immediately. Acceptance of a certificate that does not comply with this section shall not operate as a waiver of Licensee's obligations hereunder. 15.6.13 The fact that Licensee obtains insurance (including, without limitation, self-insurance) shall not release or diminish Licensee's liabilities or obligations including, without limitation, the liabilities and obligations under the indemnity provisions of the License. Damages recoverable by Licensor shall not be limited by the amount of the required Insurance coverage. 15.6.14 In the event of a claim or lawsuit involving BNSF arising out of this Agreement, Licensee will make the policy covering such claims or lawsuits available to BNSF with proprietary information not relevant to such claim or lawsuit permitted to be redacted. - a - Form 424; Rev. 20200605 Docusign Envelope ID: 81D7EG47-661A-4293-9022-AO[78C33EA179 Tracking ##25W-23926/BF-20566641 15.6.15 In the event of willful misconduct or gross negligence by Licensee, BNSF requires and shall be entitled to the broader coverage and/or the higher limits that the Licensee maintains beyond the minimum requirements specified in this Agreement, BNSF requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to BNSF. 15.6.16 These insurance provisions are intended to be a separate and distinct obligation on the part of the Licensee. Therefore, these provisions shall be enforceable and Licensee shall be bound thereby regardless of whether or not indemnity provisions are determined to be enforceable in the jurisdiction in which the work or services are performed under this License. --15-6:1-7-For-purp6se8F-of-this Section 15, Licensor shall mean "Burlington Northern Santa Fe, LLC", "BNSF Railway Company" and the subsidiaries, successors, assigns and affiliates of each. COMPLIANCE WITH LAWS, REGULATION% AND ENVIRONMENTAL MATTERS 16, Compliance with Laws, Rules, and Regulations. 16.1 Licensee shall observe and comply with any and all applicable federal, state, local, and tribal laws, statutes, regulations, ordinances, orders, covenants, restrictions, or decisions of any court of competent jurisdiction ("Legal Requirements") relating to the construction, maintenance, and use of the Pipeline and the use of the Premises_ 16.2 Prior to entering the Premises, Licensee shall and shall cause its contractor(s) to comply with all of Licensor's applicable safety rules and regulations. Licensee must ensure that each of its employees, contractors, agents or invitees entering upon the Premises completes the safety orientation program at the Website "www.BNSFcontractor,com" (the "Safety Orientation") within one year prior to entering upon the Premises. Additionally, Licensee must ensure that each and every employee of Licensee, its contractors, agents and invitees possess a card certifying completion of the Safety Orientation prior to entering upon the Premises. Licensee must renew (and ensure that its contractors, agents or invitees, as applicable, renew) the Safety Orientation annually. 16.3 Licensee shall obtain on or before the date it or its contractor enters the Premises, any and all additional rights -of way, easements, licenses and other agreements relating to the grant of rights and interests in and/or access to the Premises (collectively, the "Rights") and such other rights, licenses, permits, authorizations, and approvals (including without limitation, any necessary local, state, federal or tribal authorizations and environmental permits) that are necessary in order to permit Licensee to construct, maintain, own and operate the Pipeline and otherwise to perform its obligations hereunder in accordance with the terms and conditions hereof. 16.4 Licensee shall either require that the initial stated term of each such Rights be for a period that does not expire, in accordance with its ordinary terms, prior to the last day of the term of this License or, if the initial stated term of any such Right expires in accordance with its ordinary terms on a date earlier than the last day of the term of this License, Licensee shall, at its cost, exercise any renewal rights thereunder, or otherwise acquire such extensions, additions and/or replacements as may be necessary, in order to cause the stated term thereof to be continued until a date that is not earlier than the last day of the term of this License. 16.5 upon the expiration or termination of any Right that is necessary in order for Licensee to own, operate or use the Pipeline in accordance with the terms and conditions of this License, this License thereby shall automatically expire upon such expiration or termination of the Fight. - 9 - Form 424; Rev. 20200605 Docusign Envelope ID: 81D7EC47-B61A-4293-9022-AO08C33EA179 Tracking #25W-23926/BF-20566641 17. Environmental. 17.1 Licensee shall strictly comply with Environmental Laws (as defined below). Licensee shall not maintain a treatment, storage, transfer or disposal facility, or underground storage tank, as defined by Environmental laws on the Premises. Licensee shall not release or suffer the release of oil or Hazardous Materials (as defined below) on or about the Premises. 17.2 Except as specifically set forth in Section 4 of this License. Licensee covenants that it will not handle or transport Hazardous Materials through the Pipeline or on Licensor's property. Upon request by Licensor, Licensee agrees to furnish Licensor with proof, satisfactory to Licensor, that Licensee is in compliance with the provisions of this Section 17.2. 17.3 Licensee shall give Licensor immediate notice to Licensor's Resource Operations Center at (800) 832-5452-.of any. -known (i) release of Hazardous Materials on, from, or affecting the Premises, (ii) violation of Environmental Laws, or (iii) inspection or inquiry by governmental authorities charged with enforcing Environmental Laws with respect to Licensee's use of the Premises. Licensee shall use its best efforts to immediately respond to any release on, from, or affecting the Premises. Licensee also shall give Licensor prompt notice of all measures undertaken on behalf of Licensee to investigate, remediate, respond to or otherwise cure such release or violation. 17.4 If Licensor has notice from Licensee or otherwise of a release or violation of Environmental Laws arising in any way with respect to the Pipeline which occurred or may occur during the term of this License, Licensor may require Licensee, at Licensee's sole risk and expense, to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the Premises or Licensor's right-of-way_ 17.5 Licensee shall immediately report to Licensor's Resource Operations Center at (800) 832-5452 any conditions or activities upon the Premises known to Licensee which create a risk of harm to persons, property or the environment and shall take all reasonable actions necessary to prevent injury to persons, property, or the environment arising out of such conditions or activities; provided, however, that Licensee's reporting to Licensor shall not relieve Licensee of any obligation whatsoever imposed on it by this License. Licensee shall promptly respond to Licenser's request for information regarding said conditions or activities. 17.6 During the term of this License, Licensor may, at Licensor's option, require Licensee to conduct an environmental audit, including but not limited to sampling, of the Premises through an environmental consulting engineer acceptable to Licensor, at Licensee's sole cost and expense, to determine if any noncompliance or environmental damage to the Premises has occurred during occupancy thereof by Licensee. The audit shall be conducted to Licensor's satisfaction and a copy of the audit report shall promptly be provided to Licensor for its review. Licensee shall pay all expenses for any remedial or corrective action that may be required as a result of said audit to correct any noncompliance or environmental damage, and Licensee shall diligently pursue and complete all necessary work prior to termination of this License- Licensee's obligations under this Section 17.6 shall survive termination of this License. 17.7 Notwithstanding anything in this Section 17, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine Licensee's compliance with Environmental Laws, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is compliant. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. 17.8 "Environmental Law(s)" shall mean any federal, state, local, or tribal law, statute, ordinance, code, rule, regulation, policy, common law, license, authorization, decision, order, or injunction which pertains to health, safety, any Hazardous Material, or the environment (including but not limited to ground, air, water, or noise pollution or contamination, and underground or above- ground tanks) and shall include, without limitation, CERCLA 42 U.S.C. §9601 et seq.; the Resource Conservation and Recovery Act, 42 U.S.C. §6901 et seq,; the Hazardous Materials Transportation Act, 49 U.S.C. §5101 et seq.; the Federal Water Pollution Control Act, 33 U.S.C. . 10 - Form 424: Rev. 20200605 Docusign Envelope ID: 81Q7EC47-661A-4293-9022 A0D8C33EA179 Tracking #25W-23926JBF-20506641 §1251 et seq.; the Clean Air Act, 42 U.S.C. §7401 et seq.; the Toxic Substances Control Act, 15 U.5_C. §2601 at seq.; the Safe Drinking Water Act, 42 U.S.C. §300f et seq.; the Emergency Planning and Community Right -to -Know Act, 42 U.S.C. 11001 et seq.; the Federal Insecticide, Fungicide and Rodenticide Act, 7 U.S.C. 136 to 136y; the Oil Pollution Act, 33 U.S.C. 2701 at seq.; and the Occupational Safety and Health Act, 29 U,S,C. 651 at seq.; all as have been amended from time to time, and any other federal, state, local, or tribal environmental requirements, together with all rules, regulations, orders, and decrees now or hereafter promulgated under any of the foregoing, as any of the foregoing now exist or may be changed or amended or come into effect in the future. 17.9 "Hazardous Material(s)" shall include but shall not be limited to any substance, material, orwaste that is regulated by any Environmental Law or otherwise regulated by any federal, state, local, or tribal governmental authority because of toxic, flammable, explosive, corrosive, reactive, _ radioactive..or .other properties that may be hazardous to human health or the environment, including without limitation asbestos and asbestos -containing materials, radon, petroleum and petroleum products, urea formaldehyde foam insulation, methane, lead -based paint, polychlorinated biphenyl compounds, hydrocarbons or like substances and their additives or constituents, pesticides, agricultural chemicals, and any other special, toxic, or hazardous (i) substances, (ii) materials, or (iii) wastes of any kind, including without limitation those now or hereafter defined, determined, or identified as "hazardous chemicals", "hazardous substances," "hazardous materials," "toxic substances," or "hazardous wastes" in any Environmental Law. DISCLAIMER OF WARRANTIES 18. No Warranties. 18.1 LICENSOR'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIED DUTIES OR IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE CONTAINED IN THIS LICENSE. LICENSEE HEREBY WAIVES ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THI= PREMISES OR WHICH MAY EXIST BY OPERATION OF LAW OR IN EQUITY, INCLUDING, WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY, HABITABILITY OR FITNESS FOR A PARTICULAR PURPOSE. 18.2 LICENSOR MAKES NO WARRANTY, REPRESENTATION OR CONDITION OF ANY KIND, EXPRESS OR IMPLIED, CONCERNING (A) THE SCOPE OF THE LICENSE OR OTHER RIGHTS GRANTED HEREUNDER TO LICENSEE OR (B) WHETHER OR NOT LICENSEE'S CONSTRUCTION, MAINTENANCE, OWNERSHIP, USE OR OPERATION OF THE PIPELINE WILL VIOLATE OR INFRINGE UPON THE RIGHTS, INTERESTS AND ESTATES OF THIRD PARTIES, INCLUDING, WITHOUT LIMITATION, ANY LEASES, USE RIGHTS, EASEMENTS AND LIENS OF ANY THIRD PARTY. 19. Disclaimer of Warranty for Quiet Enioyment. LICENSOR DOES NOT WARRANT ITS TITLE TO THE PREMISES NOR UNDERTAKE TO DEFEND LICENSEE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE. 20. Eviction at Risk of Licensee. In case of the eviction of Licensee by anyone owning, claiming title to, or claiming any interest in the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor shall not be liable (i) to refund Licensee any compensation paid hereunder, except for the pro- rate part of any recurring charge paid in advance, or (ii) for any damages or costs Licensee sustains in connection with the eviction. LIENS AND TAXES 21. Liens and Charges. Licensee shall promptly pay and discharge any and all liens arising out of any construction, alterations or repairs done, suffered or permitted to be done by Licensee on the Promises. -11 - Form 424; Rev. 20200605 Docusigr Envelope ID: 61 07EC47-B6tA-4293-9022-AOD8C33EA179 Tracking #25W-23926MF-24566641 Licensor is hereby authorized to post any notices or take any other action upon or with respect to the Premises that is or may be permitted by law to prevent the attachment of any such liens to the Premises; provided, however, that failure of Licensor to take any such action shall not relieve Licensee of any obligation or liability under this Section 21 or any other Section of this License. 22. Taxes, Licensee shall pay when due any taxes, assessments or other charges (collectively, "Faxes") levied or assessed by any governmental or quasi -governmental body upon the Pipeline or any other improvements constructed or installed on the Premises by or for Licensee (collectively, the "Improvements") or any Taxes levied or assessed against Licensor or the Premises that are attributable to the Improvements, DEFAULT, TERMINATION, AND SURRENDER 23. Default and Termination. In addition to and not in limitation of Licensor's right to terminate for failure to provide evidence of insurance as required pursuant to the terms of Section 15, the following events are also deemed to be events of default pursuant to which Licensor has the right to terminate as set forth below: 23.1 If default shall be made in any of Licensee's covenants, agreements, or obligations contained in this License and Licensee fails to cure said default within thirty (30) days after written notice is provided to Licensee by Licensor, or in case of any assignment or transfer of this License in violation of Section 26 below, Licensor may, at its option, terminate this License by serving five (5) days' notice in writing upon Licensee. Notwithstanding the foregoing, Licensor shall have the right to terminate this License immediately if Licensee fails to provide evidence of insurance as required in $ection 15. 23.2 Should Licensee not comply fully with the obligations of Section 17 regarding the handling or transporting of Hazardous Materials, notwithstanding anything contained in any other provision of this License. Licensor may, at its option, terminate this License by serving five (5) days' notice in writing upon Licensee. 23.3 Any waiver by Licensor of any default or defaults shall not constitute a waiver of the right to terminate this License for any subsequent default or defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any Section of this License. The remedies set forth in this Section 23 shall be in addition to, and not in limitation of, any other remedies that Licensor may have at law or in equity. 23.4 Intentionally Deleted. 24. Surrender of the Premises. 24,1 On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense: 24.1.1 if so directed by Licensor in writing, remove the Improvements, the Pipeline and al! appurtenances thereto, or, at the sole discretion of Licensor, fill and cap or otherwise appropriately decommission the Pipeline with a method satisfactory to Licensor; 24.1.2 report and restore any damage to the Premises or Licensor's other property arising from, growing out of, or connected with Licensee's use of the Premises; 24.1.3 remedy any unsafe conditions on the Premises created or aggravated by Licensee; and 24.1A leave the Premises in substantially the condition which existed as of the Effective hate, or as otherwise agreed to by Licensor. 24.2 Upon any expiration or termination of this License, if Licensee fails to surrender the Premises to Licensor or if Licensee fails to complete its obligations under Section 24.1 above (the - 12 - Form 424; Rev. 2O2OO605 Docusign Envelope ID: 61P7F-C47-B$lA-4293-9422-A0D8C33EA179 Tracking #25W-23926/BF 20566641 "Restoration Obligations"), Licensee shall have a limited license to enter upon the Premises solely to the extent necessary for Licensee to complete the Restoration Obligations, and all liabilities and obligations of Licensee hereunder shall continue in effect until the Premises are surrendered and the Restoration Obligations are completed. Neither termination nor expiration shall release Licensee from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination, or, if later, the date when Licensee surrenders the Premises and all of the Restoration Obligations are completed. 24.3 If Licensee fails to complete the Restoration Obligations within thirty (30) days after the date of such termination of its tenancy, then Licensor may, at its election, either: (i) remove the Pipeline and the other Improvements or otherwise restore the Premises, and in such event Licensee shall, within thirty (30) days after receipt of bill therefor, reimburse Licensor for cost incurred, (ii) upon —written notice. to Licensee, take and hold the Pipeline and the other Improvements and personal property as its sole property, without payment or obligation to Licensee therefor, or (iii) specifically enforce Licensee's obligation to restore and/or pursue any remedy at law or in equity against Licensee for failure to so restore. Further, if Licensor has consented to the Pipeline and the other Improvements remaining on the Premises following termination, Licensee shall, upon request by Licensor, provide a bill of sale in a form acceptable to Licensor conveying the Pipeline and the other Improvements to Licensor for no additional consideration. MISCELLANEOUS 25, Successors and Assigns. All provisions contained in this License shall be binding upon, inure to the benefit of, and be enforceable by the respective successors and assigns of Licensor and Licensee to the same extent as if each such successor and assign was named a party to this License. 26. Assignment. 26.1 Licensee may not sell, assign, transfer, or hypothecate this License or any right, obligation, or interest herein (either voluntarily or by operation of law, merger, or otherwise) without the prior written consent of Licensor, which consent may not be unreasonably withheld or delayed by Licensor. Any attempted assignment by Licensee in violation of this Section 26 shall be a breach of this License and, in addition, shall be voidable by Licensor in its sole and absolute discretion. 26.2 For purposes of this Section 26, the word "assign" shall include without limitation (a) any sale of the equity interests of Licensee following which the equity interest holders of Licensee immediately prior to such sale own, directly or indirectly, less than 50% of the combined voting power of the outstanding voting equity interests of Licensee, (b) any sale of all or substantially all of the assets of (i) Licensee and (ii) to the extent such entities exist, Licensee's parent and subsidiaries, taken as a whole, or (c) any reorganization, recapitalization, merger or consolidation involving Licensee. Notwithstanding the foregoing, any reorganization, recapitalization, merger or consolidation following which the equity interest holders of Licensee immediately prior to such reorganization, recapitalization, merger or consolidation own, directly or indirectly, at least 50% of the combined voting power of the outstanding voting equity interests of Licensee or any successor thereto or the entity resulting from such reorganization, recapitalization, merger or consolidation shall not be deemed an assignment. THIS LICENSE SHALL NOT FAUN WITH THE LAND WITHOUT THE EXPRESS WRITTEN CONSENT OF LICENSOR, SUCH CONSENT TO BE IN LICENSOR'S SOLE DISCRETION. 26.3 Notwithstanding the provisions of Section 26.1 above or anything contained in this License to the contrary, if Licensee sells, assigns, transfers, or hypothecates this License or any interest herein in contravention of the provisions of this License (a "Purported Assignment") to another party (a "Purported Transferee"), the Purported Transferee's enjoyment of the rights and privileges granted under this License shall be deemed to be the Purported Transferee's agreement to be bound by all of the terms and provisions of this License, including but not limited to the obligation to comply with the provisions of Section 15 above concerning insurance requirements. In addition to and not in limitation of the foregoing, Licensee, for itself, its successors and assigns, shall indemnify, defend and hold harmless Licensor for all Liabilities of any nature, kind or - 13 - Farm 424; Rev. 20200605 Docusign Envelope ID: 8107EC47-B61A-4293-9022-AOD8G33EA179 Tracking #25W-23926JBF-20566641 description of any person or entity directly or indirectly arising out of, resulting from or related to (in whole or in part) a Purported Assignment. The provisions of this Section 26.3 shall survive the expiration or earlier termination of this License. 26.4 Licensor shall have the right to transfer and assign, in whole or in part, all of its rights and obligations under this License, and upon any such transfer or assignment, Licensor shall be released from any further obligations hereunder, and Licensee agrees to look solely to the successor in interest of Licensor for the performance of such obligations. 27. Notices.. Any notice, invoice, or other writing required or permitted to be given hereunder by one party to the other shall be in writing and the same shall be given and shall be deemed to have been served and given if (i) placed in the United States mail, certified, return receipt requested, or (ii) deposited into the custody of a nationally recognized overnight delivery service, addressed to the party to be notified at the address for such party specified below, or to such other address as the party to be notified may designate by giving the other party no less than thirty (30) days' advance written notice of such change in address. If to Licensor: Jones Lang LaSalle Brokerage, Inc. 2650 Lou Menk Dr MOB 2 Fort Worth, TX 76131 Attn: Permits/Licenses with a copy to: BNSF Railway Company 2650 Lou Menk Dr. Fort Worth, TX 76131 Attn: Senior Manager Real Estate If to Licensee: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 28. Survival. Neither termination nor expiration will release either party from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration, or, if later, the date when the Pipeline and the other Improvements are removed and the Restoration Obligations are completed in accordance with the terms hereof. 29. Recordation. It is understood and agreed that this License shall not be placed or allowed to be placed on public record. 30. Ap,_p licable Law. All questions concerning the interpretation or application of provisions of this License shall be decided according to the substantive laws of the State of Texas without regard to conflicts of law provisions. 31. Severabiiity. To the maximum extent possible, each provision of this License shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this License shall be prohibited by, or held to be invalid under, applicable law, such provision shall be ineffective solely to the extent of such prohibition or invalidity, and this shall not invalidate the remainder of such provision or any other provision of this License. 32. Integration. This License is the full and complete agreement between Licensor and Licensee with respect to all matters relating to Licensee's use of the Premises, and supersedes any and all other agreements - 14 - Form 424; Rev. 20200605 Docusign Envelope ID' 81D7EC47-B61A-4293-9022-AOD8C33EA179 Tracking #25W-23926/BF-2056664l between the parties hereto relating to Licensee's use of the Premises as described herein. However, nothing herein is intended to terminate any surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in any prior written agreement between the parties. 33. Joint and Several Liability. If Licensee consists of two or more parties, all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such parties. 34. Waiver. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way impair the right of Licensor to enforce that provision for any subsequent breach thereof. 35. Interpretation. 35.1 This License shall be interpreted in a neutral manner, and not more strongly for or against any party -based -upon the source of the draftsmanship; both parties hereby agree that this License shall not be subject to the principle that a contract would be construed against the party which drafted the same. Article titles, headings to sections and paragraphs and the table of contents (if any) are inserted for convenience of reference only and are not intended to be a part or to affect the meaning or interpretation hereof. The exhibit or exhibits referred to herein shall be construed with and as an integral part of this License to the same extent as if they were set forth verbatim herein. 35.2 As used herein, "include", "includes" and "including" are deemed to be followed by "without limitation" whether or not they are in fact followed by such words or words of like import; "writing", "written" and comparable terms refer to printing, typing, lithography and other means of reproducing words in a visible form; references to any person are also to that person's successors and permitted assigns; "hereof', "herein", "hereunder" and comparable terms refer to the entirety hereof and not to any particular article, section, or other subdivision hereof or attachment hereto; references to any gender include references to the masculine or feminine as the context requires; references to the plural include the singular and vice versa; and references to this License or other documents are as amended, modified or supplemented from time to time. 36. Counterparts. This License may be executed in multiple counterparts, each of which shall, for all purposes, be deemed an original but which together shall constitute one and the same instrument, and the signature pages from any counterpart may be appended to any other counterpart to assemble fully executed documents, and counterparts of this License may also be exchanged electronically and any electronic version of any party's signature shall be deemed to be an original signature for all purposes. 37. Licensor's Representative. Jones Lang LaSalle Brokerage, Inc. is acting as representative for BNSF Railway Company. END OF RAGE — SIGNATURE PACE FOLLOWS - 15 - Form 424; Rev. 20200605 Docusign Envelope ID:$1D7EC47-661A-4293-9022-A008C33EA179 Tracking #25W-23926BF-20566641 This License has been duly executed by the parties hereto as of the Effective pate. LICENSOR: SNSF Railway Company, a Delaware corporation y: By. Cary Hutchings Title: Director, Corporate Real Estate ILICENSIEL City of Fort Worth„ a Texas ffw=fpaW W- W- JeSkM McEalChM T-M-, ASS11:5WA Cfty MWaW - 16 - Form 424: Rev_ 20200605 Docusign Envelope ID: 81D7EC47-Bfi1A-4293-9022-AODUC33EA179 TRACKING NO. 25W-2392, SCALE:1 IN = 100 FT RFD RIVER. DIV. WICHITA FALLS SUBDIV. L.S. 0485 MP: 16.72 DATE: 4/30/2025 N EXHIBIT "A" MP 16.72 -,32.9502203,-97.4161990 V FROM ROAD CIL } Sp. 126' 0 DESCRIPTION OF PIPELINE PIPELINE SHOWN BOLD SURVEY: BATES, J C u= w Blue Mound W Q0. 1 { Maxar, Microsoft CARRIER CASING CARRIER CASING PIPE PIPE PIPE PIPE SIZE: 24" 42" LENGTH ON R/W: 126! 126' CONTENTS: DOMESTIC WATER WORKING PRESSURE: 150 PSI PIPE MATERIAL: DUCT. IRON STEEL BURY: BASEIRAILTO TOP SPECIFICATIONS ! GRADE: C161 A139 GRADE B OF CASING 11' WALL THICKNESS: 0.33" 0.625" BURY: NATURAL GROUND 10, COATING: BURY. ROADWAY DITCHES 10` CATHODIC PROTECTION YES VENTS: NUMBER 0 SIZE - HEIGHT OF VENT ABOVE GROUND - NOTE: CASING TO BE JACKED OR DRY BORED ONLY AVONDALE COUNTY OF TARRANT STATE OF TX JI M DRAWING NO.9437f December 15, 2024 City of Fort Worth Attention: Ms. Kathleen Bradford 200 Texas Street Fort Worth, TX 76102 Dear Ms. Bradford: Jones Lang LaSalle Brokerage, Inc. 21350 Lou Merck Drive, MOBS Fort Worth, Texas 76131 23W-16569 Enclosed please find one (1) fully executed Pipeline License Agreement. A copy of the executed agreement must be available upon request at the job site as authorization to do the work. Please contact BNSF's Scheduling Agent at;t,ifvrincoi,rpariy.utility.ic[a7wilsoirco.coni or 816-556-3624 at least fifteen (15) days in advance of entry and BEFORE YOU DIG, CALL (800) 533-2891 (option 7). Licensee must ensure that each of its employees, contractors, agents or invitees entering upon the premises completes the safety orientation program at the website www,BNSFcontractor.com prior to entering upon the premises. The certification is good for one year, and each person entering the premises must possess the card certifying completion. No encroachment above, below or on HNSF Right -of -Way will be allowed without the presence of an inspector Coordinator and Flagman. You must contact BNSF's Scheduling Agent to arrange for those services. The scheduling agent maybe contacted at wilsoatcontnarry. utility. ic(u),wil so»co, coda or 816-556-3624. The installation contractor must comply with all applicable sections of this agreement, including the requirements of section 16 regarding safety requirements prior to encroaching on BNSF Right -of --Way. The installation contractor must present and maintain a copy of the executed agreement on site for the duration of the installation activities. Please note that a copy of the executed agreement must be available upon request at .job site(s) allowing authorization to do the work. If you need additional information, please contact me at (817) 593-6140. Sincerely, &'�& M",W# Carlie Hennig Manager - Permits Enclosure cc: wilsoncompany.utility. icAwdsonco.com ROWC'oordinatorhnsfcom Tracking ##23'W-16569 PIPELINE LICENSE THIS PIPELINE LICENSE ("License") is made to be effective December 15, 2024 (the "Effective Date") by and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and CITY OF FORT WORTH, a Texas municipality ("Licensee"), In consideration of the mutual covenants contained herein, the parties agree to the following; GENERAL Grant of License. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests, and estates of third parties, including, without limitation, any leases, use rights, easements, liens, or other encumbrances, and upon the terms and conditions set forth below, to construct and maintain, in strict accordance with the drawings and specifications approved by Licensor as part of Licensee's application process (the "Drawings and Specifications"), one (1) pipeline, 24 inches in diameter inside a 42 inch Steel casing (collectively, the "Pipeline"), across or along Licensor's rail corridor at or near the station of Avondale, County of Tarrant, State of Texas, Line Segment 0485, Mile Post 17.50 as shown on the attached Drawing No. 87012, dated February 24, 2023, attached hereto as Exhibit "AK'and incorporated herein by reference (the "Premises"). 2. Term. This License shall commence on the Effective Date and shall continue for so long as the Pipeline is used for public purpose, subject to prior termination as hereinafter described. 3. Existing Improvements, Licensee shall not disturb any improvements of Licensor or Licensor's existing lessees, licensees, easement beneficiaries or lien holders, if any, or interfere with the use, repair, maintenance or replacement of such improvements. 4. Use of the Premises. Licensee shall use the Premises solely for construction, maintenance, and use of the Pipeline in accordance with the Drawings and Specifications. The Pipeline shall carry Domestic Water, and Licensee shall not use the Pipeline to carry any other material or use the Premises for any other purpose. Licensee is expressly prohibited from using or allowing any telecommunication facilities or equipment within the Premises, or using or allowing the use of the Premises for any other purpose. 5. Alterations. Except as set forth in this License, Licensee may not make any alterations to the Premises or permanently affix anything to the Premises or any buildings or other structures adjacent to the premises without Licensor's prior written consent. COMPENSATION 6. License Fee. Licensee shall pay Licensor, prior to the Effective Date, a one-time payment (in lieu of recurring periodic fixed license fees) in the sum of Seven Thousand Four Hundred and No/100 Dollars ($7,400.00) as compensation for the use of the Premises. 7, Costs and Expenses. 7.1 For the purpose of this License, "cost" or "costs" and "expense" or "expenses" includes, but is not limited to, actual labor and material costs including all assignable additives, and material and supply costs at current value where used. 7.2 Licensee agrees to reimburse Licensor (pursuant to the terms of Section 8 below) for all costs and expenses incurred by Licensor in connection with Licensee's use of the Premises or the presence, construction and maintenance of the Pipeline, including but not limited to the furnishing of Licensor's flaggers and any vehicle rental costs incurred, inspection coordination, safety, mobilization and/or other observation services described in this License (collectively, the "Services"), Licensee shall bear the cost of the Services, when deemed necessary by Licensor's representative. Flagging costs shall include, but not be limited to, the following: pay for at least an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays (as applicable); vacation allowance; paid holidays (as applicable); railway and - 1 - Form 424; Rev. 20200605 Tracking #23W-16569 unemployment insurance; public liability and property damage insurance; health and welfare benefits; transportation; meals; lodging and supervision. Negotiations for railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase flagging rates. Flagging rates in effect at the time of performance by the flaggers will be used to calculate the flagging costs pursuant to this Section 7. 7,3 Licensor, at its sole discretion, may elect to designate a third party (the "Scheduling Agent"), to perform and/or arrange for the performance of the Services. S. Payment Terms. All invoices are due thirty (30) days after the date of invoice. If Licensee fails to pay any monies due to Licensor within thirty (30) days after the invoice date, then Licensee shall pay interest on such unpaid sum from the due date until paid at an annual rate equal to the lesser of (i) the prime rate last published in The Wall Street Journal in the preceding December plus two and one-half percent (2- 1/2%), or (ii) the maximum rate permitted by law. LICENSER'S RESERVED RIGHTS 9. Reserved Rights of Use. Licensor excepts and reserves the right, to be exercised by Licensor and any other parties who may obtain written permission or authority from Licensor: 9.1 to maintain, use, operate, repair, replace, modify and relocate any utility, power or communication pipellineslcables and appurtenances (other than the Pipeline) and other facilities or structures of like character upon, over, under or across the Premises existing as of the Effective Date; 9,2 to construct, maintain, renew, use, operate, change, modify and relocate any tracks or additional facilities, structures and related appurtenances upon, over, under or across the Premises; or 9.3 to use the Premises in any manner as Licensor in its sole discretion deems appropriate, provided Licensor uses all commercially reasonable efforts to avoid material interference with the use of the Premises by Licensee for the purpose specified in Section 4 above. 10. Right to Require Relocation. If at any time during the term of this License, Licensor desires the use of its rail corridor in such a manner as would, in Licensor's reasonable opinion, be interfered with by the Pipeline, Licensee shall, at its sole expense, within thirty (30) days after receiving written notice from Licensor to such effect, make such changes in the Pipeline as in the sole discretion of Licensor may be necessary to avoid interference with the proposed use of Licenser's rail corridor, including, without limitation, the relocation of the Pipeline, or the construction of a new pipeline to replace the Pipeline. Notwithstanding the foregoing, Licensee agrees to make all emergency changes and minor adjustments, as determined by Licensor in its sole discretion, to the Pipeline promptly upon Licensor's request. LICENSEE'S OPERATIONS 11. Construction and Maintenance of the Pipeline. 11.1 Licensee shall not enter the premises or commence construction unless accompanied by Licensor's representative, the Scheduling Agent or its designee. Licensee shall notify Licensor's Roadmaster, Vincent Griffin at Vincent.Griffin1@bnsf.com, telephone 817-740-7274, at least ten (10) business days prior to installation of the Pipeline and prior to entering the Premises for any subsequent maintenance thereon. In the event of emergency, Licensee shall notify Licensor of Licensee's entry onto the Premises at the telephone number above as soon as practicable and shall promptly thereafter follow up with written notice of such entry. 11.2 Licensee's on -site supervisors shall retain/maintain a fully executed copy of this License at all times while on the Premises. 11.3 While on the Premises, Licensee shall use only public roadways to cross from one side of Licenser's tracks to the other. - 2 - Form 424: Rev. 20200605 Tracking #23W-16569 11,4 Any contractors or subcontractors performing work on the Pipeline or entering the Premises on behalf of Licensee shall be deemed servants and agents of Licensee for purposes of this License. 11.5 Under no conditions shall Licensee be permitted to conduct any tests, investigations or any other activity using mechanized equipment and/or machinery, or place or store any mechanized equipment, tools or other materials, within twenty-five (25) feet of the centerline of any railroad track on the Premises unless Licensee has obtained prior written approval from Licensor. Licensee shall, at its sole cost and expense, perform all activities on and about the Premises, including without limitation all construction and maintenance of the Pipeline, in such a manner and of such materials as not at any time to endanger or interfere with (i) the existence or use of present or future tracks, roadbeds, or property of Licensor, (H) the safe operation and activities of Licensor or existing third parties, or (iii) the rights or interests of third parties. If ordered to cease using the Premises at any time by Licensor's personnel due to any hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine the safe nature thereof, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is safe. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. 11.6 Licensee shall, at its sole cost and expense, construct and maintain the Pipeline in such a manner and of such material that the Pipeline will not at any time endanger or interfere with (i) the existence or use of present or future tracks, roadbeds, or property of Licensor, (H) the safe operation and activities of Licensor or existing third parties, or (iii) the rights or interests of third parties. The construction of the Pipeline shall be completed within one (1) year of the Effective Date, and any subsequent maintenance shall be completed within one (1) year of initiation. Within fifteen (15) days after completion of the construction of the Pipeline or the performance of any subsequent maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore the Premises to substantially their state as of the Effective Date, unless otherwise approved in advance by Licensor in writing. On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense, surrender the Premises to Licensor pursuant to the terms and conditions set forth in Section 24 hereof. 11.7 Licensor may direct one or more of its field engineers or inspectors to observe or inspect the construction and/or maintenance of the Pipeline at any time for compliance with the Drawings and Specifications and Legal Requirements (defined below). Licensee shall reimburse Licensor for the cost of such observation or inspection related services pursuant to Section 8. If ordered at any time to halt construction or maintenance of the Pipeline by Licensor's personnel due to non-compliance with the Drawings and Specifications or any other hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to observe or inspect, or to halt work on, the Pipeline, it being solely Licensee's responsibility to ensure that the Pipeline is constructed and maintained in strict accordance with the Drawings and Specifications and in a safe and workmanlike manner in compliance with all terms hereof. Neither the exercise of, nor the failure by Licensor to exercise, any right granted by this Section will alter in any way the liability allocation provided by this License. If at any time Licensee shall, in the sole judgment of Licensor, fail to properly perform its obligations under this Section 11, Licensor may, at its option and at Licensee's sole expense, arrange for the performance of such work as it deems necessary for the safety of its operations and activities. Licensee shall promptly reimburse Licensor for all costs and expenses of such work, pursuant to the terms of Section B. Licensor's failure to perform any obligations of Licensee shall not alter the liability allocation hereunder. 11.8 Cutting head must travel at 0.0% grade (or downward) beginning 25' (minimum) from centerline of track until it reaches a point 25' (minimum) from the centerline of track. Minimum pressure must be applied to pumping the slurry to the cutting head during drilling. This will deter the bentonite slurry used for lubrication from seeping up and fouling the track roadbed. A Flagman must be present during installation and will monitor the ballast and roadbed. - 3 - Form 424; Rev. 20200605 Tracking #23W-16569 12. Boring and Excavation. 12.1 Prior to Licensee conducting any boring, excavation, or similar work on or about any portion of the Premises, Licensee shall contact the applicable State's calf -before -you -dig utility location service to have 3ro parties mark the location of utilities. Licensee shall explore the proposed location for such work with hand tools to a depth of at least three (3) feet below the surface of the ground to determine whether pipelines or other structures exist below the surface, provided, however, that in lieu of the foregoing hand -tool exploration, Licensee shall have the right to use suitable detection equipment or other generally accepted industry practice (e.g,, consulting with the United States Infrastructure Corporation) to determine the existence or location of pipelines and other subsurface structures prior to drilling or excavating with mechanized equipment. Licensee shall request information from Licensor concerning the existence and approximate location of Licensor's underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline by contacting Licensor's Telecommunications Helpdesk, currently at 1-800- 633-2891 (optionl, then option `i), at least ten (10) business days prior to installation of the Pipeline. Upon receiving Licensee's timely request, Licensor will provide Licensee with the information Licensor has in its possession regarding any existing underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline and, if applicable, identify the location of such lines on the Premises pursuant to Licenser's standard procedures. Licensor does not warrant the accuracy or completeness of information relating to subsurface conditions of the Premises and Licensee's operations will be subject at all times to the liability provisions herein. 12.2 For all bores greater than 26-inch diameter and at a depth less than 10.0 feet below bottom of rail, a soil investigation must be performed by Licensee and reviewed by Licensor prior to construction. This study is to determine if granular material is present, and to prevent subsidence during the installation process. If the investigation determines in Licensor's reasonable opinion that granular material is present, Licensor may select a new location for Licensee's use, or may require Licensee to furnish for Licenser's review and approval, in Licenser's sole discretion, a remedial plan to deal with the granular material. Once Licensor has approved any such remedial plan in writing, Licensee shall, at Licensee's sole cost and expense, carry out the approved plan in accordance with all terms thereof and hereof. 12.3 No wells shall be installed without prior written approval from Licensor. 12.4 Any open hole, boring, or well constructed on the Premises by Licensee shall be safely covered and secured at all times when Licensee is not working in the actual vicinity thereof. Following completion of that portion of the work, all holes or borings constructed on the Premises by Licensee shall be: 12.4.1 filled in to surrounding ground level with compacted bentonite grout; or 12.4.2 otherwise secured or retired in accordance with any applicable Legal Requirement. No excavated materials may remain on Licensor's property for more than ten (10) days, but must be properly disposed of by Licensee in accordance with applicable Legal Requirements. LIABILITY AND INSURANCE 13. Liability and Indemnification. 13.1 For purposes of this License: (a) "Indernnitees" means Licensor and Licenser's affiliated companies, partners, successors, assigns, legal representatives, officers, directors, shareholders, employees, and agents; (b) "Liabilities" means all claims, liabilities, fines, penalties, costs, damages, losses, liens, causes of action, suits, demands, judgments, and expenses (including, without limitation, court costs, reasonable attorneys' fees, costs of investigation, removal and remediation, and governmental oversight costs) environmental or otherwise; and (c) "Licensee Parties" means Licensee and Licensee's officers, agents, invitees, licensees, employees, or contractors, or any party directly or indirectly employed by any of them, or any party they control or exercise control over. - 4 - Form 424; Rev. 20200605 Tracking 423W-16569 13.2 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS INDEMNITEES FOR, FROM, AND AGAINST ANY AND ALL LIABILITIES OF ANY NATURE, KIND, OR DESCRIPTION DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM, OR RELATED TO (IN WHOLE OR IN PART): 13.2.1 THIS LICENSE, INCLUDING, WITHOUT LIMITATION, ITS ENVIRONMENTAL PROVISIONS, 13.2.2 ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS LICENSE, 13.2.3 LICENSEE'S OCCUPATION AND USE OF THE PREMISES, 13.2.4 THE ENVIRONMENTAL CONDITION AND STATUS OF THE PREMISES CAUSED BY OR CONTRIBUTED TO BY LICENSEE, OR 13.2.5 ANY ACT OR OMISSION OF ANY LICENSEE PARTY. 13.3 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE NOW AND FOREVER WAIVES AND WILL INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM ANY AND ALL CLAIMS THAT BY VIRTUE OF ENTERING INTO THIS LICENSE, LICENSOR IS A GENERATOR, OWNER, OPERATOR, ARRANGER, OR TRANSPORTER FOR THE PURPOSES OF THE COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION, AND LIABILITY ACT, AS AMENDED ("CERCLA") OR OTHER ENVIRONMENTAL LAWS (DEFINED BELOW). NOTHING IN THIS LICENSE IS MEANT BY EITHER PARTY TO CONSTITUTE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES AND THIS LICENSE SHOULD NOT BE SO CONSTRUED. IF ANY AGENCY OR COURT CONSTRUES THIS LICENSE TO BE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES, LICENSEE AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND INDEMNITEES FOR ANY LIABILITIES RELATED TO THAT CONSTRUCTION OF THIS LICENSE. IN NO EVENT AS BETWEEN LICENSOR AND LICENSEE AS TO USE OF THE PREMISES AS CONTEMPLATED BY THIS LICENSE SHALL LICENSOR BE RESPONSIBLE TO LICENSEE FOR THE ENVIRONMENTAL CONDITION OF THE PREMISES. 13A IF ANY EMPLOYEE OF ANY LICENSEE PARTY ASSERTS THAT HE OR SHE IS AN EMPLOYEE OF ANY INDEMNITEE, TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM AND AGAINST ANY LIABILITIES ARISING OUT OF OR RELATED TO (IN WHOLE OR IN PART) ANY SUCH ASSERTION INCLUDING, BUT NOT LIMITED TO, ASSERTIONS OF EMPLOYMENT BY AN INDEMNITEE RELATED TO THE FOLLOWING OR ANY PROCEEDINGS THEREUNDER: THE FEDERAL EMPLOYERS' LIABILITY ACT, THE SAFETY APPLIANCE ACT, THE LOCOMOTIVE INSPECTION ACT, THE OCCUPATIONAL SAFETY AND HEALTH ACT, THE RESOURCE CONSERVATION AND RECOVERY ACT, AND ANY SIMILAR STATE OR FEDERAL STATUTE. 13.5 THE FOREGOING OBLIGATIONS OF LICENSEE SHALL NOT APPLY TO THE EXTENT LIABILITIES ARE PROXIMATELY CAUSED BY THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF ANY INDEMNITEE, BUT SHALL APPLY TO ALL, OTHER LIABILITIES, INCLUDING THOSE ARISING FROM OR ATTRIBUTED TO ANY OTHER ALLEGED OR ACTUAL NEGLIGENCE, INTENTIONAL ACTS, OR STRICT LIABILITY OF ANY INDEMNITEE. 13.6 Upon written notice from Licensor, Licensee agrees to assume the defense of any lawsuit or other proceeding brought against any Indemnitee by any entity, relating to any matter covered by this License for which Licensee has an obligation to assume liability for and/or save and hold harmless any Indemnitee. Licensee shall pay all costs and expenses incident to such defense, including, - 5 - Form 424; Rev. 20200605 Tracking #23W-16559 but not limited to, reasonable attorneys' fees, investigators' fees, litigation and appeal expenses, settlement payments, and amounts paid in satisfaction of judgments. 13.7 NOTHING CONTAINED HEREIN SHALL EVER BE CONSTRUED SO AS TO REQUIRE LICENSEE TO CREATE A SINKING FUND OR TO ASSESS, LEVY AND COLLECT ANY TAX TO FUND ITS OBLIGATIONS UNDER THIS SECTION 13. 14. Personal Property Risk of Loss. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES, EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE RISK OF LICENSEE ONLY, AND NO INDEMNITEE= WILL BE LIABLE FOR ANY DAMAGE THERETO OIL THEFT THEREOF, WHETHER OR NOT DUE IN WHOLE OR IN PART TO THE NEGLIGENCE OF ANY INDEMNITEE. 15. Insurance. Licensee shall, at its sole cost and expense, procure and maintain during the term of this License the following insurance coverage: 15.1 Commercial General Liability "CGL" Insurance. The policy will provide a minimum of $5,000,000 per occurrence and an aggregate limit of at least $10,000,000 but in no event will the coverage be in an amount less than the amount otherwise carried by Licensee. Coverage must be purchased on a post 2004 ISO occurrence form or equivalent and include coverage for, but not limited to, the following: ■ Bodily Injury and Property Damage ■ Personal Injury and Advertising Injury • Fire legal liability • Products and completed operations • Contractual Liability for an "Insured Contract" consistent with the definition under the standard ISO general liability policy form. b. This policy will include the following endorsements or language, which shall be indicated on or attached to the certificate of insurance: ■ The definition of "Insured Contract" will be amended to remove any exclusion or other limitation for any work being done within 50 feet of Licenser's property; ■ Waiver of subrogation in favor of and acceptable to Licensor; ■ Additional insured endorsement in favor of and acceptable to Licensor and Jones Lang LaSalle Brokerage, Inc. to include coverage for ongoing and completed operations; ■ Separation of insureds; • The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. c. The parties agree that the workers' compensation and employers' liability related exclusions in the CGL policy(s) are intended to apply to employees of the policyholder and will not apply to Licensor's employees. d. No other endorsements that limit coverage with respect to Licensee's obligations under this agreement may be included on the policy. 15.2 Business Automobile Insurance. a. The insurance will provide minimum coverage with a combined single limit of at least $1,000,000 per accident, and include coverage for, but not limited to the following: ■ Bodily injury and property damage. ■ Any and all vehicles owned, used or hired. b. The policy will include the following endorsements or language, which will be indicated on or attached to the certificate of insurance: Waiver of subrogation in favor of and acceptable to Licensor; ■ Additional insured endorsement in favor of and acceptable to Licensor; • Separation of insureds; - 6 - Form 424; Rev_ 20200605 Tracking #23W-16569 ■ The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. 15,3 Workers' Compensation and Employers' Liability Insurance. The policy will provide coverage of all employees performing any part of the installation or maintenance of the Pipeline including coverage for, but not limited to: • Licensee's statutory liability under the workers' compensation laws of the state(s) in which the work or services under this agreement are to be performed. The policy will cover all of Licensee's employees, regardless of whether such coverage is optional under the law of that state(s), • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. b. The policy will include contain the following endorsements or language, which shall be indicated on or attached to the certificate of insurance: ■ Waiver of subrogation in favor of and acceptable to Licensor. 15.4 Railroad Protective Liability Insurance. The policy will name only Licensor as the Insured and will provide coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The coverage obtained under this policy shall only be effective during the initial installation and/or construction of the Pipeline. THE CONSTRUCTION OF THE PIPELINE SHALL BE COMPLETED WITHIN ONE (1) YEAR OF THE EFFECTIVE DATE. If further maintenance of the Pipeline is needed at a later date, an additional Railroad Protective Liability Insurance Policy shall be required. The policy will be issued on a standard ISO form CG 00 35 12 04 and include the following; • Endorsed to include the Pollution Exclusion Amendment. • indorsed to include the Limited Seepage and Pollution Endorsement. Endorsed to remove any exclusion for punitive damages. ■ Endorsed to include Evacuation Expense Coverage Endorsement. • No other endorsements restricting coverage may be added. ■ The original policy must be provided to Licensor and Licensee shall not perform any work or services of any kind under this agreement until Licensor has reviewed and approved the policy. ■ The definition of "Physical Damage to Property" will be endorsed to read- "means direct and accidental loss of or damage to all property owned by any named insured and all property in any named insured's care, custody and control (including, but not limited to rolling stock and their contents, mechanical construction equipment or motive power equipment, railroad tracks, roadbeds, catenaries, signals, tunnels, bridges and buildings) arising out of the acts or omissions of the contractor named on the Declarations." In lieu of providing a Railroad Protective Liability Policy, for a period of one (1) year from the Effective Date, Licensee may participate in Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or its contractor. The limits of coverage are the same as above. The cost is $1, 266.00. Al Licensee may elect to participate in Licensor's Blanket Policy; o Licensee declines to participate in Licensor's Blanket Policy. 15.5 Intentionally deleted. 15.6 Other Requirements: 15.6.1 Where allowable bylaw, no exclusion for punitive damages maybe included in any policy. 15.6.2 Licensee agrees to waive its right of recovery against Licensor for all claims and suits against Licensor. In addition, Licensee's insurers, through the terms of the policy or policy - 7 - Form 424; Rev. 20200605 Tracking #23W-16569 endorsement, waive their right of subrogation against Licensor for all claims and suits. Licensee further waives its right of recovery, and its insurers also waive their right of subrogation against Licensor for loss of Licensee's owned or leased property or property under Licensee's care, custody, or control. 15.6.3 Licensee is allowed to self -insure. Any self -insured retention or other financial responsibility for claims shall be covered directly by Licensee in lieu of insurance. Any and all Licensor liabilities that would otherwise, in accordance with the provisions of this License, be covered by Licensee's insurance will be covered as if Licensee elected not to include a self -insured retention or other financial responsibility for claims. 15.6.4 Prior to entering the premises or commencing any work related to the installation or subsequent maintenance of the Pipeline, Licensee shall furnish to Licensor an acceptable certificate(s) of insurance from an authorized representative evidencing the required coverage(s), endorsements, and amendments. 15.6.5 Licensee shall notify BNSF in writing at least 30 days prior to any cancellation or non - renewal, of any insurance requirement. 15.6.6 Any insurance policy shall be written by a reputable insurance company acceptable to Licensor or with a current Best's Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided. 15.6.7 If the coverage provided by any of the insurance policies required by this agreement is purchased on a "claims made" basis, Licensee hereby agrees to maintain coverage in force for a minimum of three years after expiration, cancellation or termination of this agreement. 15.6.8 Licensee agrees to provide evidence to Licensor that it has the required coverage in place at least annually or in the event of a renewal or material change of coverage 15.6.9 Licensee represents that this License has been thoroughly reviewed by Licensee's insurance agents)1broker(s), and that Licensee has instructed them to procure the insurance coverage required by this License. 15.6.10 Not more frequently than once every five years, Licensor may, at its discretion, reasonably modify the insurance requirements to reflect the then -current risk management practices in the railroad industry and underwriting practices in the insurance industry. 15.6.11 if Licensee will subcontract any portion of the operation, Licensee shall require that the subcontractor provide and maintain insurance coverage(s) as set forth herein, naming Licensor as an additional insured. In addition, Licensee shall require that the subcontractor shall release, defend and indemnify Licensee to the same extentand under the same terms and conditions as Licensee is required to release, defend and indemnify Licensor under this agreement, 15.6.12 Failure to provide evidence as required by this section shall entitle, but not require, Licensor to terminate this License immediately. Acceptance of a certificate that does not comply with this section shall not operate as a waiver of Licensee's obligations hereunder. 15.6.13 The fact that Licensee obtains insurance (including, without limitation, self-insurance) shall not release or diminish Licensee's liabilities or obligations including, without limitation, the liabilities and obligations under the indemnity provisions of the License. Damages recoverable by Licensor shall not be limited by the amount of the required insurance coverage. - B - Form 424; Rev. 20200605 Tracking #23W-16569 15.6.14 In the event of a claim or lawsuit involving BNSF arising out of this Agreement, Licensee will make the policy covering such claims or lawsuits available to BNSF with proprietary information not relevant to such claim or lawsuit permitted to be redacted. 15.6.15 In the event of willful misconduct or gross negligence by Licensee, BNSF requires and shall be entitled to the broader coverage and/or the higher limits that the Licensee maintains beyond the minimum requirements specified in this Agreement, BNSF requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to BNSF. 15.6.16 These insurance provisions are intended to be a separate and distinct obligation on the part of the Licensee. Therefore, these provisions shall be enforceable and Licensee shall be bound thereby regardless of whether or not indemnity provisions are determined to be enforceable in the jurisdiction in which the work or services are performed under this License. 15.6.17 For purposes of this Section 15, Licensor shall mean "Burlington Northern Santa Fe, LLC", "BNSF Railway Company" and the subsidiaries, successors, assigns and affiliates of each. COMPLIANCE WITH LAWS REGULATIONS AND ENVIRONMENTAL MATTERS 16. Compliance with Laws Rules, and Regulations. 16.1 Licensee shall observe and comply with any and all applicable federal, state, local, and tribal laws, statutes, regulations, ordinances, orders, covenants, restrictions, or decisions of any court of competent jurisdiction ("Legal Requirements") relating to the construction, maintenance, and use of the Pipeline and the use of the Premises. 16.2 Prior to entering the Premises, Licensee shall and shall cause its contractor(s) to comply with all of Licensor's applicable safety rules and regulations. Licensee must ensure that each of its employees, contractors, agents or invitees entering upon the Premises completes the safety orientation program at the Website "www.BNSFcontraetor,com" (the "Safety Orientation") within one year prior to entering upon the Premises. Additionally, Licensee must ensure that each and every employee of Licensee, its contractors, agents and invitees possess a card certifying completion of the Safety Orientation prior to entering upon the Premises. Licensee must renew (and ensure that its contractors, agents or invitees, as applicable, renew) the Safety Orientation annually. 16.3 Licensee shall obtain on or before the date it or its contractor enters the Premises, any and all additional rights -of way, easements, licenses and other agreements relating to the grant of rights and interests in and/or access to the Premises (collectively, the "Rights") and such other rights, licenses, permits, authorizations, and approvals (including without limitation, any necessary local, state, federal or tribal authorizations and environmental permits) that are necessary in order to permit Licensee to construct, maintain, own and operate the Pipeline and otherwise to perform its obligations hereunder in accordance with the terms and conditions hereof. 16.4 Licensee shall either require that the initial stated term of each such Rights be for a period that does not expire, in accordance with its ordinary terms, prior to the last day of the term of this License or, if the initial stated term of any such Right expires in accordance with its ordinary terms on a date earlier than the last day of the term of this License, Licensee shall, at its cost, exercise any renewal rights thereunder, or otherwise acquire such extensions, additions and/or replacements as may be necessary, in order to cause the stated term thereof to be continued until a date that is not earlier than the last day of the term of this License. - 9 - Form 424; Rev. 20200605 Tracking 423W-16509 16.5 Upon the expiration or termination of any flight that is necessary in order for Licensee to own, operate or use the Pipeline in accordance with the terms and conditions of this License, this License thereby shall automatically expire upon such expiration or termination of the Right. 17. Environmental. 17.1 Licensee shall strictly comply with Environmental Laws (as defined below). Licensee shall not maintain a treatment, storage, transfer or disposal facility, or underground storage tank, as defined by Environmental Laws on the Premises. Licensee shall not release or suffer the release of oil or Hazardous Materials (as defined below) on or about the Premises. 17.2 Except as specifically set forth in Section 4 of this License, Licensee covenants that it will not handle or transport Hazardous Materials through the Pipeline or on Licensor's property. Upon request by Licensor, Licensee agrees to furnish Licensor with proof, satisfactory to Licensor, that Licensee is in compliance with the provisions of this Section 17.2. 17.3 Licensee shall give Licensor immediate notice to Licenser's Resource Operations Center at (800) 832-5452 of any known (i) release of Hazardous Materials on, from, or affecting the Premises, (ii) violation of Environmental Laws, or (iii) inspection or inquiry by governmental authorities charged with enforcing Environmental Laws with respect to Licensee's use of the Premises. Licensee shall use its best efforts to immediately respond to any release on, from, or affecting the Premises. Licensee also shall give Licensor prompt notice of all measures undertaken on behalf of Licensee to investigate, remediate, respond to or otherwise cure such release or violation. 17.4 if Licensor has notice from Licensee or otherwise of a release or violation of Environmental Laws arising in any way with respect to the Pipeline which occurred or may occur during the term of this License, Licensor may require Licensee, at Licensee's sole risk and expense, to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the Premises or Licensor's right-of-way. 17.5 Licensee shall immediately report to Licenser's Resource Operations Center at (800) 832-5452 any conditions or activities upon the Premises known to Licensee which create a risk of harm to persons, property or the environment and shall take all reasonable actions necessary to prevent injury to persons, property, or the environment arising out of such conditions or activities; provided, however, that Licensee's reporting to Licensor shall not relieve Licensee of any obligation whatsoever imposed on it by this License. Licensee shall promptly respond to Licensor's request for information regarding said conditions or activities. 17.6 During the term of this License, Licensor may, at Licensor's option, require Licensee to conduct an environmental audit, including but not limited to sampling, of the Premises through an environmental consulting engineer acceptable to Licensor, at Licensee's sole cost and expense, to determine if any noncompliance or environmental damage to the Premises has occurred during occupancy thereof by Licensee. The audit shall be conducted to Licensor's satisfaction and a copy of the audit report shall promptly be provided to Licensor for its review. Licensee shall pay all expenses for any remedial or corrective action that may be required as a result of said audit to correct any noncompliance or environmental damage, and Licensee shall diligently pursue and complete all necessary work prior to termination of this License. Licensee's obligations under this Section 17.6 shall survive termination of this License. 17.7 Notwithstanding anything in this Section 17, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine Licensee's compliance with Environmental Laws, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is compliant. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. 17.8 "Environmental Law(s)" shall mean any federal, state, local, or tribal law, statute, ordinance, code, rule, regulation, policy, common law, license, authorization, decision, order, or injunction which pertains to health, safety, any Hazardous Material, or the environment (including but not - 10 - Form 424; Rev. 20200605 Tracking #73W-16569 limited to ground, air, water, or noise pollution or contamination, and underground or above- ground tanks) and shall include, without limitation, CERCLA 42 U.S.C. §9601 et seq.; the Resource Conservation and Recovery Act, 42 U.S.C. §6901 et seq.; the Hazardous Materials Transportation Act, 49 U.S.C. §5101 et seq.; the Federal Water Pollution Control Act, 33 U.S.C. §1251 et seq.; the Clean Air Act, 42 U.S.C. §7401 et seq.; the Toxic Substances Control Act, 15 U.S.C. §2601 et seq.; the Safe Drinking Water Act, 42 U.S.C. §300f et seq.; the Emergency Planning and Community Right -to -Know Act, 42 U.S.C. 11001 et seq.; the Federal Insecticide, Fungicide and Rodenticide Act, 7 U.S.C. 136 to 136y; the ail Pollution Act, 33 U.S.C. 2701 et seq.; and the Occupational Safety and Health Act, 29 U.S.C. 651 et seq.; all as have been amended from time to time, and any other federal, state, local, or tribal environmental requirements, together with all rules, regulations, orders, and decrees now or hereafter promulgated under any of the foregoing, as any of the foregoing now exist or may be changed or amended or come into effect in the future. 17.9 "Hazardous Material(s)" shall include but shall not he limited to any substance, material, orwaste that is regulated by any Environmental Law or otherwise regulated by any federal, state, local, or tribal governmental authority because of toxic, flammable, explosive, corrosive, reactive, radioactive or other properties that may be hazardous to human health or the environment, including without limitation asbestos and asbestos -containing materials, radon, petroleum and petroleum products, urea formaldehyde foam insulation, methane, lead -based paint, polychlorinated biphenyl compounds, hydrocarbons or like substances and their additives or constituents, pesticides, agricultural chemicals, and any other special, toxic, or hazardous (1) substances, (ii) materials, or (III) wastes of any kind, including without limitation those now or hereafter defined, determined, or identified as "hazardous chemicals", "hazardous substances," "hazardous materials," "toxic substances," or "hazardous wastes" in any Environmental Law. DISCLAIMER OF WARRANTIES 18. No Warranties. 18.1 LICENSOR'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIED DUTIES OR IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE CONTAINED IN THIS LICENSE. LICENSEE HEREBY WAIVES ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PREMISES OR WHICH MAY EXIST BY OPERATION OF LAW OR IN EQUITY, INCLUDING, WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY, HABITABILITY OR FITNESS FOR A PARTICULAR PURPOSE, 18.2 LICENSOR MAKES NO WARRANTY, REPRESENTATION OR CONDITION OF ANY KIND, EXPRESS OR IMPLIED, CONCERNING (A) THE SCOPE OF THE LICENSE OR OTHER RIGHTS GRANTED HEREUNDER TO LICENSEE OR (B) WHETHER OR NOT LICENSEE'S CONSTRUCTION, MAINTENANCE, OWNERSHIP, USE OR OPERATION OF THE PIPELINE WILL VIOLATE OR INFRINGE UPON THE RIGHTS, INTERESTS AND ESTATES OF THIRD PARTIES, INCLUDING, WITHOUT LIMITATION, ANY LEASES, USE RIGHTS, EASEMENTS AND LIENS OF ANY THIRD PARTY. 19. Disclaimer of Warranty for Quiet Enloyment. LICENSOR DOES NOT WARRANT ITS TITLE TO THE PREMISES NOR UNDERTAKE TO DEFEND LICENSEE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE. 20. Eviction at Risk of Licensee. In case of the eviction of Licensee by anyone owning, claiming title to, or claiming any interest in the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor shall not be liable (i) to refund Licensee any compensation paid hereunder, except for the pro- rata part of any recurring charge paid in advance, or (4) for any damages or costs Licensee sustains in connection with the eviction. LIENS AND TAXES -11 - Form 424; Rev_ 20200605 Tracking #23W-16569 21. Liens and Charges. Licensee shall promptly pay and discharge any and all liens arising out of any construction, alterations or repairs done, suffered or permitted to be done by Licensee on the Premises. Licensor is hereby authorized to post any notices or take any other action upon or with respect to the Premises that is or may be permitted by law to prevent the attachment of any such liens to the Premises; provided, however, that failure of Licensor to take any such action shall not relieve Licensee of any obligation or liability under this Section 21 or any other Section of this License. 22. Taxes. Licensee shall pay when due any taxes, assessments or other charges (collectively, "Taxes") levied or assessed by any governmental or quasi -governmental body upon the Pipeline or any other improvements constructed or installed on the Premises by or for Licensee (collectively, the "Improvements") or any Taxes levied or assessed against Licensor or the Premises that are attributable to the Improvements. DEFAULT, TERMINATION, AND SURRENDER 23. Default and Termination. In addition to and not in limitation of Licenser's right to terminate for failure to provide evidence of insurance as required pursuant to the terms of Section 15, the following events are also deemed to he events of default pursuant to which Licensor has the right to terminate as set forth below: 23.1 If default shall be made in any of Licensee's covenants, agreements, or obligations contained in this License and Licensee fails to cure said default within thirty (30) days after written notice is provided to Licensee by Licensor, or in case of any assignment or transfer of this License in violation of Section 26 below, Licensor may, at its option, terminate this License by serving five (5) days' notice in writing upon Licensee. Notwithstanding the foregoing, Licensor shall have the right to terminate this License immediately if Licensee fails to provide evidence of insurance as required in Section 15. 23.2 Should Licensee not comply fully with the obligations of Section 17 regarding the handling or transporting of Hazardous Materials, notwithstanding anything contained in any other provision of this License, Licensor may, at its option, terminate this License by serving five (5) days' notice in writing upon Licensee. 23.3 Any waiver by Licensor of any default or defaults shall not constitute a waiver of the right to terminate this License for any subsequent default or defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any Section of this License. The remedies set forth in this Section 23 shall be in addition to, and not in limitation of, any other remedies that Licensor may have at law or in equity, 23.4 Intentionally Deleted. 24. Surrender of the Premises. 24.1 On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense: 24.1.1 if so directed by Licensor in writing, remove the Improvements, the Pipeline and all appurtenances thereto, or, at the sole discretion of Licensor, fill and cap or otherwise appropriately decommission the Pipeline with a method satisfactory to Licensor; 24.1.2 report and restore any damage to the Premises or Licensor's other property arising from, growing out of, or connected with Licensee's use of the Premises; 24.1.3 remedy any unsafe conditions on the Premises created or aggravated by Licensee; and 24.1.4 leave the Premises in substantially the condition which existed as of the Effective ❑ate, or as otherwise agreed to by Licensor. - 12 - Form 424: Rev_ 20200605 Tracking #23W-16569 24.2 Upon any expiration or termination of this License, if Licensee fails to surrender the Premises to Licensor or if Licensee fails to complete its obligations under Section 24.1 above (the "Restoration Obligations"), Licensee shall have a limited license to enter upon the Premises solely to the extent necessary for Licensee to complete the Restoration Obligations, and all liabilities and obligations of Licensee hereunder shall continue in effect until the Premises are surrendered and the Restoration Obligations are completed. Neither termination nor expiration shall release Licensee from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination, or, if later, the date when Licensee surrenders the Premises and all of the Restoration Obligations are completed. 24.3 If Licensee fails to complete the Restoration Obligations within thirty (30) days after the date of such termination of its tenancy, then Licensor may, at its election, either: (i) remove the Pipeline and the other Improvements or otherwise restore the Premises, and in such event Licensee shall, within thirty (30) days after receipt of bill therefor, reimburse Licensor for cost incurred, (ii) upon written notice to Licensee, take and hold the Pipeline and the other Improvements and personal property as its sole property, without payment or obligation to Licensee therefor, or (iii) specifically enforce Licensee's obligation to restore and/or pursue any remedy at law or in equity against Licensee for failure to so restore. Further, if Licensor has consented to the Pipeline and the other Improvements remaining on the Premises following termination, Licensee shall, upon request by Licensor, provide a bill of sale in a form acceptable to Licensor conveying the Pipeline and the other Improvements to Licensor for no additional consideration. MISCELLANEOUS 25. Successors and As ns. All provisions contained in this License shall be binding upon, inure to the benefit of, and be enforceable by the respective successors and assigns of Licensor and Licensee to the same extent as if each such successor and assign was named a party to this License. 26. Assignment. 26.1 Licensee may not sell, assign, transfer, or hypothecate this License or any right, obligation, or interest herein (either voluntarily or by operation of law, merger, or otherwise) without the prior written consent of Licensor, which consent may not be unreasonably withheld or delayed by Licensor. Any attempted assignment by Licensee in violation of this Section 26 shall be a breach of this License and, in addition, shall be voidable by Licensor in its sole and absolute discretion. 26.2 For purposes of this Section 26, the word "assign" shall include without limitation (a) any sale of the equity interests of Licensee following which the equity interest holders of Licensee immediately prior to such sale own, directly or indirectly, less than 50% of the combined voting power of the outstanding voting equity interests of Licensee, (b) any sale of all or substantially all of the assets of (i) Licensee and (ii) to the extent such entities exist, Licensee's parent and subsidiaries, taken as a whole, or (c) any reorganization, recapitalization, merger or consolidation involving Licensee. Notwithstanding the foregoing, any reorganization, recapitalization, merger or consolidation following which the equity interest holders of Licensee immediately prior to such reorganization, recapitalization, merger or consolidation own, directly or indirectly, at least 50% of the combined voting power of the outstanding voting equity interests of Licensee or any successor thereto or the entity resulting from such reorganization, recapitalization, merger or consolidation shall not be deemed an assignment. THIS LICENSE SHALL NOT RUN WITH THE LAND WITHOUT THE EXPRESS WRITTEN CONSENT OF LICENSOR, SUCH CONSENT TO RE IN LICENSOR'S SOLE DISCRETION. 26.3 Notwithstanding the provisions of Section 26.1 above or anything contained in this License to the contrary, if Licensee sells, assigns, transfers, or hypothecates this License or any interest herein in contravention of the provisions of this License (a "Purported Assignment") to another party (a "Purported Transferee"), the Purported Transferee's enjoyment of the rights and privileges granted under this License shall be deemed to be the Purported Transferee's agreement to be bound by all of the terms and provisions of this License, including but not limited to the obligation -13 - Porm 424; Rev. 20200605 Tracking #23W-16569 to comply with the provisions of Section 15 above concerning insurance requirements. In addition to and not in limitation of the foregoing, Licensee, for itself, its successors and assigns, shall indemnify, defend and hold harmless Licensor for all Liabilities of any nature, kind or description of any person or entity directly or indirectly arising out of, resulting from or related to (in whole or in part) a Purported Assignment. The provisions of this Section 26.3 shall survive the expiration or earlier termination of this License, 26.4 Licensor shall have the right to transfer and assign, in whole or in part, all of its rights and obligations under this License, and upon any such transfer or assignment, Licensor shall be released from any further obligations hereunder, and Licensee agrees to Iodic solely to the successor in interest of Licensor for the performance of such obligations. 27. Notices, Any notice, invoice, or other writing required or permitted to be given hereunder by one party to the other shall be in writing and the same shall be given and shall be deemed to have been served and given if (i) placed in the United States mail, certified, return receipt requested, or (ii) deposited into the custody of a nationally recognized overnight delivery service, addressed to the party to be notified at the address for such party specified below, or to such other address as the party to be notified may designate by giving the other party no less than thirty (30) days' advance written notice of such change in address. If to Licensor: Jones Lang LaSalle Brokerage, Inc. 2650 Lou Menk Dr MOB 2 Fort Worth, TX 76131 Attn: PermitslLicenses with a copy to: BNSF Railway Company 2650 Lou Menk Dr. Fort Worth, TX 76131 Attn: Senior Manager Real Estate If to Licensee: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 28. Survival. Neither termination nor expiration will release either party from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration, or, if later, the date when the Pipeline and the other Improvements are removed and the Restoration Obligations are completed in accordance with the terms hereof. 29. Recordation. It is understood and agreed that this License shall not be placed or allowed to be placed on public record. 30. Applicable Law. All questions concerning the interpretation or application of provisions of this License shall be decided according to the substantive laws of the State of Texas without regard to conflicts of law provisions. 31. Severability. To the maximum extent possible, each provision of this License shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this License shall be prohibited by, or held to be invalid under, applicable law, such provision shall be ineffective solely to the extent of such prohibition or invalidity, and this shall not invalidate the remainder of such provision or any other provision of this License. 32. Integration. This License is the full and complete agreement between Licensor and Licensee with respect to all matters relating to Licensee's use of the Premises, and supersedes any and all other agreements - 14 - Fora 424; Rev. 20200605 Tracking #23W-16569 between the parties hereto relating to Licensee's use of the Premises as described herein. However, nothing herein is intended to terminate any surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in any prior written agreement between the parties. 33. Joint and Several Liability. If Licensee consists of two or more parties, all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such parties, 34. Waiver. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way impair the right of Licensor to enforce that provision for any subsequent breach thereof. 35. Interpretation. 35.1 This License shall be interpreted in a neutral manner, and not more strongly for or against any party based upon the source of the draftsmanship; both parties hereby agree that this License shall not be subject to the principle that a contract would be construed against the party which drafted the same, Article titles, headings to sections and paragraphs and the table of contents (if any) are inserted for convenience of reference only and are not intended to be a part or to affect the meaning or interpretation hereof. The exhibit or exhibits referred to herein shall be construed with and as an integral part of this License to the same extent as if they were set forth verbatim herein. 35.2 As used herein, "include", "includes" and "including" are deemed to be followed by "without limitation" whether or not they are in fact followed by such words or words of like import; "writing", "written" and comparable terms refer to printing, typing, lithography and other means of reproducing words in a visible form; references to any person are also to that person's successors and permitted assigns; "hereof", "herein", "hereunder" and comparable terms refer to the entirety hereof and not to any particular article, section, or other subdivision hereof or attachment hereto; references to any gender include references to the masculine or feminine as the context requires; references to the plural include the singular and vice versa; and references to this License or other documents are as amended, modified or supplemented from time to time. 36. Counterparts. This License may be executed in multiple counterparts, each of which shall, for all purposes, be deemed an original but which together shall constitute one and the same instrument, and the signature pages from any counterpart may be appended to any other counterpart to assemble fully executed documents, and counterparts of this License may also be exchanged electronically and any electronic version of any party's signature shall be deemed to be an original signature for all purposes, 37. Licensors Representative. Jones Lang LaSalle Brokerage, Inc. is acting as representative for BNSF Railway Company. END OF PAGE — SIGNATURE PAGE FOLLOWS - 15 - Form 424; Rev. 20200605 Docuslgr Envelope ID, ACE16A35-318F-4000-9ABC-075B112016C:9 Tracking #23W-16569 This License has been duly executed by the parties hereto as of the Effective Date. LICENSOR: BNSF Railway Company, a Delaware corporation By: Jones Lang LaSalle Brokerage, Inc. 2650 Lou Menk Dr M0132 Fort Worth, TX 76155 By: Cary Hutchings Director, Corporate Real Estate LICENSEE: City of Fort Worth, a(n) Texas municipality 'Pa 1 By: pay,:' 5WO-dO Nov , 102446CST] . Title: Assistant City Manager - 16 - Form 424; Rev. 20200605 COORDINATE SYSTEM: TX NC TRACKING NO. 23W-16569 SCALE:1 IN - 200 FT RED RIVER DIV, WICHITA FALLS SUBDIV. L.S. 0485 IMP: 17.50 DATE: 2/24/2023 EXHIBIT "A" m w Ir IL SURVEY: MEP&P RR CO r m Source: Esri, Maxar, Earthstar Geagraphics, and the GIS User Community DESCRIPTION OF PIPELINE PIPELINE SHOWN BOLD CARRIER CASING CARRIER CASING PIPE PIPE PIPE PIPE SIZE: 24" 42" LENGTH ON RAW: 100, 100, CONTENTS: DOMESTIC WATER WORKING PRESSURE: 350 PSI PIPE MATERIAL: DUCTILE IRON STEEL BURY; BASE/RAIL TO TOP SPECIFICATIONS 1 GRADE: AWWA C150. C151 ASTM A139, GRADE B OF CASING 1t' WALL THICKNESS. o.36,, 0.688" BURY: NATURAL GROUND 6' COATING: COAL -TAR FBE BURY: ROADWAY DITCHES 6' CATHODIC PROTECTION NO VENTS' NUMBER 0 SIZE - HEIGHT OF VENT ABOVE GROUND - NOTE: CASING TO BE JACKED OR DRY BORED ONLY AVONDALE COUNTY OF TARRANT STATE OF TX NRH DRAWING NO. 87012 UNION PACIFIC RAILROAD AGREEMENT Audit 318397 Project No. 0802614 PIPELINE AGREEMENT Mile Post: 597,23, Duncan Subdivision Location: Fort Worth, Tarrant County, Texas This PIPELINE AGREEMENT ("Agreement") is made and entered into as of the 8th day of July , 202 5 ("Effective Date"), by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation, to be addressed at 1400 Douglas Street, MS 1690, Omaha, Nebraska 68179 (" Licensor"), and CITY OF FORT WORTH, to be addressed at 200 Texas Street, Fort Worth,_ Texas 76102 ("Licensee"). IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS; Article 1. LICENSOR GRANTS RIGHT. A. In consideration of the license fee to be paid by Licensee set forth below and in further consideration of the covenants and agreements to be performed by Licensee, Licensor hereby grants to Licensee the right to construct and thereafter, during the term hereof, maintain and operate a 24 inch ductile iron pipe conveying water encased in 42 inch steel pipe only, including any appurtenances required for the operation of said pipeline (collectively, "Licensee's Facilities") across Licensor's real property, trackage, or other facilities located in Fort Worth, Tarrant County, State of Texas ("Railroad Property"). The specific specifications and limited purpose for Licensee's Facilities on, along, across and under Railroad Property are described in and shown on the Print and Specifications dated March 28, 2025, attached hereto as Exhibit A and arcade a part hereof. B. Licensee's Facilities will (i) only be used for transporting and conveying water and (ii) not be used to convey any other substance, any fiber optic cable, or for any other use, whether such use is currently technologically possible, or whether such use may come into existence during the life of this Agreement, C. Licensee acknowledges that if it or its contractor provides Licensor with digital imagery depicting Licensee's Facilities ("Digital Imagery"), Licensee authorizes Licensor to use the Digital Imagery in preparing Exhibit A. Licensee, through a license or otherwise, has the right to use the Digital Imagery and to permit Licensor to use the Digital Imagery in said manner. Article 2. TERM. This Pipeline Agreement shall take effect as of the Effective Date first herein written and shall continue in full force and effect. Article 3. LICENSEE FEE. Upon execution of this Agreement, Licensee shall pay to Licensor a onetime license fee of Five Thousand Dollars ($5,000.00). Article 4. LICENSEE'S COMPLIANCE WITH GENERAL TERMS, All work on Licensee's Facilities performed by Licensee or its contractors will strictly comply with all terms and conditions set forth herein, including the General Terms and Conditions, attached hereto as Exhibit B and made a part hereof. Article S. INSURANCE. A. During the term of this Agreement, Licensee shall fully comply or cause its contractor(s) to fully comply with the insurance requirements described in Exhibit C, attached hereto and made a part hereof Licensee shall send copies of all insurance documentation (e,g,, certificates, endorsements, etc.) to Licensor -at -the address listed in the "NOTICES" Section of this Agreement. B. If Licensee is subject to statute(s) limiting its insurance liability and/or limiting its ability to obtain insurance in compliance with Exhibit C of this Agreement, those statutes shall apply. Article G. IF WORK IS PERFORMED BY CONTRACTOR. If a contractor is hired by Licensee to perform any work on Licensee's Facilities, then Licensee shall require its contractor(s) to execute Licensor's then -current form of Contractor's Right of Entry Agreement ("CROE"). Licensee acknowledges that: (i) the CROE attached hereto as Exhibit D and made a pant hereof is the most current form available as of the Effective Date; and (h) the terms and conditions of the CROE are subject to change by Licensor, such changes to be made at Licensor's sole discretion. Licensee shall require its contractors to execute the CROE before any contractors are allowed onto Railroad Property pursuant Licensee's notification requirements set forth in the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of Exhibit B. Article 7. ATTORNEYS' FEES. EXPENSES. AND COSTS. If litigation or other court action or similar adjudicatory proceeding is undertaken by Licensee or Licensor to enforce its rights under this Agreement, all fees, costs, and expenses, including, without limitation, reasonable attorneys' fees and court costs, of the prevailing Party in such action, suit, or proceeding shall be reimbursed or paid by the Party against whose interest the judgment or decision is rendered, The provisions of this Article shall survive the termination of this Agreement. Article S. WAIVER OF BREACH, The waiver by Licensor of the breach of any condition, covenant or agreement herein contained to be kept, observed and perforated by Licensee shall in no way impair the right of Licensor to avail itself of any remedy for any subsequent breach thereof. Article 9. ASSIGNMENT. A. Licensee shall not assign this Agreement, in whole or in part, or any rights herein granted, without the written consent of Licensor, which must be requested in writing by Licensee. Any assignment or attempted transfer of this Agreement or any of the rights herein granted, whether voluntary, by operation of law, or otherwise, without Licensor's written consent, will be absolutely void and may result in Licensor's termination of this Agreement pursuant to the "TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of Exhibit B. B. Upon Licensee's written consent to any assignment, this Agreement will be binding upon and inure to the benefit of the parties thereto, successors, heirs, and assigns, executors, and administrators. Article 10. SEVERABILITY, Any provision of this Agreement which is detcrmincd by a court of competent jurisdiction to be invalid or unenforceable shall be invalid or unenforceable only to the extent of such determination, which shall not invalidate or otherwise render ineffective any other provision of this ,Agreement. Article II. NOTICES. Except Licensee's cominencement of` work notice(s) required under Exhibit B, all other notices required by this Agreement must be in writing, and (i) personally served upon the business address listed below ("Notice Address"), (ii) sent overnight via express delivery by a nationally recognized overnight delivery service such as Federal Express Corporation or United Parcel Service to the Notice Address, or (iii) by certified mail, return receipt requested to the Notice Address. Overnight express delivery notices will be deemed to be given upon receipt. Certified mail notices will be deemed to be given three (3) days after deposit with the United States Postal Service. If to Licensor: Union Pacific Railroad Company Attn: Analyst — Real Estate Utilities (Project No. 0802614) 1400 Douglas Street, MS 1690 Omaha, Nebraska 68179 If to Licensee- City of Fort Worth A ttw Waiter Norwood .f. rwooCi t 200 Texas Street Fort Worth, TX 76102 Article 12. SPECIAL PROVISION — ONSITE OBSERVATIONANSPECTION, Licensor requires licensee to provide monitoring of tracks and on -site observation and/or inspection through Licensor approved inspector named below during all construction and installation work. Licensec is to directly coordinate services with the named inspector. Railpros Field Services Email: RP.UtilitX(a_railpros.corn Phone (682)223-S271 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the Effective Date. UNION PACIFIC RAILROAD COMPANY, CITY OF FORT WORTH, a Delaware corporation a Texas municipal corporation t Erica J. Lewis yfY l ;;t r r'l j 2025,07.08 t 7:35:12 �j� By: f-05'00' By: ]erica McEachern Title: Sr Analyst - Real Estate Title: Assistant City Manager Approved as to Form and Legality: Douglas Black (Jun 12, 2D2513:59 CDT) Douglas Black Senior Assistant City Attorney Dorm 1295: NIA Attest: Jannette S. Goodall City Secretary M&C: NIA Date: NIA CONTRACT COMPLIANCE MANAGER By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 1C .a& AI Name: Preeti KC, I'X, Title: Sr. Professional Engineer APPROVAL RECOMMENDED: C� _ Christopher rr�Juns,202b=e rQT) Christopher Harder, P.E. Director, Water Department NON-FLAMMABLE LIQUID ®CROSSING ❑ ENCROACHM ENT PIPELINE ❑ BOTH B UPRfl R. 0. w. 1220 F T. — - w anso FT. as o 1027 ��... `F T. � w FT. --- af 5 s 94 DEG. I ANGLE dF . = CRQ551NC a FIXED OBJECT FIXEDIBE OBJECT CROSSING TRACK CR055ING TRACK Tlnslay Lana CIL 51T NORTH PLAN SCALE: NONE �P OUTER OUTER ado TRACK TRACK Mid I 50 FT. so FT. � I 145.0E T. 95 E T. ��� 0 FT. 60 F T. VENT PIPE — NA FT. 1 l NA TOTAL TRACKS FT. I I 12 F T. I CA5)NG PIPE SECT I ON CARRIER PIPE SCALE: nONE NOTES! 1) ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE; OF TRACK 2) REFER TO AREMA VOLUME 1. CHAPTER 1. PART S. SECTION 51 A) METHOD OF INSTALLATION BORED ANDJACKED 5) OIST.FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT C) SIGNS PROVIDED? ±5T MINIFUM SIGNS WILL BE PROVIDED AS STATED ABOVE D) CARRIER MATERIAL DUC7ILEIRONPIPE IF RCP. CLASS V? iA_ WATER DRAINAGE DITCH UNUUNU T• SURFACE � � f 8FT. i LONGITUDINAL PIPE ENCROACHMENT i$ BUILDING AMERICA* COMMODITY TO BE CONVEYED EXHIBIT " A " OPERATIONAL PRESSURE 360..--- PSI. MACP 350 P51. WALL THICKNESS (INCH)/ SCHEDULE C147 DIAMETER 24 IN. SUBDIVISION; DuuanSub. CATHODIC/COATING PROTECTION YE5 — RACK TYPE; MAINLINE E) CASING MATERIAL STEELPIPE IF RCP, CLASS V7 N? M.P., 597.23 LAT.: 3295055556 TOTAL LENGTH CASING PIPE: 145.-_— FT. WALL THICKNESS 1025 IN. DIAMETER 42 IN. E.S.lu4.: 16549468 LONG.: 97.42333333 CATHODIC/COATING PROTECTION YES NEAREST CITY; COUNTY! STATE: CASING PIPE IS SEALED AT THE ENDS. FORT WORTH TARRANT _ F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF APPLICANT: CITYOFI=ORTWORTH BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES 95 AND 50 FILE NO.; o9o26ta DATE., 0312BJ2025 EX141131TH GENERAL TERMS AND CONDITIONS Section 1. LIMITATION AND SUBORDINATION OF RIGHT'S GRANTED. A. The foregoing grant is subject and subordinate to the prior and continuing right and obligation of Licensor to use and maintain its entire property including the right and power of Licensor to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, signal, communication, fiber optics, or other wielines, pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by Licensor without liability to Licensee or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad property) and the right of Licensor to renew and extend the same, and is made without covenant of title or for quiet enjoyment. It shall be Licensee's sole obligation to obtain such additional perinission, license and grants necessary on account of any such existing rights. Section 2. ENGINEERING RE UIREME T$; PERMITS. A. Licensee's Facilities will be designed, constructed, operated, maintained, repaired, renewed, modified, reconstructed, removed, or abandoned in place on Railroad Property by Licensee or its contractor to LicenSor's satisfaction and in strict conformity with: (i) Licensor's current engineering standards and specifications, including those for shoring and cribbing to protect Licensor's railroad operations and facilities ("UP Specifications"), except for variances approved in advance in writing by Licensor's Assistant Vice President Engineering — Design or its authorized representative ("UP Engineering Representative"); (ii) such other additional safety standards as Licensor, in its sole discretion, elects to require, including, without limitation, American Railway Engineering and Maintenance -of -Way Association ("AREMA") standards and guidelines (collectively, "UP Additional Requirements"); and (iii) all applicable laws, rules, and regulations, including any applicable Federal Railroad Administration and Federal Energy Regulatory Commission regulations and enactments (collectively, "Laws"). If there is any conflict between UP Specifications, UP Additional Requirements, and Laws, the most restrictive will apply. B. Licensee shall keep the soil over Licensee's Facilities thoroughly compacted, and maintain the grade over and around Licensee's Facilities even with the surface of the adjacent ground. C. If needed, Licensee shall secure, at Licensee's sole cost and expense, any and all Accessary permits required to perform any work on Licensee's Facilities. Section 3. NOTICE OF COMMENCEMENT OF WORK,• EMERGENCIES, A. Licensee and its contractors are strictly prohibited from commencing any work associated with Licensee's Facilities without Licensor's written approval that the work will be in strict compliance with the "ENGINEERING REQUIREMENTS; PERMITS" Section of this Exhibit B. Upon Licensor's approval, Licensee shall contact both of Licenser's field representatives ("Licensor's Field Representatives") at least ten (I0) days before commencement of any work on Licensee's Facilities. B. Licensee shall not commence any work until: (1) Licensor has determined whether flagging or other special protective or safety measures ("Safety Measures") are required for perfonmance of the work pursuant to the "FLAGGING" Section of this Exhibit B and provided Licensee written authorization to commence work; and (2) Licensee has complied with the "PROTECTION OF FIBER OPTIC CABLE SYSTEMS" Section of this Exhibit B, C. If, at any time, an emergency arises involving Licensee's Facilities, Licensee or its contractor shall immediately contact Licenser's Response Management Communications Center at (888) 877-7267, Section 4. FLAGGING. A. Following Licensee's notice to Licensor's Field Representatives required under the "NOTICE OF COMMENCEMENT OF WORK, EMERGENCIES" Section of this Exhibit B, Licensor shall inform Licensee if Safety Measures are required for performance of the work by Licensee or its contractor on Railroad Property. If Safety Measures are required, no work of any kind may be performed by Licensee or its contractor(s) until arrangements for the Safety Measures have been made and scheduled. If no Safety Measures are required, Licensor will give Licensee written authorization to commence work. B. If any Safety Measures are performed or provided by Licensor, including but not limited to flagging, Licensor shall bill Licensee for such expenses incurred by Licensor, unless Licensor and a federal, state, or local governmental entity have agreed that Licensor is to bill such expenses to the federal, state, or local governmental entity. Additional infonnation regarding the submission of such expenses by Licensor and payment thereof by Licensee can be found in the "LICENSEE'S PAYMENT OF EXPENSES" Section of this Exhibit H. If Licensor perfonns any Safety Measures, Licensee agrees that Licensee is not relieved of any of responsibilities or liabilities set forth in this Agreement. C. For flagging, the rate of pay per hour for each flagger will be the prevailing hourly rate in effect for an eight -hour day for the class of flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect at the time the work is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage, and Administration will be included, computed on actual payroll. The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one. half times current hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Licensor and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage rate or additional charges are changed, Licensee (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. D. Reimbursement to Licensor will be required covering the full eight -hour day during which any flagger is furnished, unless the flagger can be assigned to other railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which the flagger is engaged in other railroad work. Reimbursement will also be required for any day not actually worked by the flaggers following the flaggers' assignment to work on the project for which Licensor is required to pay the flaggers and which could not reasonably be avoided by Licensor by assignment of such flaggers to other work, even though Licensee may not be working during such time. When it becomes necessary for Licensor to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Licensee must provide Licensor a minimum of five (5) days notice prior to the cessation of the need for a flagger. If five (5) days notice of cessation is not given, Licensee will still be required to pay flagging charges for the days the flagger was scheduled, even though flagging is no longer required for that period. An additional ten (10) days notice must then be given to Licensor if flagging services are needed again after such five day cessation notice has been given to Licensor. Section 5. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of any work on Railroad Property performed by Licensee or its contractor, and takes precedence over any work on Licensee's Facilities to be performed Licensee or its contractors. Licensee shall be responsible for initiating, maintaining and supervising all safety operations and programs in connection with any work on Licensee's Facilities. Licensee and its contractor shall, at a minimum comply, with Licenser's then current safety standards located at the below web address ("Licensee's Safety Standards") to ensure uniformity with the safety standards followed by Licensor's own forces. As a part of Licensee's safety responsibilities, Licensee shall notify Licensor if it determines that any of Licenser's Safety Standards are contrary to good safety practices. Licensee and its contractor shall furnish copies of Licenser's Safety Standards to each of its employees before they enter Railroad Property. (lattoJ/wnvw.un_cnrnlc5l r¢cgs/nuhlic/)unrrlCgsunnliersldoeun3enls,`u]2 pdf pauvcdocsl�ndf u� s lirr safrtv�rr dfl B. Licensee shall keep the job site on Railroad Property free from safety and health hazards and ensure that their employees are competent and adequately trained in all safety and health aspects of the work. C. Licensee agrees that Licensee's Facilities and all parts thereof within and outside of the limits of Railroad Property will not interfere whatsoever with the constant, continuous, and uninterrupted use of the tracks, property, and facilities of Licensor, and nothing shall be done or suffered to be done by Licensee at any time that would in any manner impair the safety thereof. D. Licensor's operations and Work perfonned by Licensers personnel may cause delays in Licensee's or its contractor's work on Licensee's Facilities. Licensee accepts this risk and agrees that Licensor shall have no liability to Licensee or any other person or entity for any such delays. Licensee must coordinate any work on Railroad Property by Licensee or any third party with Licensor's Field Representatives in strict compliance with the "NOTICE OF COMMENCEMENT OF WORD; EMERGENCIES" Section of this Exhibit B. E. Licensor shall have the right, if it so elects, to provide any support it deems necessary for the safety of Licenser's operations and trackage during Licensee's or its contractor's construction, maintenance, repair, renewal, modification, relocation, reconstruction, or removal of Licensee's Facilities. In the event Licensor provides such support, Licensor shall invoice Licensee, and Licensee shall pay Licensor as set forth in the "LICENSEE'S PAYMENT OF EXPENSES" Section of this Exhibit B, Licensor will give as much notice as is feasible recognizing such costs must by authorized by Licensee's City Council and funds must be appropriated. F. Licensee may use unmanned aircraft systems ("UAS") to inspect Licensee's Facilities only upon the prior authorization from and under the direction of Licenser's Field Representatives. Licensee agrees that its use of UAS on Railroad Property will comply with Licensor's then -current Unmanned Aerial Systems Policy and all applicable laws, rules and regulations, including any applicable Federal Aviation Administration regulations and enactments pertaining to UAS. Section G. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. Fiber optic cable systems may be buried on Railroad Property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. In addition to the notifications required under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensee shall visit up,conVCBUD to complete and submit the required form to determine if fiber optic cable is buried anywhere on Railroad Property to be used by Licensee. If it is, Licensee shall telephone the telecommunications company(ies) involved, and arrange for a cable locator, make arrangements for relocation or other protection of the fiber optic cable, all at Licensee's expense, and will not commence any work on Railroad Property until all such protection or relocation has been completed, Section 7. LICENSEE'S PAYMENT OF EXPENSES. A. Licensee shall bear the entire cost and expense of the design, construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, B. Liccnsec shall fully pay for all materials joined, affixed to and labor performed on Railroad Property in connection with the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, and shall not permit or suffer any mechanic's or materialman's lien of any kind or nature to be enforced against the property for any work done or materials furnished thereon at the instance or request or on behalf of Licensee. Licensee shall promptly pay or discharge all taxes, charges, and assessments levied upon, in respect to, or on account of Licensee's Facilities, to prevent the same from becoming a charge or lien upon any property of Licensor, and so that the taxes, charges, and assessments levied upon or in respect to such property shall not be, increased because of the location, construction, or maintenance of Licensee's Facilities or any improvement, appliance, or fixture connected therewith placed upon such property, or on account of Licensee's interest therein. Where such tax, charge, or assessment may not be separately made or assessed to Licensee but shall be included in the assessment of the property of Licensor, then Licensee shall pay to Licensor an equitable proportion of such taxes determined by the value of Licensee's property upon property of Licensor as compared with the entire value of such property. C. As set forth in the "FLAGGING" Section of this Exhibit B, Licensor shall have the right, if it so elects, to provide any Safety Measures Licensor deems necessary for the safety of Licenser's operations and trackage during Licensee's or its contractor's construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, including, but not limited to supervision, inspection, and flagging services. In the event Licensor provides such Safety Measures, Licensor shall submit an itemized invoice to Licensee's notice recipient listed in the "NOTICES" Article of this Agreement. Licensee shall pay to Licensor the total amount listed on such invoice within thirty (30) days of Licensee's receipt of such invoice. Licensor will give as much notice as is feasible recognizing such costs must by authorized by Licensee's City Council and hands must be appropriated, Section $, MODIFICATIONS TO LICENSEE'S FACILITIES. A. This grant is subject to Licensee's safe and efficient operation of its railroad, and continued use and improvement of Railroad Property (collectively, "Railroad's Use"). Accordingly, Licensee shall, at its sole cost and expense, modify, reconstruct, repair, renew, revise, relocate, or remove (individually, "Modification", or collectively, "Modifications") all or any portion of Licensee's Facilities as Licensor may designate or identify, in its reasonable discretion, in the furtherance of Railroad's Use. B. Upon any Modification of all or any portion of Licensee's Facilities to another location on Railroad Property, Licensor and Licensee shall execute a Supplemental Agreement to this Pipeline Agreement to document the Modification(s) to Licensee's Facilities on Railroad Property. If the Modifications result in Licensee's Facilities moving off of Railroad Property, this Agreement will terminate upon Licensee's completion of such Modification(s) and all requirements contained within the "TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of this Exhibit B, Any such Modification(s) off of Railroad Property will not release Licensee from any liability or other obligation of Licensee arising prior to and upon completion of any such Modifications to the Licensee's Facilities. Section 9. RESTORATION OF RAILROAD PROPERTY. In the event Licensee, in any manner moves or disturbs any property of Licensor in connection with the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, then, Licensee shall, as soon as possible and at Licensee's sole cost and expense, restore Licensor's property to the same condition as the same were before such property was moved or disturbed, Section 10. INDEMNITY. A. Definitions. As used in this Section: "Licensor" includes Licensor, its affiliates, its and their officers, directors, agents and employees, and other railroad companies using Railroad property at or near the location of Licensee's installation and their officers, directors, agents, and employees. 2. "Licensee" includes Licensee and its agents, contractors, subcontractors, sub -subcontractors, employees, officers, and directors, or any other person or entity acting on its behalf or under its control. "Loss" includes claims, suits, taxes, loss, damages (including punitive damages, statutory damages, and exemplary damages), costs, charges, assessments, judgments, settlements, liens, demands, actions, causes of action, fines, penalties, interest, and expenses of any nature, including court costs, reasonable attorneys' fees and expenses, investigation costs, and appeal expenses. B. Licensee shall, to the extent allowed by law and the Texas Constitution, release, defend, indemnify, and hold harmless Licensor from and against any and all Loss, even if groundless, fraudulent, or false, that directly or indirectly arises out of or is related to Licensee's construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, removal, presence, use, or operation of Licensee's Facilities, including, but not limited to, any actual or alleged; Bodily harm or personal injury (including any emotional injury or disease) to, or the death of, any person(s), including, but not limited to, Licensee, Licensor, any telecommunications company, or the agents, contractors, subcontractors, sub -subcontractors, or employees of the foregoing; 2. Damage to or the disturbance, loss, movement, or destruction of Railroad Property, including loss of use and diminution in value, including, but not limited to, any telecommunications system(s) or fiber optic cable(s) on or near Railroad Property, any property of Licensee or Licensor, or any property in the care, custody, or control of Licensee or Licensor; 3. Removal of person(s) from Railroad Property; 4. Any delays or interference with track or Railroad's Use caused by Licensee's activity(ies) on Railroad Property, including without limitation the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities or any part thereof, any activities, labor, materials, equipment, or machinery in conjunction therewith; 5. Right(s) or interest(s) granted pursuant to this Agreement; 6. Contents escaping from Licensee's Facilities, including without limitation any actual or alleged pollution, contamination, breach, or environmental Loss; T Licensee's breach of this Agreement or failure to comply with its provisions, including, but not limited to, any violation or breach by Licensee of any representations and warranties Licensee has made in this Agreement; and 8. Violation by Licensee of any law, statute, ordinance, governmental administrative order, rule, or regulation, including without limitation all applicable Federal Railroad Administration regulations. C. THE FOREGOING OBLIGATIONS SHALL APPLY TO THE FULLEST EXTENT PERMITTED BY LAW AND THE TEXAS CONSTITUTION FOR THE BENEFIT OF LICENSOR, EXCEPT WHERE THE LOSS IS CAUSED BY THE SOLE, ACTIVE AND DIRECT NEGLIGENCE, GROSS NEGLIGENCE, OR WILLFUL MISCONDUCT OF LICENSOR AS DETERMINED IN A FINAL JUDGMENT BY A COURT OF COMPETENT JURISDICTION. Section 11, TERMXN.A,TION' REMOVAL OF LICENSEE'S FACILITIES. A. If Licensee does not use the right herein granted on Licensee's Facilities for one (1) ycar, or if Licensee continues in default in the performance of any provision of this Agreement for a period of thirty (30) days after written notice from Licensor to Licensee specifying such default, Licensor may, at its sole discretion, terminate this Agreement by written notice to Licensee at the address listed in the "NOTICES" Article of this Agreement, This Agreement will not terminate until Licensee complies with Paragraphs "C" and "D" of this Section found below. B. Intentionally Deleted. C. prior to the effective date of any tenriination described in this Section, Licensee shall submit an application to Licensor's online Utility Contracts System at liMM://mvw.uprr.com/rern/ucs/jasl#/home for Licensee's removal, or if applicable, abandonment in place of Licensee's Facilities located on Railroad Property ("Removal/Abandonment Work"). Upon the UP Engineering Representative's approval of Licensee's application for the Removal/Abandonment Work, Licensor and Licensee shall execute a separate consent document that will govern Licensee's performance of the Removal/Abandonment Work from those portions of Railroad Property not occupied by roadbed and/or trackage ("Consent Document"). Licensor shall then restore the impacted Railroad Property to the same or reasonably similar condition as it was prior to Licensee's installation of Licensee's Facilities. For purposes of this Section, Licensee's (i) performance of the Removal/Abandonment Work, and (ii) restoration work will hereinafter be collectively referred to as the "Restoration Work". D. Following Licensee's completion of the Restoration Work, Licensee shall provide a written certification letter to Licensor at the address listed in the "NOTICES" Article of this Agreement which certifies that the Restoration Work has been completed in accordance with the Consent Document. Licensee shall report to governmental authorities, as required by law, and notify Licensor immediately if any environmental contamination is discovered during Licensee's perf'on-nance of the Restoration Work. Upon discovery, the Licensee shall initiate any and all removal, remedial and restoration actions that are necessary to restore the property to its original, uncontaminated condition. Licensee shall provide written certification to Licensor at the address listed in the "NOTICES" Article of this Agreement that environmental contamination- has been remediated and the property has been restored in accordance with Licensors requirements. Upon Licenser's receipt of Licensee's restoration completion certifications, this Agreement will terminate. E. In the event that Licensee fails to complete any of the Restoration Work, Licensor may, but is not obligated, to perform the Restoration Work and seek reimbursement fi-om Licensee. F. Termination of this Agreement for any reason will not affect any of rights or obligations of the parties which may have accrued, or liabilities or Loss (defined in the "INDEMNITY" Section of this Exhibit B), accrued or otherwise, 'which may have arisen prior to such termination, EXHIBIT C INSURANCE REQUIREMENTS In accordance with Article 5 of this Agreement, Licensee shall (1) procure and maintain at its sole cost and expense, or (2) require its contractors and subcontractors to procure and maintain, at their sale cost and expense, the following insurance coverage: A. Commercial General Liability Insurance. Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000. CGL insurance must be written on ISO occurrence fonn CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute fonn providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated .lob Site. B. Business Automobile Coverage Insurance. Business auto coverage written on ISO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage) with a limit of not less $2,000,000 for each accident, and coverage must include liability arising out of any auto (including owned, hired, and non -owned autos). The policy must contain the following endorsements, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: "Coverage For Certain Operations In Connection With Railroads" ISO farm CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. C. Workers' Compensation and Employers' Liability Insurance. Coverage must include but not be limited to: Licensee's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employee. If Licensee is self -insured, evidence of state approval and excess workers' compensation coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbor Workers' Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable. D. Environmental Liability Insurance. Environmental Legal Liability Insurance (ELL) applicable to bodily injury, property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, cleanup costs, and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims, or compliance with statute, all in connection with any loss arising from the insured's performance under this Agreement. Except with respect to the limits of insurance, and any rights or duties specifically assigned to the first named insured, this insurance must apply as if each named insured were the only named insured; and separately to the additional insured against which claim is made or suit is brought. Coverage shall be maintained in an amount of at least $2,000,000 per loss, with an annual aggregate of at least $4,000,000. Any retroactive date applicable to ELL insurance coverage under the policy must be the same as or precedes the Effective Date of this Agreement, and continuous coverage must be maintained for a period of five (5) years beginning from the time the work under this Agreement is completed or if coverage is cancelled for any reason the policies extended discovery period, if any, will be exercised for the maximum time allowed. E. Railroad Protective Liability Insurance, Licensee must maintain for the duration of work "Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Licensor only as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. The definition of "JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall describe all WORD or OPERATIONS performed under this Agreement. Notwithstanding the foregoing, Licensee does not need Railroad Protective Liability Insurance after its initial construction work is complete and all excess materials have been removed from Licensoe's property; PROVIDED, however, that Licensee shall procure such coverage for any subsequent maintenance, repair, renewal, modification, reconstruction, or removal work on Licensee's Facilities, F. Umbrella or Excess Insurance. If Licensee utilizes umbrella or excess policies, and these policies must "follow form" and afford no less coverage than the primary policy. Other Requirements G. Ail policy(ies) required above (except business autornobile, workers' compensation and employers' liability) must include Licensor as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26 (or substitute form(s) providing equivalent coverage). The coverage provided to Licensor as additional insured shall not be limited by Licensee's liability under the indemnity provisions of this Agreement. BOTH LICENSOR AND LICENSEE EXPECT THAT LICENSOR WILL 13E PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this Agreement, or (b) all punitive damages are prohibited by all states in which this Agreement will be performed. 1. Licensee waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Licensor and its agents, officers, directors and employees for damages covered by the workers' compensation and employers' liability or commercial umbrella or excess liability obtained by Licensee required in this Agreement, where permitted by law. This waiver roust be stated on the certificate of insurance. J. All insurance policies must be written by a reputable insurance company acceptable to Licensor or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the work is to be performed. K. The fact that insurance is obtained by Licensee will not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the indemnity provisions of this Agreement, Damages recoverable by Licensor from Licensee or any third party will not be limited by the amount of the required insurance coverage. L, Licensee is allowed to retain (sel f-insure) in whole or in part any insurance obligation under this Agreement. Any retention shall be for the account of Licensee. If Licensee elects to retain (self -insure) in whole or in part any insurance required by the Agreement Licensee agrees that it shall provide Railroad with the same coverage that would have been provided to it by the required commercial insurance forms had Licensee obtained commercial insurance. For all coverage not retained (not self -insured) Licensee shall furnish Railroad with certificates(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. EXHIBIT D IFORM OF CONTRA CTOR'SRIGHT OF ENTRY AGREEMENT TO BE ATTACIIEDI GC-6.09A Permits and Utilities (OUTSTANDING AGREEMENTS) THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 LETTER OF NO OBJECTION Expires: 8 months from date of this Letter August 18', 2025 To: City of Fort Worth Project Manager Contractor Company: City of Fort Worth Water Department Address: 200 Texas Street Fort Worth, TX 76102 Phone: 817-392-8209 Done For: City of Fort Worth Property Owner. Address: Near 287 and Peden Road. Phone: N/A RE: REQUEST FOR ENCROACHMENT - LONO# 25-034 City of Fort Worth Water Department - ("ENTITY/GRANTEE") installation/crossings near Colt Midstream, LLC's, ("COMPANY/GRANTOR") pipeline Line SG — 6" & SGB- 6" with proposed installation of one (1) 24" water line, (Steel conduit / casing) in the MEP&P RR CO Survey, Abstract 1131, MEP&P RR CO Survey, Abstract 247 and MEP&P RR CO Survey, Abstract 1110 in Tarrant County, Texas. (Approximate GPS crossing locations: 32.9593350-97.408175° (SGB), 32.940356°-97.4271370 (SG) and 32.934877'-97.424382' (SG). Dear Grantee, This letter is to memorialize our understanding regarding your request on behalf of City Of Fort Worth Water Department ("ENTITY") regarding ENTITY'S proposed water line installation as per plans and/or specifications from ENTITY, a copy attached hereto as EXHIBIT A (collectively referred to as the "ENCROACHMENT/LONO") crossing Line SGL- 6" (the "PIPELINE") of Colt Gathering (North Texas) L.P. ("COMPANY") located within the right- of-way/easement (the "EASEMENT") and as depicted on the GIS map attached hereto as EXHIBIT "Al". COMPANY is committed to protecting the environment and the health and safety of our employees, contractors, customers and the public by conducting its business in a safe and environmentally responsible manner. Activity that may disturb the PIPELINE, its appurtenant assets or its support structure can pose a threat to the environment, persons and public safety. Consequently, we request that ENTITY adhere to this same commitment to the environment and safety when undertaking construction of the ENCROACHMENT in and around the EASEMENT. At this time, COMPANY will not make an objection to the proposed ENCROACHMENT, conditioned upon ENTITY'S understanding of the following: A minimum of 48 hours (excluding weekends and holidays) prior to commencing construction activities relating to the Encroachment, ENTITY will (i) confirm that the local One -Call has been notified of the construction activities (ENTITY or its agents may contact One -Call by dialing 811) and (ii) contact Company's Operations representative Mr. Fernando Cortez 806-930-2734, Mr. Cruz Jimenez at 817-602- 2212, so that he and/or his designated representative can be present during any approved construction operations. Grantor shall, during initial construction, be updated every two weeks as to Grantee's anticipated work for the following two -week period. In addition, Grantor shall be advised of any appreciable change in that schedule. These communications shall occur throughout the duration of Grantee's construction project. 2. All work by Grantee shall be performed pursuant to the scope of work referenced in Exhibit "A". No material changes shall be made to the proposed work described in Exhibit "A", within the pipeline easement without the prior written consent of Grantor. Such further approval shall be subject to the same terms and conditions of this Letter of No Objection. 3. Grantee will construct, and maintain, and remove its improvements upon abandonment, at no cost to Grantor. 4. Grantee must comply with the standards and specifications of "Colt Engineering Standards/Encroachment Guidelines for Natural Gas Pipeline" set forth in Exhibit "B", attached hereto and made a part hereof. Any exceptions thereto must be agreed to in writing by Grantor. 5. Depending upon the extent of the work to be done, Grantor may retain an inspector to be present during the work to assure Grantor's pipeline is protected and not endangered by Grantee construction in Grantor's easement. If actual construction materially deviates from the plan, or there is an incident that places Grantor's pipeline at risk, Grantor's inspector may halt the work until a resolution is achieved. Both parties covenant that they will diligently pursue a resolution that is acceptable to both parties. The cost of Grantor's inspector is approximately $850 per day, plus per diem. Such cost may be more or less, and Grantee agrees to pay the actual fees charged. 6. Permanent aboveground markers identifying the crossing pipeline or utility shall be installed and maintained at the limits of Grantor's easement and /or at the crossing. If it is impractical to install and maintain above ground markers due to the crossing location, plastic marker tape shall be installed below cultivation level and over Grantor's pipeline, extending the width of the easement or a minimum of 20 feet. 7. Grantee shall contact the Texas "One -Call" underground utility location service by calling 811 at least 72 hours prior to performing any construction activities over, or immediately adjacent to, Grantor's pipelines. Failure to call this number is a violation of state law and will impose penalties and liability upon you for such failure. Please note, Grantor reports non-compliance to the state. 8. Grantee agrees to immediately contact Grantor's offices (our control center) in the event of any incident involving, or potentially involving, a line strike by calling 817-500-0020. 9. Grantee will not move construction equipment across Grantor's pipeline and/or easement without the consent of Grantor's representative, such consent shall not be unreasonably withheld, conditioned or delayed. Wherever Grantee is approved to cross Grantor's pipeline and/or easement with heavy equipment, Grantee will place matting or other suitable material over the pipeline as determined by Grantor's representative in the field. Grantee will maintain a minimum of four feet (4') of cover over the top of Grantor's pipeline at locations where construction or maintenance activities will take place over the pipeline. ENTITY understands that moving heavy construction equipment across the PIPELINE and/or the EASEMENT can damage the PIPELINE, thereby posing a threat to the environment and the safety of persons in the vicinity and the public. ENTITY will provide COMPANY with a minimum of 72 hours' notice prior to crossing the PIPELINE with any heavy equipment. Wherever ENTITY is intending to cross the PIPELINE and/or the EASEMENT with heavy equipment, ENTITY will place eight -inch (8") timber mats over the PIPELINE. NOTE: It is the responsibility of ENTITY to confirm that the eight -inch (8") timber matting is constructed in a manner that will sustain proposed heavy equipment. No medium to large vibratory compaction equipment is allowed within minimum ten feet (10') from the PIPELINE, only walk - behind vibratory rollers/compactors are allowed. ENTITY will maintain a minimum stable soil cover of four feet (4') over the top of the PIPELINE at locations where construction or maintenance activities will take place over the PIPELINE. 10. All mechanical digging equipment working within Grantor's easement must have the teeth removed or barred with a plate welded across the teeth. Mechanical excavation will cease once the earth has been removed to within two (2) feet of Grantor's pipeline. Shovels must be used to manually clean the area above and below the pipeline. After the pipeline has been initially located, the pipeline shall be kept visible to the equipment operator during the excavation process. Grantor may require shoring or another type of support to protect the pipeline's integrity. All backfill on Grantor's easement shall be mechanically compacted to the top of the pipeline. No excavation or removal of cover will be permitted within the PIPELINE EASEMENT without prior approval by COMPANY'S REPRESENTATIVE. 11. If temporary construction roads are to be utilized, Grantor must approve equipment and the plans for vehicle/equipment crossings on the easement, such approval shall not be unreasonably withheld. 12. If any modifications to its pipeline facilities are necessary to allow installation of the improvements, then Grantee agrees to pay any and all cost associated with the necessary modifications. 13. All improvements of Grantee within Grantor's easement shall be constructed and maintained to comply with all laws and industry standards. 14. The following language must be conspicuously displayed on all drawings depicting the PIPELINE: WARNING! HIGH PRESSURE PIPELINE Excavation and/or Construction Prohibited without Prior Written Permission From COLT Midstream, LLC 15. COMPANY will require physical verification of the PIPELINE depth of cover and alignment, at ENTITY'S expense, prior to work being performed near the PIPELINE. Physical verification maybe via hydro -excavation or any other method approved by COMPANY'S REPRESENTATIVE. If the PIPELINE is not at the anticipated alignment or depth, ENTITY shall adjust accordingly at no expense to COMPANY or its affiliates. 16. ENTITY'S water line will maintain a minimum horizontal distance of ten feet (10') measured from centerline of COMPANY'S PIPELINE. 17. GRANTEE agrees to indemnify Grantor for any damages to Grantor's pipeline arising out of or caused by the construction, operation, maintenance or repair of GRANTEE's facilities, and the cost of replacement or repairs. Specifically, GRANTEE will assume all risks and agrees, binds, and obligates itself to indemnify, defend, and save harmless Grantor from and against all claims, demands, actions, suits, judgments, and recoveries for or on account of injury to or death of any person or persons (including, but not by way of limitation, the agents, representatives, and employees of Grantor and GRANTEE and any other third parties) and/or damage to property (including, but not by way of limitation, property of Grantor or property of others in its custody, including product lost) arising out of the exercise of the rights herein granted, except to the extent such damage or injury is due to the negligence or willful misconduct of Grantor, its agents, representatives, employees, contractors or subcontractors. 18. This agreement shall be revocable by Grantor in the event of any material noncompliance with the requirements, conditions or specifications on this agreement. 19. The terms and conditions of this agreement shall constitute covenants running with the land and shall be binding upon the parties hereto, their respective heirs, representatives, successors and assigns. 20. This agreement granted is subject to the existing easement rights of Grantor, and the permission herein granted by Grantor is limited to its interest and authority in the subject land and Grantee acknowledges the possible obligation to obtain the required permission from other parties of interest and/or the Government. 21. The signatory for each party acknowledges that he is duly authorized to bind such party in accordance with Texas law and is fully authorized to execute this agreement on behalf of such party. 22. Grantee will provide two (2) copies of as -built drawings within ninety days of the completion of construction. 23. The provisions of Subchapter H, §§756.121 — 756.125 of the Texas Health and Safety Code shall apply. A copy is enclosed with this letter for your information. 24. Landscaping: No trees are allowed in the PIPELINE EASEMENT and canopy on trees located adjacent to PIPELINE EASEMENT shall be kept trimmed to avoid overhanging into the PIPELINE EASEMENT. 25. No permanent structures will be permitted inside the PIPELINE EASEMENT, including, but not limited to, light or utility poles, fences, buildings, houses, barns, garages, patios, swimming pools, or reinforced concrete slabs. 26. The existence of the ENCROACHMENT does not modify or constitute a waiver of COMPANY'S rights under the EASEMENT or any other rights, which may be implied by law or equity; and COMPANY expressly reserves all such rights. 27. ENTITY understands that COMPANY'S issuance of this letter of no objection was based on many factors, including the circumstances of the COMPANY, the EASEMENT, the PIPELINE and COMPANY'S business at the time issued and in the future these factors and circumstances can change. COMPANY'S issue of no objection to the construction of the ENCROACHMENT will expire six (6) months from the date of this letter unless ENTITY has commenced and diligently continued construction of the ENCROACHMENT. If ENTITY is unable to commence construction of the ENCROACHMENT within six (6) months after the date of this letter or, if after timely commencement of construction of the ENCROACHMENT, suspends construction thereof for a period greater than six (6) months, and ENTITY still intends to construct and/or complete construction of the ENCROACHMENT, ENTITY must resubmit the construction plans for the ENCROACHMENT, whether or not such plans have changed, for review by COMPANY and COMPANY, in its sole and absolute discretion, will determine whether it will have no objection at that time to such plans as resubmitted. 28. The provisions of Subchapter H, §§756.121 — 756.125 of the Texas Health and Safety Code shall apply. 29. SPECIAL PROVISIONS UNIQUE TO PROJECT: None If you believe anything set forth in this letter misstates our understanding or if you require more information or clarification of any matters set forth herein, please contact the undersigned at your soonest convenience. The undersigned can be contacted via e-mail at ROW(a)coltmidstream.com or karel.hancke(a)coltmidstream.com. Sincerely, Karel Hancke Exhibit "A" Scope of work: Grantee will be crossing Grantor's pipeline with a water line within steel casing. Grantee will maintain at least a separation of 3' (36") between Grantee's water line and Grantor's pipeline. (Approximate GPS crossing locations: 32.959335'-97.408175' (SGB), 32.940356'-97.427137' (SG) and 32.9348770-97.4243820 (SG). 1. Grantee's water line will be encased with steel conduit not shorter than twenty feet (20') in length where it crosses Grantor's pipeline easement. Grantee will cross below our line with a separation of at least 3' feet. 2. Where paralleling occurs: Grantee will stay 10' feet from our centerline. 3. Where applicable: A window of 4' feet will be provided to ensure that a crossing occurs at least 3' feet below Grantor's line. 4. Appropriate flagging material (Caution tape) will be buried to ensure the safety of both Grantor and Grantee's pipeline. 5. Grantor's lines will be potholed / hand dug by GRANTEE to verify actual depth before construction. Grantor's employee to be present. 6. Above ground markers will be placed where a crossing occurs. 7. Grantor operations personnel want to be present durine this crossine, please contact Grantor or (see contact information in Item 7 above) at least 48 hours prior to commencement of any activity on its rieht of way. 8. The crossing line shall not interfere with Grantor's cathodic protection. Please contact our corrosion technician, Jim Hand at (817) 694 7188, 48 hours before construction starts. Grantor will install test leads upon their line at the crossing location. 9. Heavy duty crossing mats are to be used at each heavy equipment crossing area across pipeline. Exhibit "Al" K Z o vFL i wamm ��zw Z x¢ s wr �Fzuai 5• ¢� 5320 - .845 f/ Q�TI` QdO� �QZS� S'31, Y fl -846- Lk— m w�r1 W F Q ry W= 0 mim NFo�� x� � 33.-zw I 3mzW 3z zw r'�row I JU vW W w [l W a o��ll IIWO ;� IY W Uw M��n `am ��Fama ;i>OZI .� I rc Z I ZI k I I N LL I I a�r�iS I ww�r I nNGwee4 I -��9�U I I iwoa I I a�z moo_ I I I I � I I I I I o w�l m �E x gI I I I I I I I I I 6 °Jnld „4Z-IIVISNI 3Nllif 1VM„4Zd00N 'L9+gz V1S OZ' ZLMIE =3dldl i .r o3Al'dA ON34my SV3l3H NIV „P 1 o ZV%a3a05 SNIS 1331.S ,,Zb 0N3 w o J �. Z5- U K, z9+aZ OZ-M LO'6£8=3did \ N� 6O'6£a 'JNISVa 331S .2b NI�J3 C470011 —. J C. — -- -- 7z9+Lz V1S OZ- o _ O M LOs£a W'6£B=3dld �.lnrn 31V0„4zV0..vN �IVA F Q+t2V160ZAA L06E8=3dld 4P'6£8 L 'b6+9Z V1S OZ-M tON301V W a£8=3dldl 071HOHXgV74 o IV1SNl L ,6B+9z VIE OZ-M -� 689£8=3dld1 j 6S8E8 N38 IV OZRIOH ,0'94-1 :IIVISNI - - a -4S+9Z V15 OZ-M c�v a J LL 9s"ws it 0 S8-SE8=3dld m o ,££ ,Zb O=NOLL031330 - _.... ._ ._ ... _- o - - o Q x -• Ir�lla3n o Ua N _ I O Z F U > a- � N LL J v b l 6E8 — -_ 0 N N J. 96'66B=3dld N Q C7 Z W � Q W Y N . d w '6Q8 - IVOIJ JgA I < W > o Wm _ L LL J '04 4Z; VIE — Oz- ` C1 Z ti Z a W w LL C, En Q - 9z abg I � N v N II 91 I J l S 6E8 00+ZZ S '3NII :Dlb'W I N O ,1I O N 1I O N MENEM OEM E :::::::::::::::::::::::::Mill No Ifflit No im 0 It" ON ME ME on mama ON Mlml on III 104 IN lol am one. I 20 102 Iffil I. I I sm-AMMEGEMEMMEN molan MEM-0100101 AMEMANINER we IMMOMMOMMOM 1 no 0 na MEMEMEMEMEMERINSIME iiiiiiiiiiimMENNEN iimmmm NONE MEMO mommossmidiii 0 IMMUMENSEVENE rl 00 mommimillb 'Im 00 1949MENUMNIM MRIOSOMIRSEM ONERMIMENOmmommullm E;Yrlmmmmmmmmmm I is ri EIIIIIIIIIIIIIIIIIIIIIIIIIIIII MEMEMEMEMEME 11IIIIIIIIIIIIIIIIIIIIIIIIIIII MEMEMEMEMEM MEMMEMEMEMEMON R �® mmmmm 111111 rush "u 1. ArVAln ON ON 00 ME IN M ME EMMMEMENIMMIll Mw. MMMMMMMMMMMEMMIM NO MMMMMMMMM MIMMMMMMMMMMM INWIFEMPEN ME MMMMMMMMMIMCIIH E Mm Fm EUMM IS MMMMMMMMM■1.91 I I OLUM IMINNIMMIMI r. 'allml MMM FEMME MMMMMMMMMM■.11 Mr-9 lf-H■MMMMIF!H w 01 10 sw P� _dMMl 11S, LaIll mmmmmmmmmmmmmmomommm iiiiiiiniiiiiiiiiiiliiiiiiiiiiii MUMENEEMEN iiiiiiiiniiiiiiiiiiiiiiiiiiiiiii 001111 11mumpsommmmm Hommammum HIR IIMMEMMMMMMMMMMMM■M MRSIMMEMEME■ 0 m MEMMEMENIMMEMEME's■0 WN a MEMENEEmil ilMEMEMEMEMEMEMMmINll JEE MEMMEMEMEMEMEMEM11 MEMMEMEMEMEMEMEM11 MEMMIUMMEMEM11 MEMEMEMEMEMEMEMEM11 MEMOMMISIMEHIME 0■M■M■0 110■0■immommolommom■immommolommom■imommommommom MOM" mommommommommil mom" MOEN OEM 00 1 in on■00■00 114, 00 00 0 0 4 Immoll no■00 am,■00■00■00■00■00■00■ME I 00 00 00 3, MOM" MOW MEMAIMMEMMIRgEm iillF 0 mom, FI 000" alm 0,1011 oil" iiiO22 M ONmoom zoom= on ot Ij MEN M IBM HIM■ NUMERSOMME El■al RON MEMORAMMUMME MEMEMEM-ORMWIREM ONE MOMMOMMUMMEMEMEMOMMIRRYWINE MEN! ME 97 V s s moz �-IIMMMMMMM I .I MEMEMEMEMEME iiiiiiiiiiiiiiiiiiiiiiiiiiiii! MENEM Exhibit "6" Standard 0065 Engineering Standards Page 1 af4 ENCROACHMENT GUIDELINES FOR NATURAL GAS PIPELINE fOL7 Issue Date 1101 MIDSTREAM Rev. No. Company Locaton Name Date 1. SCOPE * This standard provides recommended distance between the Company's pipelines and various facilities that may encroach upon existing pipeline right-of-way or that may be encountered in the construction of new pipelines by the Company. • All encroachments must be formally documented through an encroachment agreement. Please consult the Company's Right -of -Way Department for guidance. 2. GENERAL 2.1 These guidelines are for monitoring encroachments on existing pipelines and for consideration in the route selection and placement of new pipe. 2.2 The following table lists recommended distance between pipelines of various sizes and various types of facilities and activities. These recommended distances are intended as a guide for initial negotiations with outside parties. The minimum allowed distance can only be determined by the terms of the existing right-of-way or easement documents. 10 Standard Page 0065 Engineering Standards 2 of fOLT Issue Date 1101 ENCROACI MENT GUIDELINES M 10 S T R E A M Rey. Na. FOR NATURAL GAS PIPELINE Date MINIMUM OFFSET FROM PIPELINE ENCROACHMENT DESCRIPTION (FEET) VERSUS PIPE SIZE 2" - 12" 14" — 24" Over 24" I. ABOVE GROUND STRUCTURES AND APPURTENANCES A. Buildings Any enclosed structure permanent in nature regardless of purpose 35 45 60 B. Utilities Utilities may cross pipelines at right angles. Distances specified are for parallel Crossing of Company Pipelines Encroachments. (See guys and anchors if applicable.) by 1. Electric power and telephone lines 35 35 50 2. Television cables /Fiber cables 25 35 50 C. Miscellaneous 1. Comkground: -- -- -- If within 660 feet of pipeline, see Engineering Standard 0060, Class Location Determination. 2. Fences: 25 35 50 Distances specified are for parallel fences. 3. Guys and Anchors: ^No 35 40 55 guys or anchors will terminate within the minimum distance specified. The guy or anchor must have a vertical clearance of 18 feet minimum within the specified distance ofthe pipeline. 4. Mobile Homes: 35 45 60 S. Nursery Stock (including Christmas Trees. Consult Company right-o way -- -- -- personnel to establish agreement before planting, 6. Poles (See also gas & anchors, towers, electric power lines): 30 40 55 Telephone, power, etc. and sign boards including supports. 7. Stored Materials -- -- -- Permitted over pipeline if of a type that can be readily relocated and of weight not detrimental to the pipeline. Consult Company 1 Right- fD&Way dept. 8. Swimming 35 45 60 Distances specified are for partially below grade or permanent in nature. 9. Towers {See also guys and towers) 75 l00 100 10. Trees & Shrubs (See also nurse1y stock) 30 40 55 Permanent (perennial) trees, shmbbery or other landscaping that would impair access to the pipeline, or pose a risk to the integrity of the pipeline. It Standard 0065 Engineering Standards Page 3of4 COLT Isaue Date 1/01 ENCROACHMENT GUIDELINES FOR NATURAL GAS PIPELINE M I D S T R E A M Rev. Na Date OFFSET FROM PIPELINE ENCROACHMENT DESCRIPTION (FEET) VERSUS PIPE SIZE 2" - 12" 14" — 24" Over 24" IL SURFACE IMPROVEMENTS, MODIFICATIONS AND ACTIVITIES A. Pavement Pavement includes asphalt and concrete or variations thereof. Contingent an the depth of the pipeline, may cross pipeline at near right angles or be placed parallel to pipeline at distance specified. Consult Company right-of-way dept. to establish agreement: 1. AirStaps: 30 40 55 2. Alleys, Driveways. Roads, Sidewalks. Tennis (or other) Courts: 25 35 50 3. Parking Lots: -- -- -- Consult Company right-of-way personnel to establish agreement for "green belts", etc. 4. Patios: 25 35 50 If roofed & fenced, consider as building; otherwise as specified R. Earthwork or Other Grade Modifications Ensure 36" minimum cover (or existing if <36") is preserved over pipeline. Cover may be added if Gee or foreign debris such as large rocks, concrete chunks and metal scraps. Operation of heavy equipment over the pipeline must provide for appropriate safeguard of pipeline integrity. 1. Ditches.• 36 40 55 Should cross at near right angles. Parallel distances to be as specified. Minimum cover shall be 36" from bottom of ditch to pipeline. 2. Roads: -- -- -- Minimum cover shall be 49" from top of road to pipeline. 3. Landln LLeewling: Permitted over pipeline if cover requirements are maintained. 4. Plowing (including deep tilling or chisel plowings Permitted over pipeline if minimum clearance of 12" is maintained between plow depth and top of pipeline. 5. Terracing_(See land leveliW: 6. Dams & Dikes (icluding waterways & water impoundments): 30 40 55 7. Dred Mg.- 30 40 55 C. Seismography: See Engineering Standard 7155, Calculate distances allowed based on Engineering Standards 7155. Effects of Blasting on Buried Pipelines. 12 Standard Page 0065 Engineering Standards 4 of 4 Issue Date 1101 ENCROACHMENT GUIDELINES M I C S T R E A M Rev. No FOR NATURAL GAS PIPELINE OFFSET FROM PIPELINE ENCROACHMENT DESCRIPTION (FEET) VERSUS PIPE SIZE 2" - 12" 14" - 24" Over 24" III. BELOW GROUND STRUCTURES AND APPURTENANCES A. Pipelines and Utilities 1. Drain Tile: May cross pipeline. All plans to be reviewed and approved by company. Distances specified are for parallel tile lines. a. Tile diameter less than 10" 25 35 50 b. Tile diameter 10" or greater: 30 40 55 2. LFPellne (water, gas, oil, well, sewer, etc.): 30 40 55 Pipelines that are greater than 2" shall undercrom Company pipelines. Minimum clearance should be 24"_ Distances specified are for parallel pipelines. 3. Power Lines: 30 40 55 All crossings shall be under Company lines at near right angles. Minimum clearance should be 36". Cables having conductors at more than 60 volts to ground should be non-metallic casing for a minimum distance of I (Y on either side ofthe pipeline with six inches of red colored concrete for a distance of 10 feet on each side of Company's pipeline installed per National Electrical standards. Distances specified are for parallel power lines. 4. Communication Lines: 30 40 55 All cables &hail undercross pipelines at near right angles. Minimum clearance should be 24". Exception may be made where it would be necessary to cut and splice the cable. Happroved by Company prior to construction, a cable laid over the pipeline must be cased for a minimum distance of 15' on either side of the pipeline or otherwise protected. Distances specified are for parallel communication lines. B. Miscellaneous 1. Blasmg See Engineering Standard 7155, Calculate distance allowed based on Engineering Standard 7155. Effects of Blasting on Buried Notify blasting contractor of pipeline location and limits of blasting Pipelines. activities. 2. Mines (minim): Notify Company Technical Office whenever mining or quarrying is proposed within 660 feet of pipeline. Notify mining contractor of pipeline location. 3. Leach Beds: 30 40 55 Lines crossing pipeline will be of solid impervious material. 4. ! tie System: 30 40 55 13 SUBCHAPTER H. CONSTRUCTION AFFECTING PIPELINE EASEMENTS AND RIGHTS -OF -WAY § 756.121. DEFINITIONS. In this subchapter: (1) "Construction" means a building, structure, driveway, roadway, or other construction any part of which is physically located on, across, over, or under the easement or right-of-way of a pipeline facility or that physically impacts or creates a risk to a pipeline facility. (2) "Constructor" means a person that builds, operates, repairs, replaces, or maintains a construction or causes a construction to be built, operated, repaired, maintained, or replaced. (3) "Pipeline facility" means a pipeline used to transmit or distribute natural gas or to gather or transmit oil, gas, or the products of oil or gas. Added by Acts 2003, 78th Leg., ch. 1082, § 2(a), eff. June 20, 2003. Renumbered from V.T.C.A., Health & Safety Code § 756.101 by Acts 2005, 79th Leg., ch. 728, § 23.001(53), eff. Sept. 1, 2005. § 756.122. APPLICABILITY. (a) This subchapter applies to a construction or the repair, replacement, or maintenance of a construction unless there is a written agreement, including a Texas Department of Transportation right-of-way agreement, to the contrary between the owner or operator of the affected pipeline facility and the person that places or causes a construction to be placed on the easement or right-of-way of a pipeline facility. (b) This subchapter does not apply to: (1) construction done by a municipality on property owned by the municipality, unless the construction is for private commercial use; or (2) construction or repair, replacement, or maintenance of construction on property owned by a navigation district or port authority created or operating under Section 52, Article III, or Section 59, Article XVI, Texas Constitution. Added by Acts 2003, 78th Leg., ch. 1082, § 2(a), eff. June 20, 2003. Renumbered from V.T.C.A., Health & Safety Code § 756.102 by Acts 2005, 79th Leg., ch. 728, § 23.001(53), eff. Sept. 1, 2005. § 756.123. PROHIBITION OF CONSTRUCTION WITHOUT NOTICE. A person may not build, repair, replace, or maintain a construction on, across, over, or under the easement or right-of-way for a pipeline facility unless notice of the construction is given the operator of the pipeline facility and: (1) the operator of the pipeline facility determines 14 that the construction will not increase a risk to the public or increase a risk of a break, leak, rupture, or other damage to the pipeline facility; (2) if the operator of the pipeline facility 000177 olfl465 determines that the construction will increase risk to the public or the pipeline facility, the constructor pays the reasonable, necessary, and documented cost of the additional fortifications, barriers, conduits, or other changes or improvements necessary to protect the public or pipeline facility from that risk before proceeding with the construction; (3) the building, repair, replacement, or maintenance is conducted under an existing written agreement; or (4) the building, repair, replacement, or maintenance is required to be done promptly by a regulated utility company because of the effects of a natural disaster. Added by Acts 2003, 78th Leg., ch. 1082, § 2(a), eff. June 20, 2003. Renumbered from V.T.C.A., Health & Safety Code § 756.103 by Acts 2005, 79th Leg., ch. 728, § 23.001(53), eff. Sept. 1, 2005. Amended by Acts 2005, 79th Leg., ch. 530, § 2, eff. Sept. 1, 2005. § 756.124. CIVIL LIABILITY. A constructor who violates this subchapter is liable to the owner or operator of a pipeline facility for damages to the facility proximately caused by the violation, including any liability the owner or operator of the pipeline facility incurs as a result of the violation. This section does not affect the right of a surface owner to recover for any damages to the owner's property. Added by Acts 2005, 79th Leg., ch. 530, § 2, eff. Sept. 1, 2005. § 756.125. INJUNCTIVE RELIEF. (a) A suit for injunctive relief to prevent or abate the violation of this subchapter may be brought by the county attorney for the county in which the pipeline facility is located, by the attorney general, or by the owner or operator of the pipeline facility. (b) The court in which the suit is brought may grant any prohibitory or mandatory injunction the facts warrant, including a temporary restraining order, temporary injunction, or permanent injunction. The court may grant the relief without requiring a bond or other undertaking. Added by Acts 2005, 79th Leg., ch. 530, § 2, eff. Sept. 1, 2005. 000178 olfl465 15 E> ERL11% M I D 5 T R E A M August 7, 2025 City of Fort Worth Attn: Jesica McEachern 200 Texas Street Fort Worth, Texas 76102 Re: Letter of No Objection Proposed Water Transmission Main Crossing the Following EnLink Pipelines in Tarrant County, Texas (JP-101-02-A, JP-101, 26176, JP-119, 26467 & JP-132) EnLink North Texas Gathering, LP ("EnLink") is in receipt of the City of Fort Worth's ("City") request to construct, maintain, operate, inspect, repair, replace and/or remove a water transmission main (referred to herein as the "City Facilities") within close proximity to a portion of certain pipeline and pipeline -related facilities operated by EnLink (referred to herein as the "EnLink Facilities"). EnLink desires to work with City to ensure the continued safe operation of EnLink Facilities. This letter serves as confirmation that EnLink has no objection to the proposed construction, maintenance, operation, inspection, repair, replacement, and/or removal of the City Facilities, and consents to the creation of a public utility easement to over -lap portions of the EnLink easement subject to the following qualifications and requirements: 1. Any plan changes, requiring excavation or other modifications to the City Facilities, in areas near the EnLink Facilities, must be preapproved, in writing, by EnLink, prior to construction. 2. Review and/or approval of any plans or drawings by EnLink shall not constitute an assumption of any responsibility by EnLink for their accuracy or sufficiency or conformity with applicable laws, and City shall be solely responsible therefor. 3. City agrees to provide advance notice to the EnLink representative designated below at least seventy-two (72) hours prior to the commencement of any construction, maintenance, operation, inspection, repair, and removal of the City Facilities or any equipment or machinery being located within twenty-five feet (25') of the EnLink Facilities. Colin Brammell, Real Estate Services Agent Coordinator Colin.brammell@oneok.com EnLink shall have the right to have an EnLink representative on site to oversee any work or activity taking place within twenty-five feet (25') of the EnLink Facilities. Such representative may immediately suspend or terminate any work if, in such representative's reasonable judgment, such work presents a threat to the safety or integrity of the EnLink Facilities, and EnLink will not be liable 1722 Routh Street, Suite 1300 ) Dallas, TX 75201 Office: 214.953.9500 ) Fax: 214.953.9501 EnLink.com to Company, its contractors, consultants or any other associated party for any costs or expenses associated with such suspension or termination. 4. All EnLink pipeline locations and elevations must be field -verified. An EnLink representative shall do all line locating. 5. No excavation is permitted within fifteen feet (15') of any EnLink pipeline. 6. A minimum vertical clearance of thirty-six inches (36") must be maintained between any EnLink pipeline and the City Facilities. 7. No heavy equipment, such as backhoes, bulldozers and excavators, shall cross EnLink's right- of-way without drailine mats installed over EnLink's underground facilities. Dragline mat bridges shall be used to eliminate excessive loads from being imposed on EnLink's underground facilities. In addition, the maximum wheel load should be no greater than 25,000 lbs. for any equipment crossing EnLink's underground facilities. 8. City agrees to provide as -built drawings of the City Facilities within thirty (30) days of EnLink's request therefor. 9. Without limiting any of the foregoing, City shall at all times conduct its work safely, expediently, and in such a manner so as not to unreasonably interfere with or impede the operation of the EnLink Facilities. 10. City agrees to maintain and repair the City Facilities and keep same in good condition at Company's sole expense. In no event shall Cityremove any cover and/or decrease the grade from EnLink's right-of-way. 11. City will provide and maintain proper and effective protection to the EnLink's Facilities so as to prevent any damage resulting from Company's use of EnLink's right-of-way. 12. City will pay all damages caused to EnLink's Facilities that results from the project described herein or the construction and maintenance of the City Facilities. 13. To extent permitted by Texas law and without waiving its sovereign immunity, City agrees to indemnify, defend and hold EnLink, its parent, affiliates, subsidiaries, and their directors, officers, employees, representatives and agents ("Indemnitees") harmless from and against any and all actions or causes of action, claims, demands, liabilities, loss, damage, injury, suit, proceeding, judgment or cost (including, without limitation, court costs and reasonable attorneys' fees) for personal injury to or death of any person, or damages to any property, caused by or arising out of the construction, maintenance, operation, inspection, repair, replacement or removal of the City Facilities, REGARDLESS OF WHETHER ARISING FROM OR ATTRIBUTABLE TO THE STRICT LIABILITY, NEGLIGENCE OR OTHER FAULT OF ENLINK OR THE INDEMNITEES OR ANY ACT OR OMISSION WHICH MAY RESULT IN IMPOSITION OF STRICT LIABILITY (BY STATUTE OR UNDER COMMON LAW) UPON ENLINK OR THE INDEMNITEES, but not to the extent caused by the gross negligence or willful misconduct of EnLink. Nothing contained herein shall ever be construed so as to require City to assess, levy and collect any tax to fund its obligations under this paragraph. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The City of Fort Worth has not and will not create a sinking fund or collect any tax to pay any obligation created under this section. 14. This letter shall not be construed as a grant to City of a right of way, easement, or any other interest, but only grants a permit for the limited encroachment across EnLink's existing right-of-way as herein provided. City will be responsible for securing any rights to the property from the owner of the property on which the City Facilities will be installed. EnLink makes no warranty, express or implied, as to title to the property on which the City Facilities will be installed, and the consent herein given is subject to all prior grants, reservations, encumbrances, occupancy and crossing agreements, if any, whether made by EnLink or others and whether or not of record. EnLink consents to any encroachment by the City Facilities only to the extent that EnLink has the right to grant such consent. 15. It is agreed that EnLink will maintain its prior rights and privileges. This letter neither supersedes nor negates any rights granted to EnLink under the EnLink's agreement(s) and/or documents creating the EnLink's rights to the property. 16. The requirements set forth herein shall be binding on the parties hereto, their heirs, successors and assigns. Please indicate your acceptance of the foregoing by executing in the space provided below and returning a copy to Colin Brammell at colin.brammell@oneok.com. Sincerely, EnLink North Texas Gathering, LP By: EnLink Energy GP, LLC its general partner By: Name: Christopher J. Greneaux Title: Director of Land ACCEPTED AND AGREED TO this day of , 2025. City of Fort Worth By: Its: Authorized Representative RTH MATTIE PARKER MAYOR JESUS VA)P CHAPA CITY MANAGER CONSTRUCTION PLANS FOR oft THE CITY OF FORT WORTH, TEXAS NORTHSIDE IV WATER TRANSMISSION MAIN y CHRISTOPHER P. HARDER, P. DIRECTOR, WATER DEPARTMENT' ` LAUREN PRIEUR PE DIRECTOR, TRANS &PUBLIC WORKS DEPT. CITY PROJECT NO.' 105114 L Ir J This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY , P.E. Date: 4 24 25 Tx. Reg. # 133846 PHASE 1C - SEGMENT 1 CITY PROJECT NO. 105114 BUSINESS 287 (BONDS RANCH RD TO PEDEN RD) PEDEN RD r (BUS 287 TO 3200' WEST OF BUS 2F LOCATION MAP N.T.S. teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPELS: ENGR F-230; SURV 10011600, 10011601, 10194381 GBPE: PEF007431; TBAE: BR 2673 TONY SHOLOLA, PE. ASSISTANT DIRECTOR, CAPITAL PROJECT DELIVERY MI CHA EL 0 WENS, P. E. CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREETI KC, P. E. SENIOR PROFESSIONAL ENGINEER, WATER DEPARTMENT DA TE DA TE DA TE 00 to N 5- O 5-1 SHEET NO. DESCRIPTION - - - i IN Oil .1 F IF , rim' IIIIIIIIIWIllii,iiilIILWIlllwlllllllllllIFIllrwll, .� _ V _ wl ,, ., IF , _ . F�„ , _� - , , j , . ., M� _ ,. - .. -W,- -- W, VF F VIA 0 _L _ -- -- - FA - _L - - - - NAI ., - -.� .. END 24 _ ,! I LINE . 7 SEGMENT - ,l . . I I . o no. revision by date teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph www.tnpinc.com TX-PELS: ENGR F-230; SURV 10011600, 10011601, 10194381 TX-AE: BR 2673 FORTWORTH scale horiz vert date Apr 2025 tnp This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY , P.E. Date: 4/24/25 Tx. Reg. # 133846 I City of Fort Worth, Texas I NORTHSIDE IV WATER TRANSMISSION MAIN PHASE 1 C - SEGMENT 1 INDEX SHEET trip project FTW23548 sheet 2 of 43 i W Q du; 20 0 10 20 GRAPHIC SCALE MAPSCO NO. 18L WATER MAP NO. 2024-460 TREE REMOVAL DATA # SIZE DESCRIPTION 73 8" HACKBERRY 74 9" HACKBERRY 75 9" HACKBERRY 76 6" HACKBERRY 77 loll HACKBERRY 78 9" HACKBERRY 79 loll HACKBERRY 80 9" HACKBERRY 81 12" HACKBERRY 82 8" HACKBERRY 83 8" HACKBERRY 84 loll TREE 85 7" HACKBERRY 86 14" HACKBERRY 87 9" HACKBERRY 88 15" HACKBERRY 89 6" HACKBERRY 90 12" HACKBERRY 91 20" WILLOW 92 12" WILLOW 93 11" WILLOW 94 24 WILLOW 95 7" HACKBERRY 96 11" HACKBERRY 97 14" HACKBERRY 98 loll HACKBERRY 99 14" HACKBERRY q 0 3 TL E oQ 850 i I N 3 CDc N LU N aCr QCr a O 1 o, x � I o LO 3 + T > U o z o o 0 84n , m C, > N1: W W s a 0 n 0 i W o� -F U �LO W � / d-o C14Ln �Q %c~n 0 CD Ld i> �z c M J APPROXIMATE LOCATION 30' PIPELINE EASEMENT ICROSSTEX NORTH TEXAS GATHERING, L.P. t INST. #D208425803 D.R.T C.T. a ' i`• �' APPROXIMATE LOCATION 20' PIPELINE RIGHT-OF-WAY AGREEMENT CROSSTEX NORTH TEXAS GATHERING, L.P. INST. #D208425802 APPROX/MA TE 30 x15' TIP 840.88 /\\ + / BORE PIT ,,^\ PER ELECTRONIC \ 0 /�/���� � DE/P�TH READING Ln PETE & JO BONDS FAMILY PARTNERSHIP, LTD (TRACT III) Y INST. #D213039813 y �� .--jog . ^) �V D.R.T.c.T. D.R.T.C.T. �2250 SY OF SEEDING/SOD REPAIR APPROXIMATE LOCATION •,_50' RIGHT-OF-WAY & EASEMENT LONE STAR GAS COMPANY VOL. 3062, PG. 414 *rr�- 0 �J `A ® 12.5' Q H 0 I 5 v 53+ PROPOSED 'U 54 00 (TYP) 1-1 AKV 25' WATER FACILI TY LU 10 x10' EASEMENT OP 24" NSIV W 'A' Z 4 75 7� / LU BORE PIT Z - CROS TE�/ S-- (G-OL�) - T - - - / ' - -- -- EXIST ROW ESMT -GA�. V - _ ATMOSI -� / I APPROXIMATE Q �� EN LI N% REMOVE TREES TYP APPROX/MA TE - TIP 841.11 STA 51+81.29 PROP NSIV PHASE 1C -SEGMENT 1 WL A APPROXIMATE ( ) LOCATION STA 50+25 PROP NSIV PH SE iC - SEGM NT 1 WL 'A' (SEE TREE REMOVAL TIP 844.98 INSTALL: -PIPELINE I l PER ELECTRONIC , RIGHT-OF-WAY INSTALL: / TABLE THIS SHEET) PER ELECTRONIC t DEPTH READING 2-UAUTO MARKER POLE LOCATE ON PIPELINE EASEMENT � � , PEDEN ROAD � AGREEMENT 1-4'" AIR RELEASE VALVE %l DEPTH READING - N 7025629.79 - C CROSSTEX NORTH N 7025632.61 r < < TA 50+89.58 PROP NSIV PHASE 1C - EGMENT 1 WL 'A' I i c> (ASPH. PAVING) ,-TEXA� E 2299778.63 ��, E 2299622.37 i STALL: STA 51 +69.46 PROP NSIV PHASE 1 C - SEGMENT 1 WL A LATHERING, L.P. / - - , I; I ( INST;-#D20842580�-- 2-UAUTY MARKER POLE INSTALL: I 17- D.R.T.C.T. / LOCATE ON PIPELINE EASEMEN� I �_ 2-U7XHY MARKER POLE EXIST PROPERTY LINE N 7025631.44 �- LOCATE ON PIPELINE EASEMENT ATMOS �,�- - EXIST PROPERTY LINE l - - - 2299714. B6 - - / I - - - - E 2299634.19 - - - - - - - - - - - EXIST ROW ESMT GRAVELI r L=64'J. 14 �X/$_T RQW ESM-T- h Q / n�n 131 LF OF 24" WATER LINE �N 142 CASING B Y M. 0. T. 0. C. / / CAUTION! ! / EXIST GAS LINE IN THIS AREA / VERIFY LOCATION AND DEPTH PRIOR TO CONSTRUCTION \T \ i STA 52+ 11.45 PROP NSIV PHASE 1 C - SEGMENT 1 WL 'A' INSTALL: s , i 1-8" BLOW OFF ASSEMBLY (SEE DETAIL SHEET 41) N 7025629.24 E 2299592.21 _ - _ PROPOSED 20' TEMPORARY CONSTRUCTION EASEMENT /'^\ C^� 71/11 40 T� 7 / y - - - - - - - - - - - - _ ENLINK` I �y n/iv Lilvn ILIV L Y✓lTH D LEGEND Q _ ASPH. ATMOS 0 NOTE- I� ATMOS I 00 PROPOSED WATER _ ATMOS IF__ CONTRACTOR TO BE RESPONSIBLE FOR COMPLYING 50' RIGHT-OF-WAY EASEMENT FACILITY EASEMENT /z�' •� f II co Q WI7H THE REQUIREMENTS OF 7HE ENCROACHMENT AS RECORDED IN BOOK 2, PAGE 49 PROPOSED TEMPORARY 4Cl/ I1,�GAS EQUIPMENT XI AGREEMENTS INCLUDED IN THE SPECS OF THE TARRANT COUNTY COMMISSIONER ® CONSTRUCTION EASEMENT / I - - II w l _ COURT RECORDS A 1504-451 TO I STA 50+75.71 9' 24" NSIV PHASE 1C WATER LINE 'A' -SEGMENT 1 11AI M EN 999� „ ,a illolm!flollz-m 91n.1 IMMAZE , NX II1•9 IU► P RO IM TE PVl ST 5 +6 .2 1- EN \DEP H RE DI G 1 d I,J VII ST 71 ER EILECTRQNI 3' I MIN 451 TO I ST, E PW I ST, SOMMOM F WAIM1111130 6 'A UTIUW NOTE THE UTILITIES SHOWN ON THE PLANS WERE COMPILED FROM VARIOUS SOURCES AND ARE INTENDED TO SHOW THE GENERAL EXISTENCE AND LOCATION OF UTILITIES IN THE AREA OF CONSTRUCTION, THE ENGINEER ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF THE UTILITY INFORMATION SHOWN ON THE PLANS. THE CONTRACTOR SHALL VERIFY THE EXACT LOCATION OF ALL UTILITIES PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL CONTACT UTILITY COMPANIES 48 HOURS IN ADVANCE OF ANY CONSTRUCTION ACTIVITIES IN ORDER TO DETERMINE IF THERE IS ANY CONFLICT WITH THE PROPOSED FACILITIES. THE CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY WHEN CONFLICTS WITH EXISTING UTILITIES ARE DISCOVERED. THE FOLLOWING PHONE NUMBERS ARE PROVIDED FOR CONVINENCE. CONSIDERATION OF OTHER UTILITIES MAY BE REQUIRED. WATER LOCATE: 817-392-8296 DIG TESS: 800-DIG-TESS ENLINK: 940-683-1139 COLT: 806-930-2734 COLT: 817-567-1574 ATMOS: 817-625-0470 AT&T: 469-662-4601 ONCOR: 214-433-4134 TR I -COUNTY: 817- 752- 8446 NO TES: 1. INSTALL 24" WATER LINES AT 84" MIN DEPTH BELOW THE BOTTOM OF THE PAVEMENT/NATURAL GROUND AS SHOWN IN THE PLANS 2. INSTALL 24" GATE VALVES & VAULTS AT 84" MIN DEPTH AS SHOWN /N THE PLANS. 3. CONTRACTOR SHALL FIELD VERIFY EXISTING ATMOS & ENLINK GAS LINES. LINE SHALL BE PROTECTED DURING CONSTRUCTION. 4. CONTRACTOR SHALL RESTORE ALL DISTURBED CULVERTS & SHALL REGRADE BAR DITCHES AS NECESSARY TO REESTABLISH DRAINAGE PATTERNS SOD/SEED NO TES.• 1. SOD/SEED SHALL BE REPLACED /N ALL AREAS DISTR/BUTEL BY CONSTRUCTION. SOD/SEED SHALL MATCH EXIS77NG GRASSES, PER SECTION 32 92 13. 2. UPON REQUEST, THE CONTRACTOR SHALL PROVIDE TO PARD A COPY OF CERTIFICATES ON SOIL, SOD, SEEDING, AND HYDROMULCHING PRIOR TO INSTALLATION; ALONG WIT` THE DELIVERY TICKET (REFER TO 32 92 13 AND 32 92 14 J. ALL DISTRUBANCE TO EXISTING SOIL, VEGITATION, OR IRRIGATION MUST BE REPAIRED OR REPLACED TO EXISTING PRE -CONSTRUCTION CONDI TIONS OR BETTER A T NO ADD177ONAL COST TO PARD. NOTE: RESTRAINED JOINTS SHOWN IN PLANS ARE FOR REFERENCE ONLY. CONTRACTOR IS RESPONSIBLE TO ACQUIRE RESTRAINED JOINTS LENGTH REQUIREMENT FROM MANUFACTURER 850 ■■■■■a'�!lZ�� II ■■■■■■■■�;�'i■\■I■■■■■■■■�' '■i�i'�i■Z■�i■■■■■■■■1,1■■■■■■■h��C������C■■■■1�■,�■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■ IMMEEMEEZUM MENEM ■W■RNHIF�!- M■■I OWAr-A i� :. .-. _���������r �J,■■■■! ■■G i i�■■■■■■■■■! ■'■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ + U PE D TAl D1 1 1- 5' EN ''' �T "' _ � o CO CR TE CR) I DL o - o L PER D TA D 31 co 11 00),I � C 50+00 51 +00 52+00 53+00 54+00 no. revision by date teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph www.tnpinc.com TX-PELS: ENGR F-230; SURV 10011600, 10011601, 10194381 TX-AE: BR 2673 FORT WORTH scale horiz 1 "=20' vert 1 "=4' date Apr 2025 This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY P.E. Date: 4/25/25 Tx. Reg. # 133846 55+00 City of Fort Worth, Texas NORTHSIDE IV WATER TRANSMISSION MAIN PHASE 1 C - SEGMENT 1 WATER LINE - SEGMENT 1 STA 50+00 to 54+50 840 > W W J W O O a- V tnp project FTW23548 sheet 20 of 43 E a� 3 UJ � N J C' L_ U i' ~ I z� W � C� n W n cn I t/n C �>< � X L E X 0 M C U LW 1 W - 00 CD 3� �Q % n U �CD 0- 0 T cm J I 01 U nUTY NOTE STA 71+24.89 PROP NS/V PHASE 1C - SEGMENT 1 WL 'A' _ IY PETE & JO BONDS FAMILY PARTNERSHIP, LTD STA 0+50 PROP NS/V PHASE 1C - SEGMENT 2 K 'A' THE UTILITIES SHOWN ON THE PLANS WERE COMPILED du4 FROM VARIOUS SOURCES AND ARE INTENDED TO SHOW (TRACT III) END PROP 24 NS/V PHASE 1C WL SEGMENT 1 THE GENERAL EXISTENCE AND LOCATION OF UTILITIES c l� INST. #D21303981 3 REMOVE POLY PIG IN THE AREA OF CONSTRUCTION, THE ENGINEER APPROXIMATE LOCATION D.R.T.C.T. INSTALL: ASSUMES NO RESPONSIBILITY FOR THE ACCURACY 22' PIPELINE R-O-W EASEMENT W I 1-24 PLUG FOR FUTURE OF THE UTILITY INFORMATION SHOWN ON THE PLANS. EAGLE MOUNTAIN PIPELINE COMPANY L.P. CONNECTION TO NS/V PHASE 1C SEGMENT 2 THE CONTRACTOR SHALL VERIFY THE EXACT LOCATION (FIRST EASEMENT) OF ALL UTILITIES PRIOR TO CONSTRUCTION. THE VOL. 16265, PG. 424 N 7025596.68 CONTRACTOR SHALL CONTACT UTILITY COMPANIES D.R.T.C.T. 22 LF OF 24 WATER LINE /N STA 71+00 PROP NS/V PHASE 1C - SEGMENT 1 h2 'A' E 2297717.66 48 HOURS IN ADVANCE OF ANY CONSTRUCTION 42 CASING BY M.0.TO. C. ACTIVITIES IN ORDER TO DETERMINE IF THERE IS ANY o I o � r\ PI STA 69+28.86 PROP NS/V INSTALL:CONFLICT WITH THE PROPOSED FACILITIES. THE � P/ STA 68+48.83 PROP NS/V I o APPROXIMATE PHASE 1C -SEGMENT 1 WL 'A' 1-24 GATE VALVE & VAULT CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY DEFL 07731 RT W/ CONCRETE COLLAR REMOVE TREES WHEN CONFLICTS WITH EXISTING UTILITIES ARE DISCOVERED. PHASE 1C -SEGMENT 1 WL A + + ' " _ " I rn TIP 86245 1625 SY OF SEE TREE REMOVAL ► �; THE FOLLOWING PHONE NUMBERS ARE PROVIDED FOR DEFL 00425 RT `O `O PER ELECTRONIC N 7025598.98 SEEDING SOD PEo255ss DETAIL D218 ( ) .o `l'� CONVINENCE. CONSIDERATION OF OTHER UTILITIES MAY N 7025600.32 Q E 2297913.69 / TABLE THIS SHEET E 2297993.70 j t ` ` ti`��rF ' WATER LOCATE: 817-392-8296 DEPTH READING REPAIR E 2297742.56 �BE r }� y -7--\T \T \7 \ \_7 \� / /� /��� �-����� � � � � � � � � � � � � � � � � / �� DIG TESS: 800-DIG-TESS �' �- ' '—� �� �� ��—// ^�//�/�'��"J \ ENLINK: 940-683-1139 p /\-/ mot\ /\ /\ /� //x� `. COLT: 806-930-2734 vfk COLT: 817-567-1574 20 0 10 20 p � /� /� /� /� /� /� /� � � � � � � � � � � � � � � PROPOSED 20 TEMPORARY � �� �� /� � PROP 24 X16 REDUCER- /�, /� �� <, ATMOS: 817-625-0470 CONSTRU/TIONEASEMENT ������ SEGMENT 2 (BY OTHERS) AT&T: 469-662-4601 ^� i' ONCOR: 214-433-4134 i . r;. GRAPHIC SCALE TRI-COUNTY: 817-752-8446 _ _ _ _ �; •, MAPSCO NO. 18L, 18P, 18K H I _ 12.5' T I(TYP) 121 tir , f NO TES' WATER MAP H o0 00 70+0o PROPOSED 0+00 71 0 - 25WA TER FACILITY 1. INSTALL 24" WATER LINES AT 84" M/N DEPTH BELOW THE NO. 2018-460 Z — — — — — — EASEMENT P P 24" SlV WL A' BOTTOM OF THE PAVEMENT/NATURAL GROUND AS SHOWN _ <�'�''` _ / IN THE PLANS EXIST ROW 2. INSTALL 24" GATE VALVES & VAULTS AT 84" MIN DEPTH j.,e `W AS SHOWN /N THE PLANS V PROP " ~ PROP BLOW OFF ASSEMBL Y - 16GATE VAL VE- 3. CONTRACTOR SHALL FIELD VERIFY EXISTING ENLINK GAS Q 30x15' 10 x10' SEGMENT 2 (BY OTHERS) SEGMENT 2 (BY OTHERS) LINES LINE SHALL BE PROTECTED DURING CONSTRUCTION. C I G BORE PIT BORE PIT 4. CONTRACTOR SHALL RESTORE ALL DISTURBED CULVERTS & — EXIST PROPERTY LINE PEDEN ROAD SHALL REGRADE BAR DITCHES AS NECESSARY TO CAUTION.. — — — — — EXIST PROPERTY LINE — _ REESTABLISH DRAINAGE PATTERNS EXIST GAS LINE IN THIS AREA STA 68+86.19 PROP NS/V PHASE 1C - SEGMENT 1 K 'A' (ASPH. PAVING) PEDEN ROAD_ VERIFY LOCATION AND DEPTH INS TALL• r BORE HOLE # 16 -SEE PRIOR TO CONSTRUCTION I 2-U(ASPH. PAVING) 2-UTILITY MARKER POLE y' SOD SEED NOTES LOCATE ON PIPELINE EASEMENT SEGMENT 2 PROFILE (BY OTHERS) o N 7025599.69 — — — — — — — — — - 1. SOD/SEED SHALL BE REPLACED /N ALL AREAS DISTRIBUTED m I E 2297956.35 �N — — yi U N K BY CONSTRUCTION. SOD/SEED SHALL MA TCH EXISTING _ GRASSES, PER SECTION 32 92 13. 3�p �' AT&T FIBER EXIST ROW ESMT CONC. .�, r 2. UPON REQUEST THE CONTRACTOR SHALL PROVIDE TO 1 6 CHA K FENCE '�`'-�- . _ - 4 Rp PARD A COPY OF CERTIFICATES ON SOIL, SOD, SEEDING, NOTE.' by WITH TH 3' BARBED-WIRE �.� � i � � LEGEND AND HYDROMULCHING PRIOR TO INSTALLA RON; ALONG WITH z �\/�/�� J APPROX. LOCATION THE DELIVERY TICKET. (REFER TO 32 92 13 AND 32 92 14) nnu rn. nrnn rn nr nr�nn.irini r rnn nn„n, ",.,n �� I 50' RIGHT-OF-WAY EASEMENT , ,� TREE REMOVAL DATA GuivirvAuiun 1V DC ISC5rU1Va10LC ruh wmrLnrvU F--IW AS RECORDED IN BOOK 2, PAGE 49 J Irl-wUEASEMENT �,vvr WITH THE REQUIREMENTS OF THE ENCROACHMENT �- OF THE TARRANT COUNTY COMMISSIONER'S PG. 1958 AGREEMENTS INCLUDED IN THE SPECS W I COURT RECORDS VOL. 12209, / Ir/ / \ / \ /1 I PROPOSED WATER FACILITY EASEMENT J. ALL DISTRUBANCE TO EXISTING SOIL, VEGITATION, OR IRRIGATION MUST BE REPAIRED OR REPLACED TO EXISTING # SIZE DESCRIPTION D.R.T.C.T. I ,a,iZ ,//1 PROPOSED TEMPORARY PRE -CONSTRUCTION CONDITIONS OR BETTER AT NO 121 14 HACKBERRY - K x x CONSTRUCTION EASEMENT ADDITIONAL COST TO PARD. PROPOSED WATER FACILITY EASEMENT 24 " ' ' PROPOSED TEMPORARY CONSTRUCTION EASEMENT NSIV PHASE 1C WATER LINE SEGMENT 1 1 ACCE TA LE BA KFl L PER DE A/L 33 05 10 DO 1 BL B 4 C LL PELDi3 0 1- SU FA E ES RA10B H R MtICH E BE MET ER DE33 05 10 10 2 2 IF OF 4" WA 7 ER INE /N NOTE: 4,20 TEE CISIN9 BY METHOD TH R 15HAOfEN CU ES Al ED JO T RESTRAINED JOINTS S A 0E 0 TO ITA 71+74. 1 SHOWN IN PLANS ARE FOR REFERENCE ONLY. PE EN RD R.0 W. CONTRACTOR IS RESPONSIBLE TO EX ST 6" NLI K AS LINEACQUIRE RESTRAINED AN DEPTH PRI R 0 ON TR CTI N I JOINTS LENGTH • REQUIREMENT FROM 870 EP HLRE D01 G NIC MANUFACTURER 870 ® C/L 0 PIPE o^ < o o v + o0 0 � 2 N Z h 860 QI z I �'\ �' � PR P 4" Sl PAS 1C- 860 3 MIN I I \ SE 2 BY 0 ER 25 0 R " NSIV WL A, 6 - 00. 0% J S Al ED J01 TS PER D TA D 08 J a_ Ld STfI 6 +7 .7 T9 ST4 69+0rX Ld D a- 0 a- 68+00 69+00 70+00 71 +00 72+00 73+00 no. revision by date teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph www.tnpinc.com TX-PELS: ENGR F-230; SURV 10011600, 10011601, 10194381 TX-AE: BR 2673 FORT WORTH scale horiz 1 "=20' vert 1 "=4' date Apr 2025 tnp This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY P.E. Date: 4/25/25 Tx. Reg. # 133846 I City of Fort Worth, Texas 1 NORTHSIDE IV WATER TRANSMISSION MAIN PHASE 1 C -SEGMENT 1 WATER LINE - SEGMENT 1 STA 68+00 to END trip project FTW23548 sheet 24 of 43 ,\ to R FORT WORTH 44q,9 40111111r,141110001111111ft - MA TTIE PARKER MA YOR JESUS JAY' CHAPA CITY MANAGER CHRISTOPHER P. HARDER, DIRECTOR, WATER DEPARTMENT LAUREN PRIEURy PE DIRECTOR, TRANS &PUBLIC WORKS DEPT. CITY PROJECT NO.- 105114 tnp CONSTRUCTION PLANS FOR THE CITY OF FORT WORTH, TEXAS NORTHSIDE IV WATER TRANSMISSION MAIN y C 1 pl�ft:l This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY , P.E. Date: 4 24 25 Tx. Reg. # 133846 PHASE 1C - SEGMENT 2 CITY PROJECT NO. 105114 LOCATION MAP N.T.S. JUNE 2025 teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPELS: ENGR F-230; SURV 10011600, 10011601, 10194381 GBPE: PEF007431; TBAE: BR 2673 SKEET NO. /0lCIS I /0l1 DESCRIPTION - .. • • . . - • .. 001 i. . .. . ... • •• i _WIN_ • -W, F . W, F 1w, I,- .. _ . . ,. , .. . _ - _ _ ... - .. - .. -- - - .. .. TONY SHOLOLA, PE. DA TE ASSISTANT DIRECTOR, CAPITAL PROJECT DELIVERY MI CHA EL 0 WENS, P.E. DA TE CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREETI KC, P.E. SENIOR PROFESSIONAL ENGINEER, WATER DEPARTMENT DA TE O q Q O 3 T U cn m E I O J �Q � w �I. I N 3 CV nj LO CD N N a I Q � J 3 ~I O X x + N r) I CV 0 M y0.. X -J 3 ,z N w LLJ wLLJ I o ,x ,x 0 Q �+ I N a c o w 0 CD °O o N N U Cn i> 1-�z �3 0 o > L o� UTUUTY NOTE THE UTILITIES SHOWN ON THE PLANS WERE COMPILED STA 20+80 PROP NS/V PHASE 1C - SEGMENT 2 WL A PIPELINE NOTE.- LEGEND FROM VARIOUS SOURCES AND ARE INTENDED TO SHOW INSTALL: APPROX/MATE LOCATION OF 50 THE GENERAL EXISTENCE AND LOCATION OF UTILITIES P/ STA 20+68.93 PROP NS/V 1-24"X16" ANCHOR TEE GAS PIPELINE BASED ON IN THE AREA OF CONSTRUCTION, THE ENGINEER PHASE 1C - SEGMENT 2 WL A TRACT THREE SURVEYED ABOVE GROUND PROPOSED WATER �3 " A ASSUMES NO RESPONSIBILITY FOR THE ACCURACY ' " BARBARA SHELTON TRUSTEE OF 1-16 GATE VALVE FACILITY EASEMENT '� �" OF THE UTILITY INFORMATION SHOWN ON THE PLANS. MARKERS PRESENT AT THE S THE CONTRACTOR SHALL VERIFY THE EXACT LOCATION DEFL 450000 RT THE TOM SHELTON MARITAL TRUST, 1-16" PLUG PROPOSED TEMPORARY INSTALL: " TIME OF TOPOGRAPHIC �N� P/ STA 23+40.08 PROP NS/V OF ALL UTILITIES PRIOR TO CONSTRUCTION. THE 1-24" 45' BEND E.I.N. 755-6570617 20 LF 16 D/ PIPE WATER LINE SURVEY. � CONSTRUCTION EASEMENT �. CONTRACTOR SHALL CONTACT UTILITY COMPANIES HORIZONTAL THRUST BLOCKING PHASE 1C - SEGMENT 2 WL A 1-UTILITY MARKER POLE INST. #D201240323, D202038279, '�� " 48 HOURS IN ADVANCE OF ANY CONSTRUCTION HORIZONTAL THRUST BLOCKING D202038271, D202038273 PER CITY DETAIL D130 P► DEFL 450512 LT ACTIVITIES IN ORDER TO DETERMINE IF THERE IS ANY N 7027542.62 INSTALL: CONFLICT WITH THE PROPOSED FACILITIES. THE PER CITY DETAIL D130 D.R.T.C.T. E 2297685.72 STA 22+97.72 PROP NS/V PHASE 1C - SEGMENT 2 WL 'A' \ \ " CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY N 7027542.49 TEST HOLE \ 1-24 45 BEND WHEN CONFLICTS WITH EXISTING UTILITIES ARE DISCOVERED. E 2297674.65 INSTALL: # 119� \ 10x10' �� 1-UTILITY MARKER POLE THE FOLLOWING PHONE NUMBERS ARE PROVIDED FOR 2-UTILITY MARKER POLE TIP 861.41 BORE PIT HORIZONTAL THRUST BLOCKING tnp CONVINENCE. CONSIDERATION OF OTHER UTILITIES MAY P/ STA 20+63.96 PROP NS/V STA 21+00 PROP NS/V PHASE 1C - SEGMENT 2 WL A LOCATE ON PIPELINE EASEMENT PER CITY DETAIL D130 BE REQUIRED. PHASE 1C - SEGMENT 2 WL 'A' INSTALL: N 7027573.63 - 30X15, N 7027599.46 " " E 2297897.45 BORE P1T '�/ \ E 2297926.99 I WATER LOCATE: 817-392-8296 DEFL 444627 RT 1-24 GATE VALVE & VAULT S _ -k DIG TESS: 800-DIG-TESS INSTALL: W/ CONCRETE COLLAR 1475 SY OF SEEDING/SOD REPAIR / 586 SY OF SEEDING/SOD REPAIR ENLINK: 940-683-1139 1-24 45 • BEND PER CITY DETAIL D218 1-UTILITY MARKER POLE / ��� COLT: 682-229-1951 N 702754286 ATMOS: 817-625-0470 HORIZONTAL THRUST BLOCKING E 2297705.72 �� `®' �� 20 0 10 2p TRI-AT&817-662-4641 � TRI-COUNTY: 817-752-8446 PER CITY DETAILD130 ,���/��� N 7027538.94 � �9.5 \ 10 � � � � � � � � E 2297671.18 ' PROPOSED 20' TEMPORARY ° % NOTES' STA 20+53.81 PROP NS/V PHASE 1C - SEGMENT 2 WL A �/ �/ �/ �/ �/ GRAPHIC SCALE 1. INSTALL 24" WATER LINES STA BEGIN TO STA 1+61 & INSTALL: �/ CONSTRUCTION EASEMENT✓ ' 61+22 TO STA END AT 84" MIN DEPTH BELOW THE 1-UTILITY MARKER POLE ��/ �/ �/ �/ �/ �/ �/ �/ �/ �/ �/ �/ �/ �/ �/ �/ P -J �� STA 23/+30.85 PROP NS/V PHASE 1C -SEGMENT 2 WL 'A MAPSCO NO. TAR-018F BOTTOM OF THE PAVEMENT/NATURAL GROUND AS SHOWN LOCATE ON PIPELINE EASEMENT N /N THE PLANS, AND STA 1+61 TO STA 61+22 AT 60" MIN N 7027528.79 „ NSI� � � INSTALL: DEPTH. WATER MAP N0. 2018-460 E 2297671.26 2� / <" 1-4" AIR RELEASE VALVE PROPOSED 22+ / N \ OZ \ cA N 7027590.90 21 00 a' 2. INSTALL 24" GATE VALVES & VAULTS STA BEGIN TO STA 25 WATER FACILITY E 2297923.56 APPROX. LOCATION EXIST 16 _GAS CAUTION! ! / N \ I �� - - - - - - - 1+61 & STA 61+22 TO STA END AT 84" M/N DEPTH AS PRIOR TO CONSTRUCTION r 1Ox10 EASEMENT 12.5' / > �, (ENLINK) (SEE PIPELINE NOTE) SHOWN /N THE PLANS, AND 24" GATE VALVES &VAULTS BORE PIT � ,> " VERIFY LOCATION AND DEPTH � � � (TYP) � I STA 1+61 TO STA 61+22 AT 73 MIN. INSTALL 4 AIR EXIST GAS LINE IN THIS AREA STA +55 0, RELEASE VALVES AT 108" MIN DEPTH AS SHOWN /N THE CAUTION! ! 1 0 1 P/ STA 23+22.85 PROP NS/V PLANS. TEST HOLE # 11 PRIOR TO CONSTRUCTION -7 PHASE 1C - SEGMENT 2 WL A - �/ - - TIP 852.04 PROPOSED 350 LF VERIFY LOCATION AND DEPTH `1' \ I DEFL 45.07'59" LT _ _ J. CONTRACTOR SHALL FIELD VERIFY EXISTING ENLINK &COLT _ _ _AP_PROX._LO_CATION_ EXIST_ 10" GAS_ OF 24" WL EXIST GAS LINE IN THIS AREA _/�/STAII: GAS LINES. LINE SHALL BE PROTECTED DURING 4. SOUTHWESTERN GAS (ENLINK) (SEE PIPELINE NOTE - - - - - - - - - -\ - -'� - - f PIPELINE INC. �� /�/ �/ 30 LF OF 24 WATER LINE IN ) - 1=2e 45' BEND-- - - - - CONSTRUCTION. f INST. EASEMENT 800 I " 6 7 �, 42" CASING BY M.O. T O.C. " \ ENLINK 1-U7ILITY MARKER POLE # , = O PI STA 22+22.83 PROP NS/V HORIZONTAL THRUST BLOCKING 4. CONTRACTOR SHALL RESTORE ALL DISTURBED CULVERTS & D.R.T.c.T.01 PHASE 1C - SEGMENT 2 I It WL A \ PER CITY DETAIL D130 RE FfdCE STA 20+25 ,. - _ _ DEFL 2222'01" LT - _` EXIST PROPERTY LINE L N 7n2Z5&147 �N�L: 30 LF OF 24" WATER LINE IN N LI N K E 2297920.58 REMOVE TREES I STA 20+26.38 PROP SlV PHASE 1C -SEGMENT 2 WL A 1-24" 22.5•-BEND „ cTs \ COL \ 140' EAGLE MOUNTAIN PIPELINE EASEMENT REMOVE & REPLACE 45 LF FENCE i`� 42 CASING BY M.O..O.C. (SEE TREE REMOVAL �� � � 1-U71LlTY MARKER POLE \ \ � INST. #D203148428 TABLE THIS SHEET I z INSTALL: HORIZTONAL THRUST BLOCKING APPROX. LOCATION D.R. T.C. T. WESLEY A. CLEVELAND III W J 1-16 DOUBLE SWING GATE PER CITY DETAIL D130 16' GAS PIPELINE ROW \ IS UTHWESTERN GAS PIPELINE INC. EASEMENT 1-URKITY MARKER ON GATE N 7027544.32 JAK & ASSOCIATES, INC. GULF PIPELINE COMPANY \ INST. D202103803 INST. #D21 6280650 30x15' N 7027501.36 E 2297828.54 INST. #D222002581 VOL. 605, PG. 544 I # E 2297671.47 D.R.T.C.T. D.R. T C. T SHALL REGRADE BAR DITCHES AS NECESSARY TO REESTABLISH DRAINAGE PATTERNS SODISEED NO TES.- 1. SODISEED SHALL BE REPLACED IN ALL AREAS DISTRIBUTED BY CONSTRUCTION.// / SHALL 2 UPON REQUEST, THE CONTRACTOR SHALL PROWDE TO AND HYDROMULCHING PRIOR TO INSTALLA TION; ALONG WITH THE / / J2 92 1J AND • J. ALL DISTRUBANCE TO EXISTING SOIL,/ OR IRRIGATION/ OR REPLACED TO AL L EXISTING PRE- CONS TRUC TION CONDITIONS OR BETTER AT / ADD177ONAL COST/ PARD. NONE ■■ . WrNV�9'09 so NONE ' / 9 3 3 M i�'1MENON■■■■■■■■■■■■■■i�MP■.WA9N0W"MENO■■■■■■■■■■■elf■■�!!■1.1��1■■■■■N ■■.90" �1�,�/ i_�i_�P7077 MEME■■■■■ NOON■ ■ENNE■ nnnnn��■■■■■■.'/■■■■■■■■■■■■■■■■■■n������n■■■■■■■■■■■■■nr�r�■■■■■■■■nl■nnnnnnnnn■E■E■E■EMMMMMMm• ■■■■■■■■■■�l■� " ■�ilF�� " ■ �OO�■N■■■■rN■■■■■■■■■■■■�■�i■■Ii■■■■■■■■■�OO�■■ir■�1��11�:��'i��'■■i!■■■■■Iii■■■■■� i■�����■■■■■■■■■■■■■ •' - - ' • ' - ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�nnu����nun!■■■■■■■■■■■■■■■nnnl�n■■■■■■■■n�nnnn■■■■o■■■I■■■■■■■■■■■■■■■■■■■■■■■■■ .•..... ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■1.�'r�■1�������©rf�■■■■■■■■■■■■■■'■■�:I�'-■■■■■�Il.���.n®e;■�c�i�■Gi■■i■�r■■I■!�■■■■■■■■■■■■■■■■■■■■■■■ -• - - • �■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�■r..11��.i�!11�����■�■■■■■■■■■■�.■■■■■���i�V���imr�''i*:._,�11■�%I����■,1■■■I■�■■■■■■■■■■■■■■■■■■■■■■■■ •• • ■■■■■■■■■■■■■■■■■■■d ■■■■■■■■■■■■■ innnn■i■■�wnr�nn■■■■■nnnn.■■■■■■■■■■n���i�������:n■■■i■n■■■I■i■■■ r�■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■�1 �■■■�!■■■■■■■III■■ii1'll'�'�`1'/i�'IYr■■■■■rii■■■■■■■■■■■■■■■�i�1.►�.11.�■■■111�►�iil�■■■■I■Q■■■I��■■ �■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■_!�■nnnann■■■■■i■■■■■■■nnenin�i■■■■■■■■■■■■■■■■■■■■■nnnu�nWn■�n■■■n■n■■■I■�■■■r■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■� ■■noon:�nenenn■nsa���■■1■■■■■■1■■■■■■■■■■■■■■■■■■■■■■■■■■■■■n■■■n■�1■■■I■i■■■ �■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■NOG■■■■■\■■■ I■■■■■■■1■■1■■■■■■1■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�1■■■■I■�1■■■I■I■■■N■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ MEN ■■■■■■■■■■■■■■■■■■■�■■■■■■■�'il■■iii■�"iL'■■■■■■1■■1■■■■■i1��:����■■ :, • F��1�III�fiir�������■■■■■■11■■■■■�I■■■I■■■■ E=■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■n•�,r.-nn�±.,■■■nn■n�!►_ �Now :■■■■■■■■■■■■■■■■■■■■■■■■■■■■■n■■■■■n■■nil■■one■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■..��....._���:��Aii■■\■■.-!■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■��■■■■■■1■■RIB■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■���,�n��nn�l■■��nn�•A■■■■■■■■■■■■■■■■■■■e��n�n�m�nsn�■■■■■n■■■IG■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■elf; ..�J■I��l■= ■■�i■F�■ : ■■■■■■■■■■■■■■■■■■■■■'■i■�■■■■ ■Y■■■■■�I■■■I■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ -■■■■■■■■■■■■■■■■■■■n■■■■■■■■■n■�i��;n��n�nn■■■N■■■■■■■■■_■■■■■■■■■n■■■■■■n■■■n■■■■■■n■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■-. no. revision I by date teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph www.tnpinc.com TX-PELS: ENGR F-230; SURV 10011600, 10011601, 10194381 TX-AE: BR 2673 FORT WORTH scale horiz 1 "=20' Vert date r Apr 2025 �tnp TREE REMOVAL DATA # SIZE DESCRIPTION 5 6" HACKERBERRY 6 13" HACKERBERRY 7 14" HACKERBERRY 8 12" HACKERBERRY 9 6" HACKERBERRY 10 8rr HACKERBERRY This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY P.E. Date: 4/25/25 Tx. Reg. # 133846 I City of Fort Worth, Texas 1 NORTHSIDE IV WATER TRANSMISSION MAIN PHASE 1 C - SEGMENT 2 WATER LINE - SEGMENT 2 STA 20+00 to 23+50 top project FTW23548 sheet 12 of 48 T 0 3 T U M m J �¢ W 04 Q N 3 O _0 CV nj Ld CD N N [2 � J am 3 ~I -o O M O x + N in I 0 M x O , U) + 3 Cn Cn Z N W C ¢ N M o x 1_�z BARBARA SHEL LEGEND U11UTY NOTE \�� SHELTON MARITAL THE UTILITIES SHOWN ON THE PLANS WERE COMPILED / FROM VARIOUS SOURCES AND ARE INTENDED TO SHOW a / \ INST. #D201 PROPOSED WATER THE GENERAL EXISTENCE AND LOCATION OF UTILITIES / D2020 FACILITY EASEMENT IN THE AREA OF CONSTRUCTION, THE ENGINEER ASSUMES NO RESPONSIBILITY FOR THE ACCURACY APPROX. LOCATION / / \ PROPOSED TEMPORARY OF THE UTILITY INFORMATION SHOWN ON THE PLANS. 16' GAS PIPELINE ROW STA 48+02.45 PROP NS/V PHASE 1C - SEGMENT 2 WL 'A' / / ` ' CONSTRUCTION EASEMENT THE CONTRACTOR SHALL VERIFY THE EXACT LOCATION OF ALL UTILITIES PRIOR TO CONSTRUCTION. THE GULF VOL. 605, PG. 544 INS TA CONTRACTOR SHALL CONTACT UTILITY COMPANIES D..T.c.T. 2-UTILITY MARKER POLE IR/ / FST OX. LOCATION 48 HOURS IN ADVANCE OF ANY CONSTRUCTION / / / LOCATE ON PIPELINE EASEMENT S PIPELINE ROW ACTIVITIES IN ORDER TO DETERMINE IF THERE IS ANY 20 0 10 20 N 7029861.59 / IPELINE COMPANY CONFLICT WITH THE PROPOSED FACILITIES. THE E 2296954.34 / L. 605, PG. 556 CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY D.R.T.C.T. WHEN CONFLICTS WITH EXISTING UTILITIES ARE DISCOVERED. 50 LF OF 24J WATER LINE /N / THE FOLLOWING PHONE NUMBERS ARE PROVIDED FOR GRAPHIC SCALE — — — — — — — — — — — — — — — — — — — — — — — 42" CASING BY M.O. T.O.C._/ — — — /_ — — — — — — — — APPROX. LOCATION EXIST 6" GAS — — — — — COLT CONVINENCE. CONSIDERATION OF OTHER UTILITIES MAY 2250 SY OF SEEDING/SOD REPAIR l (COLT) (SEE PIPELINE NOTE) — — — — — — — — BE REQUIRED. �� MAPSCO NO. TAR-018F, 018E O / d WATER LOCATE: 817-392-8296 co DIG TESS: 800—DIG—TESS 15' MIN 0 ENLINK: 940-683-1139 WATER MAP NO. 2018-464 L CN (rYP) O COLT: 682-229-1951 + • PROPOSED 450 LF OF 24" + ATMOS: 817-625-0470 30x15 /l r.. AT&T: 469-662-4601 BORE PIT / / - - I,f1 TRI—COUNTY: 817-752-8446 19 NO TES: 12.5' y PRO 24" SlV 'A' 4 +00 48+ 18 (TYP) \00V 25' WAR ER FACILITY I�ITY +00 51 N 1. INSTALL 24" WATER LINES STA BEGIN TO STA 1+61 & W 11Z/ \ - _\_\EASEMENT 61 +22 TO STA END A T 84" MIN DEPTH BELOW THE LU BOTTOM OF THE PA VEMENTINA RGROUND Z ( — Z IN THE PLANS, AND S A 1+61 TOSTA61+22 AT 60'OMIN I \_ _J DEPTH. 0 �= 2. INSTALL 24" GATE VALVES & VAULTS STA BEGIN TO STA U 1+61 &STA 61+22 TO STA END AT84"M/NDEPTH AS PROPOSED 20 TEMPORARY SHOWN /N THE PLANS, AND 24 GATE VALVES & VAULTS Q CONSTRUCTION EASEMENT Q STA 1+61 TO STA 61+22 AT 73" MIN. INSTALL 4" AIR RELEASE VALVES AT 108" MIN DEPTH AS SHOWN /N THE VV�� T- ����������� ����c PLANS. CAUTION! ! PRIOR TO CONSTRUCTION o/= / 10W, ►� J. CONTRACTOR SHALL FIELD VERIFY EXISTING ENLINK GAS VERIFY LOCATION AND DEPTH _ LINES LINE SHALL BE PROTECTED DURING CONSTRUCTION. EXIST GAS LINE IN THIS AREA /=<v �4, BORE PIT REMOVE TREES ' ' • PIPELINE NOTE.• 4. CONTRACTOR SHALL RESTORE ALL DISTURBED CULVERTS & APPROX/MA TE (SEE TREE REMOVAL APPROXIMATE LOCATION OF GAS PIPELINE BASED ON SHALL REGRADE BAR DITCHES AS NECESSARY TO TABLE THIS SHEET) REESTABLISH DRAINAGE PATTERNS o TIP 86657 SURVEYED ABOVE GROUND MARKERS PRESENT AT TREE REMOVAL DATA # SIZE DESCRIPTION 16 14" HACKBERRY 17 6" HACKBERRY 18 8" HACKBERRY 19 6" HACKBERRY 20 7" HACKBERRY 21 7" HACKBERRY 22 7" HACKBERRY VV �l Q /4� PER ELECTRONIC THE TIME OF TOPOGRAPHIC SURVEY. o / 2 j DEPTH READING SOD SEED NO TES.' TRACT THREE 40' EAGLE MOUNTAIN PIPELINE /� �� 1. SOD SEED SHALL BE REPLACED /N ALL AREAS EASEMENT / _ / TRACT TWO BARBARA SHELTON TRUSTEE OF THE EOM INST. #D20J148428 �l % BARBARA SHELTON TRUSTEE OF THE TOM SHELTON MARITAL TRUST E.I.N. 755-657061 DISTRIBUTED BY CONSTRUCTION. SOD/SEED SHALL SHELTON MARITAL D.R.TC.r Q c= / MATCH EXISTING GRASSES, PER SECTION 32 92 13. TRUST, E.I.N. 755-657061 7 t / � � INST. #D201240323, D202038279, D202035271 , 202038273 / D.R.T.C.T. 2. UPON REQUEST, THE CONTRACTOR SHALL PROVIDE TO `INST. #D201240323, D202038279, D202038271 , / / a PARD A COPY OF CERT/FICA TES ON SOIL, SOD, SEEDING, r D202038273 / AND HYDROMULCH/NG PR/OR TO INSTALLATION; ALONG D . R. T. C. T. All, _ _ WITH THE DEL/VERY TICKET. REFER TO 32 92 13 AND 'Aw_ �- _-- 32 92 14) J. ALL DISTRUBANCE TO EXISTING SOIL, VEG/TATION, OR IRRIGATION MUST BE REPAIRED OR REPLACED TO EXISTING PRE-CONSTRUC7ON CONDITIONS OR BETTER 24" NSIV PHASE 1C WATER LINE SEGMENT 2 AT NO ADD177ONAL COST TO PARD. A CE*TAK11 ER DVAIL 33 05 10- CC PT B B CK ILL PEI' TA/ 3 0 f0 D 1 D TA 3 0 1 -D 02 R S A/N D 0/NTS E ED E T R ET lL 3 5 0- 10 4" E CSIN B MTHD TA482 54TOSTA4 5 NOTE: Q R S A/N D 0/ TS PER DE AIL D1 8 R S IN D 0/- S RESTRAINED JOINTS 880 STA4 7.61 TO STA4 2.54 S 4 + 0 TA 9+ 0 SHOWN IN PLANS ARE 880 FOR REFERENCE ONLY. CONTRACTOR IS ® 0 PIPE RESPONSIBLE TO ACQUIRE RESTRAINED ��� I I _ JOINTS LENGTH XIS 1" E LIN GAS INE A P AT N REQUIREMENT FROM MANUFACTURER ND EP RIO T C NS uC ON FA C Y ' + A ER D IM ST NE, ( ) T PERE E TR NI Z 870 870 O o0 v (p P'0000 S W 860 1 f IROP4 N51V 4L ® 0 860 0.00 J I I J a_ L d I I LEI 0\ � NNI �\ 00 �1 1— 2 001 FT-17 1 46+00 47+00 48+00 49+00 50+00 51 +00 52+00 no. revision by date teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph www.tnpinc.com TX-PELS: ENGR F-230; SURV 10011600, 10011601, 10194381 TX-AE: BR 2673 FORT WORTH scale horiz 1 "=20' vert 1 "=4' date Apr 2025 �tnp This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY P.E. Date: 4/25/25 Tx. Reg. # 133846 I City of Fort Worth, Texas 1 NORTHSIDE IV WATER TRANSMISSION MAIN PHASE 1 C - SEGMENT 2 WATER LINE- SEGMENT 2 STA 46+50 to 51 +00 top project FTW23548 sheet FORT MATTIE PARKER MAYOR CONSTRUCTION PLANS FOR THE CITY OF FORT WORTH, TEXAS NORTHSIDE IV WATER TRANSMISSION MAIN y PHASE 1C -SEGMENT 3 CITY PROJECT NO. 105114 BLUE MOUND W BATES-ASTON RD SCR 4110) (EAST OF UPRR TO BNSF RAILROAD) (BLUE MOUND W TO 400' SOUTHWEST OF US 287) JESUS "JAY" CHAPA CITY MANAGER CHRISTOPHER P. HARDER, P. DIRECTOR, WATER DEPARTMENT O LAUREN PRIEUR, PE DIRECTOR, TRANS &PUBLIC WORKS DEPT. CITY PROJECT NO.- 105114 0 iil�ii 1r This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY , P.E. Date: 4/21 /25 Tx. Reg. # 133846 V/ V// I / / V/ / V / I // a N.T.S. A PRIL 2025 teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPELS: ENGR F-230; SURV 10011600, 10011601, 10194381 TBAE: BR 2673 SHEET NO. MAX �A'JAWPM MR, 5 DESCRIPTION 0 - _ IF F _JAI•/+��� _1E 11,11-�_J-+� WA - LINE I In SEGMENT 3 I , / / , I _ _ - ` _ - • ` I I I • 1919 _ _ _ • ` - ` - -111111illlp.. - - WA - 14 WA - Will IF IF IF IF F F_ - - - • - - WA�� • ` • I _ , _ • _ _. _._ • •• •• to JO+50 -- - ._ - 01- - -I _ Maim -- - ._ . •-_., - - - _ - IM- - - -. TON SHOLOLA, P, E. ASSISTANT DIRECTOR, CAPITAL PROJECT DELIVERY MI CHA EL 0 WENS, P. E. CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DA TE DA TE MA R Y HA NNA, P. E. DA TE PROGRAM MANAGER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREETI KC, P.E. SENIOR PROFESSIONAL ENGINEER, WATER DEPARTMENT DA TE d IV MSN r O T ocr U 3 T U m I oQ ,,, W I I o_0 N N N Z aw QCn .� � I � X � I 0 cy 4- 0 o� 0 �Q � I Cl)o PI) X E 3 N � � W Ln > I C/7 j Y m Z w� W N N N I rM X t i 0 L Q X 0 U p I + c:;� � o ro+ co i N U UJ i > �z �- �3 0 o a 0 J \ F i STA 3+25 PROP NS/ V PHASE 1 C - SEGMENT 3 WL 'A' STA 1+00 PROP NS/V PHASE 1C - SEGM NT 31 'A' \ INSTALL: PROPOSED 300 LF OF 24" N2 'A' UTILITY NOTE THE UTILITIES SHOWN ON THE PLANS WERE COMPILED RBEG E FENCE " 1-24 GATE't VALVE & VAULT W/CONCRETE COLLAR - - LEGEND FROM VARIOUS SOURCES AND ARE INTENDED TO SHOW BEGIN PROP 24" WL SEGMENT 3 I \ PER CITY DETAIL D218 INSERT POLY PIG 1 I I 1 THE GENERAL EXISTENCE AND LOCATION OF UTILITIES N 7031291.85 PROPOSED WATER IN THE AREA OF CONSTRUCTION, THE ENGINEER INSTALL: 1 I I E 2299142.70 �v \ � FACILITY EASEMENT ASSUMES NO RESPONSIBILITY FOR THE ACCURACY 1-24" PLUG FOR FUTURE CONNECTION CAUTION.. OF THE UTILITY INFORMATION SHOWN ON THE PLANS. TO NS/V PHASE 1C SEGMENT 2 I I I EXISrlYLSOCLATIEON ININ THIS AREA �20 PROP TEMPORARY �� PROPOSED TEMPORARY THE CONTRACTOR SHALL VERIFY THE EXACT LOCATION N 7031251.01 1 VERAND DEPTH CEASEMEN ON CONSTRUCTION EASEMENT OOF ALL TORTIES PRIOR TOACTOUTIL TY IIO . THES E 2298922.27 PTO CONSTRUCTION 1 PROPOSED WATER 48 HOURS IN ADVANCE OF ANY CONSTRUCTION I \ �_ FACILITY EASEMENT ACTIVITIES IN ORDER TO DETERMINE IF THERE IS ANY I 1 1 , R R. ROW _ (BY OTHERS) CONFLICT WITH THE PROPOSED FACILITIES. THE CONT1 1 f102 ATELY (TYP) / 1 PROPOSED TEMPORARY WHEN RCONFLICTSAWITH LL OEXISTING UTIFY THE TILITIESRA EMDIISICOVERED. \ 3100 PROP 4" NS WL 'A' 4 ® CONSTRUCTION EASEMENT tnp THE FOLLOWING PHONE NUMBERS ARE PROVIDED FOR BORE HOLE (BY OTHERS) CONVINENCE. CONSIDERATION OF OTHER UTILITIES MAY BE SEE GE �ECH �/ 1 I 1 I I 12.5' I WATER4LOCATE: 817-392-8296 REPORT �/ 1 I DIG TESS: 800-DIG-TESS _ I ENLINK: 940-683-1139 PROPOSED` I 1 1 1r X + 0 20 0 10 20 COLT: 806-930-2734 �20' TEMPORARY n 30 x15 WL STA 3+05 PROP NS/V PHASE 1C - SEGMENT 3 A COLT: 817-567-1574 � / �, � � 1 1 -{ BEDROCK PROD: 817-202-5126 CONSTRUCTION �/ / \� � BORE PIT " 1-8BLOW OFF ASSEMBLY (SEE DETA/L SHEET 54) AT&T: 469-662-4601 EA SEMENT _ 1 sMM 0 E 2299122.70 Q GRAPHIC SCALE ONCOR: 214-433-4134 PROPOSED 1 1 I 1 r' PHASE 1C - SEGMENT 3 WL 'A' 25' PROP WATER FACILITY N MAPSCO N0. 18C NOTES' 25 WATER FACILITY a; DEFL 1208'44 EASEMENT 1. INSTALL 24" WATER LINES AT 84 MIN DEPTH BELOW THE BOTTOM OF THE EASEMENT n SIV WL I 1 Lu WATER MAP OP RS) 1 1 ► + INSTALL: Z _ PAVEMENT/NATURAL GROUND AS SHOWN /N THE PLANS R ay 0T I rj 1-11.25' BEND _ N0. 2018 464 SEOEME / 1 I 1 HORIZONTAL THRUST BLOCKING 2. INSTALL 24" GATE VALVES & VAULTS AT 84" MIN DEPTH AS SHOWN /N 1 1 • _ "' PER CITY DETAIL D130 = THE PLANS I I I FUTURE MTP E 2299097.25 V J. CONTRACTOR SHALL FIELD VERIFY EXISTING ENLINK GAS LINES. LINE SHALL IT EPIT �QPPR k1YA TE Q BE PROTECTED DURING CONSTRUCTION. BORE PIT I TESL HOLE # 1 663 SY OF SEED/NG/SOD REPAIR TIP 863.19 T P 8 62 STA 1+19.86 PROP NS/V PHASE 1C - SEGMENT 3 WL 'A' I 1 P R EL TRO 4„ WATER LINE 4. CONTRACTOR SHALL RESTORE ALL DISTURBED CULVERTS & SHALL I DLFTH ADING 2 0 T O �< V REGRADE BAR DITCHES AS NECESSARY TO REESTABLISH DRAINAGE INUTILITY MARKER POLE 1 1 15042» CASINO eY M - STEVEN M. TIDWELL AND PATTERNS I 1 IN � WIFE GWYNETH TIDWELL N 7031255.46 1 D195013151 5. CONTRACTOR TO MAINTAIN 7EMPORARYFENCING TO PREVENT TIDWELL INST. E 2298941.62 \ 1 x ' \• # PROPERTY OWNER'S DONKEY FROM GETTING OUT. THIS FENCING WILL BE D. R.T. C.T. • • CONSIDERED SUBSIDIARY TO THE FENCE REMOVAL. STA 2+71.16 PROP NS/V PHASE 1C - SEGMENT 3 WL 'A' 6. CONTRACTOR SHALL COMPLY W/TH ALL PERMIT REQUIREMENTS WHILE modsZ �= I INSTALL: WORKING W/TH/N UPRR ROW. 128 SY OF SEEDING/SOD REPAIR I\6' I �1 ➢ I - 1-UTILITY MARKER ON FENCE ' 7. CONTRACTOR SHALL COMPLY WITH ALL REQUIREMENTS OF EAGLE MOUNTAIN N 7031289. 40' EAGLE MOUNTAIN PIPELINE EASEMENT 1 35 PIPELINE ENCROACHMENT AGREEMENT WHILE WORKING W/THIN THEIR INST. #D203I48428 1 I 1 I . 1 E 2299089.08 EASEMENT D.R. T C. T 11 • d FUTURE 8. CONTRACTOR SHALL COMPLY WITH ALL REQUIREMENTS OF SOUTHWESTERN • GAS PIPELINE ENCROACHMENT AGREEMENT WHILE WORKING WITHIN THEIR 1 EASEMENT 1 \ \ • . SOUTHWESTERN GAS PIPELINE INC. EASEMENT 0' - \ INST. #D202103803 1 1 SOD SEED NOTES' D.R. T C. T I I 1, L .`� 1 ' �:. 1. SOD/SEED SHALL BE REPLACED IN ALL AREAS DISTURBED BY CONSTRUCTION. SOD/SEED SHALL MATCH EXISTING GRASSES, PER SECTION 32 92 13. i i NSIV PHASE 1C WATER LINE i i 2. UPON REQUEST, THE CONTRACTOR SHALL PROVIDE TO PARD A COPY OF 24 CERTIFICATES ON SOIL, SOD, SEEDING, AND HYDROMULCH/NG PRIOR TO SEGMENT 3 INSTALLATION; ALONG WITH THE DELIVERY TICKET (REFER TO 32 92 13 AND 32 92 14). J. ALL DISTURBANCE TO EXISTING SOIL, VEGETATION, OR IRRIGATION MUST BE A CE TA LE A Fl R ET IL 3 5 0- 00 OD �• AC EP AB AC Fl P R TA L 3 1 - O1 M REPAIRED OR REPLACED TO EXISTING PRE-CONSTRUC7ON CONDITIONS OR MB DM NT PER D TA/ 3 0 10 Df 2 4 " TE C SIN L Y D R A E COT E BE M T ER DE AlL 33 05 10 Df BETTER AT NO ADDITIONAL COST TO PARD. ES A/ ED JO TSrg 111.9 0 E HOLE B 8 P X. NA U AL GR U D L V: 86 .8 (NOTE: BORE TA 1+ 0 TA +1 .8 RESTRAINED JOINTS 870 SEE PROFILE THIS LE HE $ I ST 2 6954 TO STA 4 0 IFF SHOWN IN PLANS ARE 870 AR FOR REFERENCE ONLY. XI T GROUND CONTRACTOR IS lip t PV/ STA 1 07.02 1 , ACQUIRE RESTRAINED 1- ' END T ST HOLE 6 AP,RO MA E L CA ION JOINTS LENGTH 6 T P 863.19 coN A OR TO VE IFY OC TIo 5 REQUIREMENT FROM VER7IC L E- 0 B OC IN MANUFACTURER PE D TAI D1 2 I PVI ST 3 10.06 1- EN , 7' 1N 11 VER7IC L E- 0 B OC IN AP R XI AT PE D TAl O1 2 10 860 DE T READING 12 Ml I 860 0 24" N I V HA E C- I , G 2 (Y OTHERS) 3' 1N PW ST 3 10. 0 1- . EN Li N 15 CO CR IE RA LTLr PE DETAIL D1 1 ' 20 850 o N P s 1 14 86 g 850 o Q 1- 5' EN , � ES A E JO NT P TA L 108 N > J Z Q CO CR TE CR DL TA 1 + 9.8 T S A +6 .5 J LiJ m �Z I Z PE D TA D31 0^ a L-,-LLLLL M� ry� M� ry� Q ry� ��v 25 0 a- F-- O'�iL +1 1001 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0+00 1 +00 2+00 3+00 4+00 5+00 6+00 no. revision by date teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph www.tnpinc.com TX-PELS: ENGR F-230; SURV 10011600, 10011601, 10194381 TX-AE: BR 2673 FORT WORTH scale horiz 1 "=20' vert 1 "=4' date Apr 2025 �tnp This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY , P.E. Date: 4/25/25 Tx. Reg. # 133846 I City of Fort Worth, Texas 1 NORTHSIDE IV WATER TRANSMISSION MAIN I PHASE 1 C -SEGMENT 3 WATER LINE W - SEGMENT 3 STA 1 +00 to 4+00 top project FTW23548 sheet O � I �cr O 3 cnr'-) (J) W _JN > N Y m I zM W X � N U, N W N 0 O X 0 N N t N % X 0 CD Q �+ U + I N v� w 00 0 + N N /Cn U UJ i > FL:z �3 0 O ? 0 J • 11 / I, i • MINI . , • / / - / MANOM / 888 v..+•V'ii'iV•iiiii•►ii♦Yi••♦♦•�••"``•'•`•"'•%••Y••iiiii+i♦i YYYY•1�•`Y►'/• • 1 ON♦ ••••••••••••••i•••••1•• Nolln-44 •• - - ♦•••••••••••••••::•♦ ♦•••••••• ••• III r1►11•••••�•9♦il••••••••••••••••••• ♦'I1 •• .♦ ••••. i ♦•••• ■/ MEN LICA f . AL ■■■■■■■■■■■■■■■■■■■■■■■■■■■■l��111��1�I�l��I!!�11�■■■■■■■■■■■■■■■■■■I■■■■■■■■■■■■■■■■■■■■■■■■■■■■1■■■■■■■■■■■■■■■■■■I�I��IJ�II�II�!�1�■I■11!!■■■�I�!I.�■■■ w■■■■■■■■■■■■■■■■IIAII.!!�I�.�.1�■■■■■■■■���■�� "■■■■■■■■■■■■■■■■■■■I■■■■■■iii�l�iiliiiili�liil�Vilfiiiii"rlii�lifWlilli�liliil■■■■■■11■■I■■II■■■■■■■■■■■■ ■■���������■���i■■■■■ ':'�M,li■-'■!I.�IIIIhI�II�1!!!�!■I■■■■■C�-'i■■■■■■■■■■■■■■A■■■■■■■1:��!�1■�1S■■■■■■■■I■■■■■■■■■�m�■�■■�■/:■■■■■■■■�I■■I■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ .. .. ♦ ■ Nip 1■■■■■■■■■■■■■ ■■■I■■■■■1�AMMM,■!„wE■II�'■!■iM,�._'i�.^■■■ 11■I■I■_________'1�'__________...■■1■■■►■.�IIII�'.1to.11_ F.-a1L�■■■■■■■■■■■■■■■��i��l®■�'i�■■■ .. DC%I■■■■■■■■■■■■■■■■■■■■■�■■■■i■!■�■■C'I�- '■�C■■■■■I■11■I■■■w■■■■■■E■■■■■■■■■■■■■■■I■0■■■■■■'ia■■■■■■■Yi■■�■■■■■■■■�0�■■■■■■■■■ .. ■��: n■nn■■■■■■■■■■■■■■■■fif�l■■■`■:.: ���:l�t' 1�.�'� �.I■■=!!■■■■■■■I■11■I■■■il■■■■i�■■�■■■■■■■■■■■■■■I■n■■■■■■��!!��■■■■�■�■■t�■■■■■■■■���■■■■■■■■■■ al ■1:l��k'�•1��:. _: ���i�■■■■■■■■■■■■■■I■■■■■f�71A■■■■■■1�'�11�■■■■■l��I■■I■11■I■I■■1�■■■■■■■!'■�■ZCI:'■■■■■■■■■■■I■■Ir■■■■■■�i�■■■■■I■I■r�■■■■■■■■1/i■■■■■■■■■■ ■�_.■■■■■■■!!J■_■■■■■■■■■■■■■I■■■■■■r�11�1u►�Iv1��lr■■■■■■■■L�■■■I■11■ICI■■����'JL�■4�■■■■■1�■■■■■■■■■■■■I■■1■�1■■■■■■■■■■■■�■�■■!!■■■■■■■■� ■�:1�■�■®■■7� ■�-.■■■■■■■� ���■■■■■_■_■_■_■_■_��■■■■■■■■■■■■■■■■■■■■■■!�■■■I■11■I■I■■I�C����i�f�WY■■■1�■■■■■■■■■■■■I■�1■��!■■■■■■-/■■r'�■■�■�■■�■■■■■■■■�-��il■■■■■■■■ •���_ ..----���������i■71■11■I■■■■■■■■■■■■■■1�■■■■■■■■■■■■I■■■��l'l�'1 ••■■/I■■■I■io��l■I■■�■■■■■■■■�-�■■■■■■■■■■ ..----�����Ir�■�i■iil■i�(1■■■■■■■■■■■■■■I�� �i iiii�����!�iriiii%.■■_■■■■■■■■I ■�1■���■■■■■■�1■■■■I■I■■ �■■■■■■■■1 �■■■■■■■■■■ JIB■wFur P■■■■EN■■■■■■■■■■I■■1■■■■Rli'a■■■■■■■■i :: M■■■■■■■■i:_ ■■■■■■■■■■ ■� :■■■■■■■■■■■ ■■ '- ■'■■■■■■■INN- ME■■I-■■■■■■■■■■ aYl'I�Ylil■�11ilYlllfill�■■■■ - • - - • ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I■■■ •�■■■■■■■■■■■■■■■■■■■■■■■■■■I■0■■■■■■`•�i■■■�l■■■!■■■■■�■■■■�=■■■■■■■■■■ 1;1■■■■■■■■■■■ -■■■■■■■■■■■■■■■■■■■■■■■■■■■■■I■■i■I■■■■■■■■■■■■■■■■■■■■■■■■■■I■n■■■■■■■■■■■■■■■_ `■■■■�■!■i■�= �■■■■■■■■■ no. revision by date teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph www.tnpinc.com TX-PELS: ENGR F-230; SURV 10011600/ 10011601, 10194381 TX-AE: BR 2673 FORT WORTH scale horiz 1 "=20' vert 1 "=4' date Apr 2025 f Mtn p This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY , P.E. Date: 4/25/25 Tx. Reg. # 133846 I City of Fort Worth, Texas I NORTHSIDE IV WATER TRANSMISSION MAIN PHASE 1 C -SEGMENT 3 WATER LINE 'A'- SEGMENT 3 STA 21 +50 to 26+00 top project FTW23548 sheet 13 of 64 O T o 0 3 T U � m EJ oQ M w Cn cV 3 o _0 N j LO N N Z � w d (1) ¢Q o, � X 0 3 + o j V) oz CD Of oLLJ +Q 0� N � Q � �>< c 3 E cn w J V) � Y J m r7 LdN CCD N w CM M N X N N w cn X Q Cn O r) + U I or-) v c o � CD°O o N iN U i > �:_:z fn J — APPROX. LOCATION EXIST 10" GAS — — — (ENLIN K) _ _ _ PRAIRIE RIDGE ESTATES CAB. A, SLIDE 8711 PRAIRIE RIDGE ESTATES I CAB. A, SLIDE 8711 P.R.T.C.T. I PRAIRIE RIDGE ESTATES: +,.. CAB. A, SLIDE 8711,� P.R.T.C.T....�'- ,� � � F u}.� UTILITY NOTE THE UTILITIES SHOWN ON THE PLANS WERE COMPILED FROM VARIOUS SOURCES AND ARE INTENDED TO SHOW THE GENERAL EXISTENCE AND LOCATION OF UTILITIES P.R.T.C.T. I LOT 34 LOT 33 t �•:;�4; �. l IN THE AREA OF CONSTRUCTION, THE ENGINEER LOT 35 — — — — — — — — — — — — — — _ ' — — —I — — t ASSUMES NO RESPONSIBILITY FOR THE ACCURACY OF THE UTILITY INFORMATION SHOWN ON THE PLANS. - xT:/`,^"';a:� '-�r`.;.`r. w,,..._*:..� > _ THE CONTRACTOR SHALL VERIFY THE EXACT LOCATION OF ALL UTILITIES PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL CONTACT UTILITY COMPANIES 48 HOURS IN ADVANCE OF ANY CONSTRUCTION ACTIVITIES IN ORDER TO DETERMINE IF THERE IS ANY CONFLICT WITH THE PROPOSED FACILITIES. THE CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY WHEN CONFLICTS WITH EXISTING UTILITIES ARE DISCOVERED. THE FOLLOWING PHONE NUMBERS ARE PROVIDED FOR CONVINENCE. CONSIDERATION OF OTHER UTILITIES MAY BE REQUIRED. I WATER LOCATE: 817-392-8296 DIG TESS: 800-DIG-TESS O ENLINK: 940-683-1139 C COLT: 806-930-2734 20 0 10 20 + Ln 100 R.R. ROW + COLT: 817-567-1574 BEDROCK PROD: 817-202-5126 CAI o (TYP) O AT&T: 469-662-4601 GRAPHIC SCALE APPROXIMATE CV) ONCOR: 214-433-4134 Q IO TIP 852.82 MAPSCO NO. 18C, 18D, 4Z F- N CAUTIONH �o PER ELECTRONIC FORT WORTH & DENVER RAILROAD / BNSF Q WATER MAP EXIST GAS LINE IN THIS AREA VERIF LOCATION AND DEPTH n DEPTH READING (100' R.O.W.) Vi ^,OTcc. W m1D1 /V ICJ• NO. 2024-464 Z PRI R TO CONSTRUCTION Z O �I PROPOSED 450 LF OF 24" WL Lu r'" z Z ? 1. INSTALL 24" WATER LINES AT 84" MIN DEPTH BELOW THE x BOTTOM OF THE PAVEMENT/NATURAL GROUND AS SHOWN STA 28+00 PROP NSIV PHASE 1C - SEGMENT 3 WL A IN THE PLANS _ INSTALL: V 1-4" AIR RELEASE VALVE = 2. INSTALL 24" GATE VALVES & VAULTS AT 84" MIN DEPTH Q I - 4 BOLLARDS AS SHOWN /N THE PLANS. N 7031410.75 E 2301454.77 EXIST R. 0. W. Q J. CONTRACTOR SHALL FIELD VERIFY EXISTING ENLINK GAS r 't1H'0PERTY OF CUUNI Y -6 , _ _ LINES. LINE SHALL BE PROTECTED DURING CONSTRUCTION. 00 10 (TYP) 27+00 M'� —"'- Q 1 � PROP 24" NSIV WL 'A' 29+00 30+00 4. CONTRACTOR SHALL RESTORE ALL DISTURBED CULVERTS & SHALL REGRADE BAR DITCHES AS NECESSARY TO I O ° 'A' BATES-ASTON ROAD (CR 4110) (SEE NOTE 5) REESTABLISH DRAINAGE PATTERNS 7P/26+16.63 STA 27+50.97 PROP NSIV PHASE 1C - SEGMENT 3 WL 'A' STA 27+60 PROP NSIV PHASE 1C - SEGMENT 3 WL i38' COUNTY R.O.W. 5. CONTRACTOR SHALL ADHERE TO THE REQUIREMENTS OF PROP NSIV PHASE 1C- SEGMENT 3 WL 'A' INSTALL: 1-U7ILITY MARKER POLE 1-8" BLOW OFF ASSEMBLY (SEE DETAIL SHEET 54) I 4 BOLLARDS THE TARRANT COUNTY UTILITY PERMIT WHEN WORKING IN TARRANT COUNTY R.O.W. CONTRACTOR SHALL CONTACT DEFL 1'4724" RT FL 1 *4 N 7031371.51 N 7031378.74 SHANE RHODES AT 682-249-8322, 24 HOURS PRIOR TO N E 2301425.37 E 2301430.78 WORKING IN THE COUNTY R.0.W. E 2301344.80 I 6. REFER TO STOCKPILE PLANS ON SHEET 37-41 FOR _ I I EXIST R. 0. W. REQUIREMENTS OF HANDLING OF STOCKPILE MA TER/AL. I I I JAMES C BATES CO 7. CONTRACTOR TO NOT/FY ENGINEER /F PROPOSED VALVE /S SURVEY r IN CONFLICT W/TH STOCKPILE LOCATION. I I ACT No. 226 ABSTRACT �" 4 24"NSIV PHASE 1C WATER LINE'A'11IIIIIIIIIIIIIIIIIIII E ME NE, V T CIER DE AIL 33 05 10 D1 2 S R CE RE TO RA TIN Y YD 0 UL NOTE: RESTRAINED JOINTS R 0/N SHOWN IN PLANS ARE FOR REFERENCE ONLY. CONTRACTOR IS RESPONSIBLE TO ACQUIRE RESTRAINED JOINTS LENGTH EXIST GROUND REQUIREMENT FROM MANUFACTURER 860 ��� Q60 XIS 10 ENLINK GAS LINE + 47 A D DEPTHPRIORT C S UC ON PVl TA27468.40 1 22. ' EN P R ET IL 13 • MI A P OXMA E M/ PRELCTOICTXP) DEPTH READING 'A' ® 0.2 X 850 POP 2 Si ' 0. Z 850 M, " ) 1 P S 2 + .7 _ 1- 5' EN DE 4 0 '00 VE TIC L E- 0 0 /N PVl STA 2 +6 .0 PER D TA/ D 32 T/ 84 .8 1- 2.5 B D i o CO CR TE CR DL + °j > J 0 o PER D TAl D 31 "' a N '� Ld J o � o J a_ Li.l Ld t a UI 7 1 1 Q Op Op ^^ Op 26+00 27+00 28+00 29+00 30+00 31 +00 no. revision by date teague nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph www.tnpinc.com TX-PELS: ENGR F-230; SURV 10011600, 10011601, 10194381 TX-AE: BR 2673 FORTWORTH, scale horiz 1 "=20' vert 1 "=4' date Apr 2025 40+ tnp This document is for interim review and is not intended for construction, bidding or permit purposes. BRIEN J. COFFEY , P.E. Date: 4/25/25 Tx. Reg. # 133846 I City of Fort Worth, Texas 1 NORTHSIDE IV WATER TRANSMISSION MAIN I PHASE 1 C -SEGMENT 3 WATER LINE 'A' - SEGMENT 3 STA 26+00 to 30+50 top project FTW23548 sheet 14 of 64 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside IV 24" Water Transmission Main, Phase 1 C STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Segment 3 Revised July 1, 2011 City Project No. 105114 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. �Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/161 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 1 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS Wra idSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 er lass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 ±F11berglassManhole I L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 1 Manhole Frames and Covers I Western Iron Works, Bass & Ha s Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines Pamrex/rexus RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover Lockable Cl SIP Industries 2280 32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable Cl SIP Industries 4267WT - Hinged 32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hin 30" Dia. 10/07/21 1 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamti ht 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 1 33 05 13 Manhole Frames and Covers SIP Seram ore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 1 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/131 * 33 39 10 Manhole, Precast Concrete Hydro Conduit CorpSPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 4811,6011 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Manhole,Opening and Flat top, o Transition Cones ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast Reinforced Pol er)Concrete US Composite Pie Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 39 20 Manhole, Precast Reinforced Polymer) Concrete P3 Polymers, RockHardsc 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast Reinforced Polymer) Concrete Amitech USA Meyer Pol crete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 1 33 39 20 Wastewater Access Chamber For use when Std. MH cannot be Quickstream Solutions, Inc. Type 8 Maintenace Shaft Poo it installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayrog, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 As hatic EmulsionL Structures Onl 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 lCoatingfor Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade As hatic Emulsion For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/161 * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 1 Manhole Insert I Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 1 Manhole Insert I Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casino Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer Applications Only) 8" - 12" (Sewer Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA Count #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 lCoatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatin s for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02 Com osite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass FRP Hobas Pipe USA, Inc. Hobas Pie on -Pressure ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pie ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe Flowtite) ASTM D3262/D3754 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 09/03/24 1 33 31 13 Fiberglass Pipe (FRP) Superlit Born Sanayi A.S. Superlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AWWA C950 * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pie Amitech USA Meyer Pol crete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/ 10 E l -9 Reinforced Polymer Concrete Pie US Composite Pie I Reinforced Polymer Concrete Pie I ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density of eth lene pipe Phillips Drisco i e, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" High -density of eth lene pipe Plexco Inc. ASTM D 1248 8" * Hig -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High -density of eth lene pipe I CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pie J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pie Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pie Lamson V lon Pie SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pie Vin ltech PVC Pie SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pie Vin ltech PVC Pie Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pie J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" * PVC Sewer Fittings g Plastic Trends Inc.(Westlake) � Westlake ( ) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pie Pi elife Jet Stream SDR 26 PS 115 ASTM F679 1811- 24" 3/19/2018 33 31 20 PVC Sewer Pie Pi elife Jet Stream SDR 26 ASTM D3034 411- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 411- 15" 10/21/2020 33 31 20 PVC Sewer Pie NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 411- 15" 10/21/2020 1 33 3120 PVC Sewer Pie NAPCO(Westlake) SDR 26 PS 115 1 ASTM F-679 1811- 36" * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/O1/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1 "-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" and 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve Coated or Stainless Steel JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clam 4" to 30" Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Com osite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Has CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Has CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Has CM1365-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/0EQ1 * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 iMagnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. �Classsification Manufacturer Model No. National Spec Size Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pie Vin ltech PVC Pie DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pie Vin ltech PVC Pie DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 09/03/24 33-11-12 PVC Pressure Pie Northern Pipe Products DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pie Northern Pipe Products DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pie Pi elife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pie Pi elife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 1112 PVC Pressure Pie Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/T ler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C III 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flan e Uni-Flange Series 1400 AWWA Clll/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AWWA Clll/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA Cl1l/C116/CI53 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA Cl1l/C116/CI53 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AWWA Cl1l/C116/CI53 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA Clll/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA Clll/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLCE AWWA Clll/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Seram ore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA CI I I 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries Seram ore EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA CI I I 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA CI I I 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA CI I I 16"-24" * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" SD 6709 AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve SD D-21652 AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36"(Note 3 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48"(Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ East Jordan Iron Works EJ F1owMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve HenryPratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 1 33 1221 Rubber Seated Butterfly Valve G. A. Industries Golden Anderson AWWA C504 Butterfly Valve AWWA C-504 30"-54" 09/03/24 33 1221 1 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics MSP and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Pol eth lene Encasment AEP Industries I Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 1 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 Q �coWater-Mueller Water Products, Inc; Model GSD #h, Fr-eei5e- This product removed �BSS0-36-r�UDG2 Proof-, Hasp fef heekingAccevHftteh- Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller H dro and HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG Permanent 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) 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 Yellow Highlight indicates recent changes * From Original Standard Products List 6 FORT WORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 Concrete 9/9/2022 Cl... ASidewe 03 300 ADA Ram Drivewa Min Design Curb/Gutter Median Pavement American Concrek Company 30CAF029 3000 psi Comae for Sidewalks & ADA Ramps 3-5" Slump; 3-6% Ah 6242024 033000 Mi. Des' Bi Towv Concrek 302050-1 3000 i Concrete for Cubs and Sidewalks 3-5" Slump; 3-6%Air 9/92022 03 3000 Mi. Design Bumco Texas 30U101AG 3000 psi Concrete Mix for Fmtwork 3-5" Slump; 3-6%Air 4/12024 03 30 00 Mu De ' Bumco Texas 30USOOBG 300 si Concrek Mu for Sidewalks 3-5" Slum ; 36% Air 9/92022 033000 Min Design Carder Cmxc FWCC502001 3060 psi for Sidewalks, Driveways, Ramps, Cmb & Gutter, Flelwork 3-5" Slump; 3fi%Ai, 9/92022 03 30 00 Mu Des' Carder Concrete FWCC502021 3500 pi concrek fin Sidewalks, Drivewa ,Ram s, Cmb & Gulkr 3-5" Slump; 36% Air 9/92022 033000 Min Design Chisholm Tmil Reds Min C13020AE 3000 psi Concrete fin Driveways, Cmb & Gutter 3-5" Slump; 4.5-7.5%Au 9/92022 03 30 00 M&Des' Ci Concxek Com ao 30HA20B 3000 pi Concxek Mix for Blockiv ,Sidewalks, Flalwork, Pads 3-5" Slump; 3fi% Air 9/9/2022 03 30 00 Min Design Cow Town Reds Min 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining W.% 3-5" Slump; 3-6%Ah 9/92022 03 30 00 Mi. Des' Cow Town Redi Mi. 250 3000 i Concrete Mix fr Sidewalks, Drivewa , ADA Ram 3-5" Slam ; 3fi% Air 9/92022 03 30 00 Min Design Cow Town Reds Min 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36%Ai, 1292024 03 30 00 Mi. Des' Estrada Re Mix R3050AEWR 5.00 Sacks / 3,000 i Concrete for Sidew.0a, R—p, l lets, and Manholes 3-5" Slump; 36%Air 9/92022 03 30 00 Min Design GCH Cmmcrek Services GCH4000 4000 psi Concrete f for Sidewalks, Ramps, Headwalls, hfl t., and S—Drain Stuctures 3-5" Slump; 3-6%Ai, 9/92022 03 30 00 Mi. Des' Hold. - SOR, Ina 1261 3000 i Concrete Mix fr Sidewalks 3-5" Slump; 36%Air 9/23/2024 03 30 00 Min Design H.kim - SOR, Inc. 5177 3000 psi Concrete Mix for Sidewalks, Curbs and Gutters 3-5" Slump; 36%Air 9/92022 033000 Mi. Des' Holcim -SOR, Ina. 5409 4000 i Concrete Mix for Sidewalks, 1,1K, 3-5"Slump; 36%Air 4/72023 03 30 00 Min Design Liquid Stone C301D 3,000 psi C--c for Sidewalks, Approaches, and Driveways. 3-5" Slump; 36%Air 9/92022 03 30 00 Mi. Dig, Martin Marietta R2136214 3,000 pi Concrete for Sidewalks & Ram 3-5" Slum ; 36%Air 9/92022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 36%Air 4/12023 03 3000 Mu Des' Martin Marietta R2136N14 5.00 rocks / 3,000 pi comcrek for Sidewalks 3-5" Slump;3-6%Ah 6/12023 03 300 Min Design Martin Marietta R2136R20 3,000 psi Comcrek for Sidewalks and Ramps 3-5" Shunp; 3-6%Air 6/1/2023 03 30 00 Mi. Des' Marls Marietta R2136N20 3,000 pi Comcrek for Sidewalks and Rams%Air 1122022 03 30 00 Min Design Martin Marietta R2141K24 4,000 psi Concrek for Junction Boxes, Sidewalks and Ramps 3-5" SI—P; 36%Au 417/2023 03 30 00 Mi. De ' Marlin Marietta R2136K14 3,000 si oncrete for sidewalks and ram 31" Slump; 36%Air 9/92022 03 30 00 Min Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks &Ramps 3-5" Slump; 36%Au 9/92022 03 30 00 Mi. Des' Marlin Marietta R2132214 3,000 pi Concrete fiu Sidewalks & Ram 3-5" Slump; 36%Air 9/9/2022 03 30 00 Min Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 4.5-7.5%At, 10/42023 03 30 00 Mi. Des' NBR Re Mix CLS A-YY 5.00 Sacks / 3,000 i Concrete for Sidew.Rs &Rumps, and Cuff & Gmtta 3-5" Slump; 36%Air 10/4/2023 03 30 00 Min Design NBR Ready Mix CLS A -NY 5.60 Sacks / 3,000 psi Concrete fm Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 36%Ah 7/10/2023 .033000 Mi. Desin Osbum 30A50NM 5 SK / 3,000 pi Concrete for Sidewalks 3-5" Shun ; 36%Air 1/18/2023 03 30 00 Min Design Rapid Redi Min RRM5020A 3000 psi Cumcrete f Club, Gutter, Ddveways, Sidewalk, Ramps 3-5" Slump; 36%Ah 1242023 033000 M&Des' R id Rd Mi. RRM5525A 3600 pi Concrete for Sidew.0a, roaches, ADARama 3-5"Slump; 36%Ai, 9/92022 03 30 00 Min Design Redi-Mix IOL11504 6.00 Sacks / 4,000 Ni Concrete Mix for Sidewalks, Curb & Gutter, Sewer Manhole, lvlets, & J—tiom Boxes 3-5" Slump; 36%Air 10242024 03 30 00 Mi. Des' SRM Concrete 30850 3000 i Comrete for Sid —&a am & ADARa 3-5" Slump; 36%Air 10/242024 03 30 00 Min Design SRM Concrete 30350 3000 psi Concrete fin Sidewalks & ADARamps 3-5" Slump; 36%Air 10/182024 03 30 00 Mi. Dig, SRM Concrete 30050 3000 pi Concrete fin Sidewalks, Ramp, Inlets, Junction Boxes, Thrust Bkcks, Cuff and Gutter, Div , Bamer Ram 3-5" Slump; 36%Air 9/92022 03 30 00 Mix Design T— Concrete IFW5025A 3000 Psi Concrete Ma for Curb & Gutter, Driveways, Sidewalk.,, ADA Ramps 3-5" Slump; 36%Air 9/92022 03 30 00 Mu Des' T—t Concrete CP5020A 3000 i Co¢crek Mu for Cuff and Gutter 3-5" Skin ; 36%Air 10/102022 033000 Min Design Tarrant Concrek TCFW5020A 3000 psi Concrete fOr Sidewalks 3-5" Slump; 3-6%An 9/9/2022 03 30 00 Mu Des' Tarrant Comcrek FW5525A2 3600 pi Concrete Mi. fin Sidewalks, Drive caches, ADA Rump, Curb and Gutter 3-5" Slum ; 3-6% Av 9/9/2022 03 30 00 Mhe Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks 3-5" Slump; 3-6% Av 9/92022 03 30 00 Mu Des' Tme Grit Redi Mix 0250.230 3000 pi C,m de Mix fin Flatwmk, Cmb & Gulky Dmewa ,Sidewalks, ADA Rams 3-5" Slump; 36%Air 9/92022 03 30 00 Mu Des' Tme Grit Rath Mi. 0250.2301 3000 pi Cum— Mix f Cufi &Gutter, Drivewa ,Sidewalks, ADA Rams 3-5" Slump; 36%Air Class CB Manholes Sunction Boaes Enensemen Blaeldn Co L' ole Fouvdatione 9/9/2022 03 3000 Min Design American Comcan rek Company 40CNF065 4000 psi Concrete for Manholes & Ufihty Stmctures 3-5" Slump; 0-3%An 9/9/2022 03 3000 Mi. Des' Bumco Texas 40U500BG 4000 pi Concrete Mi. fin S.— Drain Structures, Driveways, Screen Walls, Collars 3-5" Slump; 2±%Ai, 9/9/2022 03 3000 Min Design Cold Town Redi Min 255-2 3000 psi Concrete Mix for Inlets, Thmst Blocking, Concrete Encasement 3- -' Slump; 3-6%Ah 9/92022 03 30 00 Mi. Mqp Cow Towv Rath Mi. 355 3000 v Concrete Mix f lulek, Thmst Hlockin , Concete Encasement 3-5" Slump; 36%Air 9/92022 033000 Mix Design Cow Town Redi Mix 255 3560 psi Concrete Mix for Flatwork, lukts, TM Bfeking Concrete Encasement 3-5" Slump; 36% Air 9/92022 03 30 00 Mi. Des' Cow Town Rath Mi. 270 5000 psi Concete Mix fire Cast -in -Place Box Culverts 3-S" Slump;36%Air 9/92022 033000 Min Design Cow Town Redi Min 370 5000 psi Concrete Mix for Cast-m Place Box Culverts 3-5" Slump; 36%Au 9/92022 03 30 00 Mi. Des' Cow Town Redi Mi. 353 3000 pi Cu.—u, Mix fin Sidewalks, ADA Ram , Drivewa , Cmb & G.Mu, Saf End Treatments, Nov-T.DOT Rekimin Wags 3-5" Slump; 36%Air 9/92022 03 30 00 Min Design Cow Town Redi Min 257 3600 psi Concret i. m, Vaky Gutters, Lightp.k Foundatioms 3-5" Slump; 36%Au 9/92022 03 30 00 Mi. Des' Cow Town Redi Mi. 357 3600 i Con—u Mi f., Valle Guters, Li ole Poundations 3-5" Shun ; 36%Air 9/9/2022 033000 Min Design Hold® - SOR, Inc. 1701 4060 Psi Concrete Mix for Storm Dram Structures, Savitry Sewer Manhole, Junction Box 3-5" Slump; 36%Ah 9/9/2022 033000 Mi.Des' H.16m-SOR, luc. 1551 3000 i Concrete Mi. fr Blockt 3-5"Slump; 36%Ai, 9/9/2022 03 30 00 Min Design Hold® - SOR, 1— 5409 4000 psi Concrete Mix for Sidewalks, lulets 3-5" Slump; 36%Ai, 4272023 03 30 00 Mi. Dig, Liquid St¢e C361DNFA 3,600 si Concrete for Retmmm wall, divewa ,'u¢cdo¢ box a rov, uch 3-5" Slum ; 36%Air 9/92022 03 30 00 Min Design Mertvu Marietta R2141230 4,000 psi Concrete for Manholes, Inlets &Headwalls, Valve Pads 3-5" Slump; 36% Air 8/42023 03 30 00 Mi. Des' Muni. Marletk R2141R24 5.53 Sacks / 4,000 i Concrete fin Junction Box, Box Culvert, Sidewalks and Ram . 3-5" Slump; 36%Ai, 112M023 033000 Min Design Martin Marietta R2146R33 6.01 Sacks/4,000 psi Concrete Mix for CIP Sewer Manholes 3-5"Slump; 36%Ai, 11202023 033000 Mi. Dig, Martin Marletk R2146K33 6.0l Sacks/4,000 iCo=u MfxforCI1Sewer M-holes. 3-5"Slump; 36%Air 9/92022 03 30 00 Min Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, lulets & Headwalls 3-5" Slump; 4.5-7.5%Ai, 9/92022 03 3000 Mi. Des' Marls Marietta R2136224 3,600 si Concrek fin Curb lulefs 3-5" Slump; 36% Ai'9/9/2022 03 3000 Mix Design Martin Marietta R2141233 3,600 psi Comcrek for S.—Sum w-, inlets, Blocking & Encasement 3-5" Slump; 3-6%Au 9/9/2022 03 30 00 Mi. D.igu Marlin Marietta R2146038 4,500 si Concrek fin lulek, Strom Dmin SWclmes 3-5" Slum ; 3-6% Air 10242024 03 30 00 Mix Design Marlin Marietta R2146K34 4000 psi Concrete for lukts, Mumhoks, Headwalls, Thmst Bl d., C.11u. 3-5" Slump; 36% Air 9/122023 03 30 00 Mu De ' NBR Read Mix CLS Pi-YY 6.00 Sacks / 4,000 si Concete for Co0ars, Manholes, Box Culverts 3-5" Slump; 36% Air 9/92022 03 30 00 Min Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix for Curb lukts 3-5" Slump; 36% Au 9/92022 03 30 00 Mac Des' NBR Ra Mix TX C-NY 3000 i Conaek Mix fiu Cuff Inlets 3-5" Slump; 36%Air 1/182023 033000 Min Design Rapid Reds Min RRM5320A 3000P Concretefm Blacking 3-5"Slump; 36%Ah 1/182023 03 30 00 Mire Design Rapid Redi Mire IRRM6020ASS 4000 psi Concrete for Strom Drain Stmctures 3-5" Slump; 3-6%An FORT WORTH® CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 cmrrere (cnminnm> ]0/7A/2024 03 22Mix Dwi n SRM Concrete 40350 4000 si Concrctc for Inles, Manholes, Headwalls, Thrust Blocks, Collars 3-5" Slump ; 36%Air ]0/24/2024 03 30 00 Mu Design SRM Concrete 40850 4000 psi Conaele for Inlets, Manholes, Headwalls, Thmst Blocks, Collars 3-5" Slump; 3-6% Av 9/16/2024 03 30 00 Mi. Des' SRM Concrete 35050 3500 si Concrete for Thrust Blocks and CoRms 31" Slump; 3-6%Air 9/9/2022 03 30 00 Mi. Design Tenant Concrete FW5320A 3000 psi Conttete Mix for Blocking 3-5" Slump; 36%Air 10/10/2022 033000 Mi. Di Tartans Concrete TCFW6025A2 4000 psi Concrete fir Manholes 3-5"Slum;36%Air Class C (HmdwaUe WtngwaRs, Culverts, Drflkd Shafts) DrIDed Shafts 9/9/2022 03 3000 Min Design Bumco Texas 36U500BG 3600 osi C..cr Mix for LiOlin¢ and Traffic Si..] Foundations (Dr led Shafts) 5.5-7.5" Slump; 3-6%Air 6/21/2023 03 3000 Mi. Des' Cow Town Redi Mi. 360-DS 3600 osi Concrete for Drilled Shaf/Li¢htine and Traffic Signal Foundation (Dr led Shafts) 5.5-7.5" Slump; 3-6%Ah 10/30/2024 03 3000 Min Design Estrada Ready Mix R36575AEWR 3600 osi Concrete f., Drilled Shaf/Li¢htin¢ and Tmff. Sittnal Foundation (Dr led Shafts) 5.5-7.5" Slump; 3-6%Ah 12/52022 03 3000 Mi. Desig, H.16. - SOR, fc. 1822 3600 osi Concrete for (Drilled Shsfh)/Li¢hti.¢ and Traffic Simal Foundations 5.5-7.5" Slump; 0-3 %Ah 9/92022 03 3000 Min Design H.16. - SOP- Inc. 1859 4000 osi Cmcrete f,, (DrRled Shaftsl/Li¢htin¢ and Traffic Sima1 Foundations 5.5-7.5" Shnnp; 3-6%Ah 4n/2023 03 3000 Mi. Des' Li uid Sfne C361DHR 3.600 osi Concrete f (DrRled Shaft)/Li¢htln¢ and Traffic Signal Fomdatims 5.5-7.5" Shnnp; 3fi% Ai,6272023 03 3000 Min Design Martin Marietta U2146N41 6A4sacks / 3.600 Dsi Concrete for (DrWed Shafts) / Liehtin¢ and Tmff Si¢nal Fomdmons 5-7" Shnnp; 3-6%Air 6272023 03 3000 Mi. Desig, Martin Marietta U2146K45 6.65 sacks / 3.600 osi Concrete for (DrWW Shafh) / Li¢htin¢ and T.& Simal Foundations 5-7" Shnnp; 3fi% Ai, 8222024 03 3000 Min Design NBR Ready Mix 135K2524 3500 osi Concrete f., (Wffl d Shaft) Li¢htoole Foundations 5.5" Shnnp; 3-6%Ah 8222024 03 3000 Min D.im INBRRWyMis 1135KO524 13500 psi Concrete for rfl]W Shaft LighWl, Fomdatims 5.5" Slump; 3-6%Au Other Applieado.s 9/9/2022 03 3000 Mix Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Stmclmes, Mmholes, Headwalls, Retaining Walls, Valley G—, Drive Approaches 3-5" Slump; 3fi%Air 9/9/2022 03 3000 Min Design City Cnncrete Compmy 40LA2011 4000 psi C..pe Mix for Storm Dmin Structures 3-5" Slump; 3-6%Ah 9/9/2022 03 30 00 Mi. D. Cow Town Redi Mi. 260-2 3600 i Concrete Mu f Box Culverts, Headwalls 31" Slum ; 3-6%Air 9/9/2022 03 3000 M. Design Cow Town Redi Mix 360-1 3660 psi Concrete Mix for Box Culve , Headwalls, Wing-11. 31.1 Slump; 3-6%Air 9/92022 03 30 00 Mi. De sip Cow Town Redi Mi. 260-1 3600 pi Concrete Mix f Headwalls 31" Slump' 3fi% Air 1292024 03 30 00 Min Design Estrada Ready Mix R3655AEWR 5.50 Sacks / 3,600 psi Cmc c fm Headwalls, WmgwaM, and Culverts 31" Slump; 3-6%An 9/9/2022 03 30 00 Mi. Dig, GCH Cmcrete Services GCH4000 4000 i Co—te fir for Sidewalks, Ram , Headwdlls, Inlets, and Stonn Drain S-m—s 3-5" Shm ; 3fi%Air 9/9/2022 03 30 00 Min Design Holema - SOP, Inc. 1851 4560 psi Cmcrete fin Storm Drain Sc,tmturesHmd Placed Paving 3-5" Slump; 3-6%An 4/l2023 03 30 00 Mi. Des' Marti. Marietta 310LBP 3,600 psiCmcrete fin Retai.in Walls 3-5" Slum ; 4-7%Air 8/30/2023 033000 Min Design 11Martin Marietta IR2141P,30 5.85SK/4,0000 Cmcretefm Box Cuverts&.Headwalls 3-5"Slump; 3-6%An 9/92022 03 30 00 Mi. Des' Marlin Marietta R2146035 4,000psi Concrete for Manholes, £lets & Headwalls, Valve Pads 3-5" Slum ; 3fi%Air 9/9/2022 03 30 00 Min Design SRM Concrete 40050 4,006 psi Concrete for Headwalls, Retaining Wall, Collets 3-5" Slump; 36% Ai,9/9/20221033002 Mu Des' SRM Concrete 35022 3,600 pi Concrete for ]mction Box, Retain*. W,16 3-5" Slum ; 3fi%Ah 4/l2024103300. 03 30 00 Mix Design SRM Concrete 145050 4500 psi Cmcrete fin Storm Structures 3-5" Slump; 36%Air 9/92022 03 30 00 Mi.Desi Tarrent Concrete FW6020A2 4000 i Cmcrete Mu for Storm Drain Shuc s 3-5" Slum ; 36%Air Class P (Machine Placed Paving) 6/24/2024 32 13 13 Miz Dcsin Ben Cmcrete 360060-1 3600 si Concrete forMmhine PI—dPavin 13"S1um;3-6%Av 6242024 321313 Min Design Big Town Concrete 362060-1 3600 psi C..cr for Machince Placed Paving l-3"Slump; 3-6%Ah 9/9/2022 32 13 13 Mac Des' Cinder Concrete FWCC552091 3600 psi fr Machine Placed Pavin 11.1 Slum;3-6%Air 9/9/2022 32 13 13 Mi. Design Cinder Concrete FWCC602091 4060 psi for Machine Placed Paving 1-3"Slump; 36%Air 9/9/2022 32 13 13 Mi. De sip Ci Concrete Comm 36LA2011 3600 ' Concrete Mix fr Machine Placed Pavin 11.1 Slump; 3fi% Air 9/92022 33 13 13 Min Design Cow Town Redi Min 257-M 3600 psi Cmcree Mix for Machine Placed Paving 1-3" Slump; 36% An 11/142022 32 13 13 Mi. Des Cow Town Redi Mi. 357-M 3600 psi C..—te Mix fr Machine Placed Pdvin 13"Shm;36%Ai, 9/92022 32 13 13 Min Design Cow Town Redi Min 260-M 4000 psi Cmcrete Mix for Machine Placed Paving 1-3"Slump; 36%An 9/92022 32 13 13 Mi. Dig, Cow Town Rm Mi. 360-M 4000 piConcrete Mix fr Machine Placed Pavin 13"Shun;36%Air 2/62024 32 13 13 Min Design Estrada Ready Mix TD3655AEWR 5.50 Sacks/ 3,600 psi Cmcrete f Mschme Placed Paving l-3"Slump; 36%An 8/4/2023 32 Mi.Des' Marlin Marietta Q214IR27 5.69sacks/4,000 iConcrelefor Machine Placed Pavin 1 ., Slum;36%Air Il/2/2022 32 Mi. Design Martin Marietta Q214IK30 4,000 psiC--W for Machine Placed Paving 1-3"Slump; 36%Air 10/42023 32 13 13 Mi. Desig, NBR Re Mix TX SF-YY 5.50 Sinks/3,600 *Cmcrete for Machine Placed Paviv 1-3"Sfm;36%Ah 10/4/2023 32 Min Design NBR Ready Mix TXCSF-NY 5.50 Sacks/3,600 ps,Cmcrete fin Mahine Placed Paving 1-3"Slump;36%Av 10242024 32 Mix Des' SRM Concrete 40068 4000 *Cmcrete for Machine Placed Pavin 1-3"Shm;36%Ai, 10/242024 32 13 13 Min Design SRM C--c 40825 4000 psi Cmcrete fin Machine Placed Paving 1-3" Shnnp; 36% Ai, 9/162024 32 13 13 Mi. Dig, SRM Concrete 40025 4000 iCmcretefm Machine Placed Penh 1-3"Shm;36%Ai, 10/182024 321313 Mix Design SRM Concrete 35023 3600psiCmcretefm Machine Placed Paving 1-3"SMmp; 36%Ai, 9/92022 32 13 13 Mu Desi Tenant Concrete FW5520AMP 3600 i Cmcrete for Machine Placed Pavin 1-3" Shun ; 36% Air 9/92022 3213 13 Min Design Tme Grit Redi Min 0255.2301 3600 psi Cmcrete Mix for Machine Placed Paving l-3" Shmp; 3.5-6.5 % Av 9/92022 321313 Mi. Desi Tme Grit RWIMI. 10260.2302 14000 psi Cinner Mix for Machine Placed P-i 1-3"Slum;3.5-6.5%Au Class H (Hand Placed Paving) 9/9/2022 13213 13 1 Mis Dcsiu Amaicm Cmcrete Com 45CAF076 4500 si Concrete for I'mace d Pld Pavin 3-5" Slum ; 3-6%Air 52/2023 32 13 13 Min Design Big D Concrete CM14520AE 4500psi ConaeteforHmd Placed Paving 3-5"Slump; 3-6%Ah 9/9/2022 321313 es Mi. D' Bigmc T.—Crete 452065-1 4500 pihind pl..d avm 31"Slum;3-6%Air 9/9/2022 32 13 13 Min Design Big Town Concrete 450065-1 4500 psi hind placed paving 3-5" Slump; 36%Air 9/92022 32 13 13 Mi. De sip Bumco Texas 45U500BG 4500 psi Concrete Mix f Hmd Placed Pavin , Storm Structmes 31" Slump; 3fi% Air 9/92022 32 13 13 Min Design Cinder Cmcrete FWCC602021 4500 psi cgncrete for Hand Placed Paving 3-5"Shunp; 36%An 9/92022 32 13 13 Mac Des Ci Conaela Comm 45NA20R 4500 si Conaela Mix forAmd Placed Pavin 3-S"Slump; 3fi%Air 9/92022 32 Min Design Cow Town Red* Mix 265 4500 psiCmcrete Mix for Hand Placed Paving 3-5"Slump; 365%An 9/92022 321313 Mi. Dim Cow TownRmM& 365 4500 pi Concrete Mix fr Hmd Placed Pavin 3-5"SIam;36%Ai, 1/29/2024 32 13 13 Min Design Estada Ready Mix R4160AEWA/ 6.00Sacks/4,500psiCmcretef Hmd Placed Paving 3-5"Slump;46%Av 9/9/2022 32 13 13 Mi. Dig, 4500 4500 iC..—te-dPlcead Pavin 3-5"Slum ;3fi%A'v 10/4/2024 321313 Min Design H2lc®-SOR'Mc . 5507 4500 psi Cmcrete Hmd Placed Paving 3-5"Slump; 36%Ai 9/92022 321313 Mu Des' Holcim-SOR, fc. 1851 4500 *Cmcrete for Storm Drain SWcmres,Hmd Placed Paviv 3-5"Shcm;36%Ah 1122022 32 13 13 Mi. Design IMi. Marietta JR2146N35 16.11 sacks / 4,500 psi concrete for Hmd Place Paving, hdets, Manholes, HmdwaU 3-5" Slump; 36%Air FORT WORTH® CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 cnncrcic(cnnlinacd) 8/42023 32 13 13 Mix D. M.—Manta. R2146R36 6, 17 /4500 si Concrete for Ha.d Placed Pavin 3-5"Slam;36%Air 1 l/22022 32 13 13 u MDesfgv Martin Marietta R2146N36 4,500 psi Covcmte for Had Placed Paving 3-5" Slump; 3-6% Av 11/2/2022 32 13 l3 Mi. Des' Martin Marietta R2146K36 4,500 pi Concrete for Hand Placed Pavin 31" Slum ; 3-6%Air 5222023 32 13 13 Mi. Design Martin Marietta R2146K37 6.22 sack/4,500 psi Concrete fr Had Placed Paving 3-5"Slump; 3-6%Air 12/22/2023 321313 Mi. De' Martin Marietta R2146R44 6.605acks/4,502 si Concrete Mix fr Hand Placed Pavin 3-5"Slum ;36%Ab 12222023 32 13 13 Min Design Martin Marietta R2146K44 fi.fi05acks/4,500 psi Concrete Mix for Hand Pl.cW Paving 3-5"Slump; 3fi%Fla 11/152022 32 13 13 Ma Des' Marlin Marietta R2146P36 4,500Psi Covcrote fire Hand Placed Pavin 3-5" Slam ; 3fi%Air 11/152022 32 13 13 Mac Design Martin Madeira R2146K36 4,500 psi Concrete for Haud Placed Pavmg 3-5"Sharp; 3fi%Aa 9/9/2022 32 13 13 Mi. Des' Marti. Marietta R2147241 4,500 pi Concrete for Hand Placed Pavin 3-5"Shun ;4.5-7.1%Air 9/92022 32 13 13 Min Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3fi% Av 9/92022 32 13 13 Mi.Des' Marlin Marietta R2146036 4,500 si Concrete for Hand Placed Pavin , inlets 3-5" Shun ; 3fi% Air 9/9/2022 321313 Min Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving 3-5"Slump; 3fi%Art 9/92022 32 13 13 Mi. Des' Mani. Marietta R2146042 4,500 pi Concrete for Hand Placed Pavin 3-5"Smm ;36%Air 10/4/2023 32 13 13 Min Design NBR Ready Mix CLS P2-YY 6.50 Sacks/4,500 Ni Concrete fin Had Placed Paving 3, Slump; 3fi%Av 10/42023 321313 es Mi. D' NBR Re.dy Mix CLS P2-NY No Sacks/4,500 i Concrte for Had Placed Pavin 3-5"Shur;36%Air 7/10/2023 321313 Min Design Osbum 45A60MR 6SK/4,500 psi Conaffie for Hand Placed Paving 3-5"Shoop; 3fi%Air 1242023 32 13 13 Mi. Dig, id Reds Mu RRM6320AHP 4500 i Concrete for Had Placed Pavin 3-5"Shm;36%Air 1/13/2023 32 Mix Design SRM Covpele 45023 4500 psi Concrete fin Had Placed Paving 3-5"Stamp; 3fi%Art 9/92022 32 13 13 Mi. D.ig, SRM Concrete 45000 4500 i Concrete for Had Plaed Pavin 3-5" Sh.. ; 36%Air 10242024 32 13 13 Min Design SRM Concrete 45350 4500 psi Concrete for Had Placed Paving 3-5" Shunp; 3-6% Air ]0/24/2024 32 13 13 Mi. Des' SRM Concrete 45850 4500 i Concrete for Had Placed Pavin 3-5" Slum ; 3-6' Air ]0/182024 32 13 l3 Min Design SRM Concrete 45050 4500 psi Concrete for Had Placed Paving 3-5" Stump; 3-6%Art 9/92022 3213 13 Mi. Ms' Tarrant Concrete FW6020AHP 4500 ' C—dm Mi. f Had Placed Pavin 31" Slum ; 36%Air 9/9/2022 321313 Min Design Tanrrt Concrete FW60AHP 4500 psi Concmte Mix for Hand Placed Paving 3-5"Slump; 3fi%Air 9/9/2022 321313 Mi. Dign Tarmrt Concrete TCFW6020AHP 4500 siC—dMix fm Had Placed Pavin 3-5"Shw;36%Ai, 9/9/2022 32 13 13 Min Design Titan Ready Mix TRC4520 4500 psi Concrete fm Had Placed Paving 3-5"Slump; 3fi%Aa 9/92022 32 13 13 Mi. Des' Tme Grit Redi Ma 0260.2301 4500 si Concrete Mix forAad Placed Pavin 3-5"Shun ;36%Air 9/92022 32 Min Design Tme Grit Redi Min 0265.2301 4500psi ConcreteMafor Valley Gutras,Had Placed Paving 3-5"Slump; 3.Sfi.5%Av 9/92022 32 Mi. Dig. Tme Grit Redi Mie 270.230 5000 i Concrete for Had Placed Pavin 3-5"Slam ;36%Air 10/92024 32 13 13 Ma Desi v Wildcatter 4520AI 4500 i Concrete for Had Placed Pavin 3-5" Slum ; %% Air Clues DES Euly Strength Pavin 9/9/2022 32 13 13 Mi. Desig. Big D Concrete 14500AE 4500 psi C..crete f r High Early Strength Paving 3-5" Slump; 3-6%An 9/92022 3213 13 Mu Des' Bumco Teas 55UI20AG 4000 si Concrete Mu fin H' Earl Saen Pavin 3-5" Slum ; 3-6%A'v 9/9/2022 32 13 l3 Mi. Dwigv Cow Towv Redi Mi. 370-1NC 4500 psi Concrete for HES Paving 3-5" Slump; 3-6% Air 9/92022 3213 13 Mi. De ' Cow Towv Rath Mi. 375-NC 5000 pi C—dm for HES Pavin 3-5" Slum ; 36% A'v 9/9/2022 32 13 13 Min Design Cow Town Redi Min 370-NC 4500 psi Concmte for HES Paving 3-5" Slump; 31% Air 1/182023 32 13 13 Ma Des' Cow Town Rath Ma 380-NC 4500 si Conmete fr HES laving 3-5" Shun ; 36% Air 1292024 32 13 13 Min Design Esasda Ready Mix 4575AESC 7.SOSacks/4,500 psi(3,000 psi@ 3day) Concrete for RES Pavng 3-5"Slump; 31%Av 9/92022 32 13 13 Mi. Dig, Holclm -SOR, mc. 2125 5000 iConuele for HES Pavin 3-S"Shun ;36%Air 1/24/2023 32 13 13 Min Design Liquid Stone C451DHR-A 4500psi Concrete for HES Paving 3-5" Slump; 3fi% Ai, 4/72023 32 13 13 Mi. Des' Marlin Marietta R216IK70 6,000 ei (3,000 ei 24 Lrs.) fr HIS Pavin 3-5" Shun 2/10/2023 32 13 13 Min Design SRM Conaele 50310 5,006 psi C... for HES Paving 3-5" Slump; 3fi%Art 9/9/2022 32 13 13 Ma Des' SRM Concrete 140326 14,500 (3,000 3-& ) i Conuete for HES Pavin 3-5" Slump; 36% Air 9/92022 32 13 13 Min Design Tevat ConE. FW6520AMR 4500 (3000 psi @ 3days) psi HES Paving 3-5" Slump; 3fi% Ai, 9/92022 321313 Mix Des' Tarrat Concrete FW7520AMR 4500(3000 pi 3da i Concrete HES Pavin 3-5"Slum;3fi%Art Class S (Bridge Slabs, Top Slabs of Dir k Traffic CuNeris, Approach Slabs) 9/9/2022 32 13 13 Ma Des' Cow Towu Redi Mm 260 4000 pi C....de Ma fr Bride Slabs, Box Culverts, Headwalls 3-5" Slum ; 3-6%Air 9/9/2022 3213 13 Ma Design Cow Town Redi Ma 360 4000 psi Concrete Ma for Bridge Slabs, Box Culverts, Headwalls 3I Slump; 3-6%Air 9/9/2022 3213 13 Ma Des' Cow Town Redi Ma 365-STX 4000 i Co—ete for Brid a slabs, t slabs ofdirecIt affic culverts, a oath slabs-TXDOT Class S-No Fly Ash 31" Slum ; 3-6%Air 1292024 32 13 l3 Ma Design Estrada Ready Mix R4060AEWR fi.00 Sacks / 4,000 psi Concrete for Bridge Slabs, Top Slabs, and Approach Slabs 46" Slump; 3fi%Art 5/3/2023 32 13 13 Ma De ' Martin Marietta M7842344 4,000 pi Covcrote fire Bride Deck 31" Slum ; 4.5-7.5%Air 4/12023 32 13 13 Ma Design Martin Marietta R2146P33 fi.0l sacks / 4,000 psi cpncrere for Bridge Deck 3-5" Shoop; 3fi%Aa 4/152024 32 13 13 Mi. Dig, NBR Re Mix TXS-NY 5.50 Sacks/4000 si Conuete Mix fr ClaseSSlab Pavin -No Ash 3-5"Slam;36%Ai, 4/152024 32 13 13 Ma Design NBRReady Mix TXS-YY 4.50 Sacks14600psi Concrete Mix for Class S Slab Paving 3-5"Slump; 3fi%Aa 5/52023 3213 13 Mi. Dip SRM Concrete D100008553CB 4,000 ps Covcrere for Bdrid aoh Slab, Deck Slab 3-5" Slump; 3fi%Air Concrete Base 4/12023 033416 Trench Repair Ma Dcsi n Bumco Teas ]OYHSOBF 1000 si Concreto Base Material forTrench Re av Flowable; 8.5-11.5%Air IM2022 03 M l6 Ma Desi n Bumco Texas 08Y450BA 800 si Concrete Mi for Base fm Trench R 5-7" Slum ; 3-6%Air 9/9/2022 ConlmRed Low 03 34 13 stamgth Material Bumco Texas OlY690BP 100 psi Concrete Ma for Flowable FBI Plowable; 8.5-1 l.5 %Art 9/9/2022 033413 Carder Covmete FWCC359101 50-150 ai Flowable Pill-CLSM 3-5"Slum ;8-12%Av 9/92022 03 34 13 Carder Concrete FWFF237501 50-150 psi Flowable Fill -CLSM Flowable; 8.5-11.5%Air 9/92022 0334 13 WDig,! I1-350-FF 50-150 ai C—dm for Flowable Fil1CLSM Flowable; 8-12%Air 9/92022 033413 Cow Town Redi Ma Map9 70 psiFlowableFin-CLSM 7-9"Slump; 8-11%Air 10/42023 033413 NBR Re Mix FTWFLOWFI L t50 si onmete for Flowable 7-10" Slum ; 8-12%Air 9/9/2022 033413 Tmrat Concrete FWFF150CLSM 50-150 pi Flowable Fill -CLSM I Flowable; 8-12%Air Concrete Ra 4/1/2023 31 37 00 Mi, Design Martin Marietta R2141030 4,000 pei Concrete for Ripmp 3-5" Slump; 3-6% Av 4/1/2023 31 37 00 Ma D. Martin Marietta R2146033 4,000 psi Concrete for Rim 3-5" Slum ; 3-6% Ab As halt Pavin 9/9/2022 3212 16 Ma Design Austin Asphalt FL5B117965 FT5B117965 PG64-22 Type B Fine Base 9/9/2022 321216 Ma Des' Austin As halt FT1B139965 FT1B139965 PG64-22T eB Fine Base 9/9/2022 321216 Ma Design Austin Asphalt FrIB117.2 FTlBl 17.2 PG64-22 Type B Fine Base 5/12024 32 12 16 Mi. De ' R olds As halt 340-DG-B P 340-DG-B PG64-22 T B Base Coors 9/92022 3212 16 Ma Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fme B- 9/9/2022 32 12 16 Ma Dig, 1612B 1612B PG64-22 T B Pine Base 12/52022 33 1216 Ma Design Surmount Paving 3076BV6422 3076BVfi422 PG62-22 Type B Five Base 9/92022 32 12 16 Ma Dip Surmount Pavin 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 T e B Five Base 9/92022 3212 16 Ma Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Five Base 9/92022 32 12 16 Ma Des' TXBIT 44-211305-17 44-211305-17 PG64-22 T e B Five Base 9/9/2022 13212 16 Ma Design TXBIT 211305 (1757) 21,305 (1757) PG64-22 Type B Five Base FORT WORTH® CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 Mphalt(Continacd) 9/92022 32 12 16 Mix D. n TXBIT 64-224125-18 PG 64-224125-1 S PG70-22 T e D Fine Surf e 4/l/2024 32 12 16 Ma Dcsi n TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Delegable Warnin Surf.. 9/9/2022 321320 DWS-Pavers Pine Hall Bdck(Winston Salem, NC) Tactfle Pavers 9/9/2022 321320 DWS-Pavers Western Brick Co. ouston, TX) Detectable Wamin Pavers 9/92022 321320 DWS-Composite Annm Tile 9/91 2 32 13 20 DWS -Corn sits ADA Solutions (Wihnin on, MA) Herita a Brick CIP Com .site Pava 4/7/2023 321320 DWS-Pavers ADA Solutions(WOmiv on, MA) Detectable Warning Pavers Storm Sewer- Manholes & Basea/N}ames & CoverVSWidard ound 3345-13 9282018 3305 13 Manhole Fmraes and Covers A —Cast (Govlvd S-1 Company, LTD) MHRC #220605 MHRC #220605 (Si. -•'24" Di..) ASTM A48 AASHTO W 06 9282018 3305 13 Manhole Cover Neenah Foun NF-1274-T91 NF-1274-T91 (Size - 32" Da. ASTM A48 AASHTO M306 9282018 33 05 l3 an Manhole Frames and Covers ee Nnah Foundry NF-1743-LM (Hiaged) NF-1743-LM (Hinged) (Size - 32" Di..) ASTM A48 AASHTO M306 9282018 3305 13 Manhole Frame Neenah Foun NF-1930-30 NF-1930-30 (Si. - 32.25" Da. ASTM A48 AASHTO M306 9282018 33 05 l3 an Manhole Frames and Covers Nh Foundry Neenah R-1743-HV R-1743-ITV (Size_32'. Da.) ASTM A48 AASHTO M306 4/3/2019 3305 13 Manhole Frames and Covers SIP Industries- 2279ST 2279ST (Size - 24" Da. ASTM A48 AASHTO M306 4/32019 33 05 B an Manhole Frames and Covers SIP Indstries u++ 2280ST 2280ST (Size- 32" Dia.) ASTM A48 AASHTO M306 10/82020 3305 13 Manhole Frames and Covers EJ (F --- hy East an JordI'- Winks ER033 Z2/A EJ1033 Z2/A (Size - 32.25" Di..) ASTM A536 AASHTO M306 3/82024 33 05 l3 Curb Inlg Covers SrP Industries++ 296T 2296T (Size - —24" Din.) ASTM A48 AASHTO M306 6/182024 3305 13 Curb Inlet Covers SrP Industries++ 2279STN 2279STN Size -24" Din. ASTM A48 AASHTO M306 Storm Sewer- Inlet & Saugures 3345-13 10/8/2020 33 49 20 Cmb W.. 1-- FRT-10.3A05-PRECAST'" (Size-10' X 3T ASTM C913 10/8/2020 33 49 20 Cmb Imes F.-- FRT-1Ox3406-PRECAST" (Size -10' X 39 ASTM C913 10/82020 33 49 20 Cwb Inlets Fodema FRT-10x4.5-407-PRECAST" Size -10' X 4.5' ASTM C913 10/82020 33 49 20 Curb lnlets Fmtema FRT-lOx4.5A20-PRECAST'-¢ (Si. -10' X 4.55 ASTM C913 10/8/2020 333920 Manhole Fort FRTOX4-409-PRECAST-TOP Size-4'X4) ASTM C913 10/82020 333920 M-hole Fortenra FRT4X4409-PRECAST-BASE(Size-4'X4) ASTMC9l3 10/82020 33 39 20 Manhole Fonema FRT-5X54I O-PRECAST-TOP (Si. - 5' X 5) ASTM C913 10/82020 333920 Manhole Fortenm FRT-5X5410-PRECAST-BASE(Sim -5'X 5) ASTM C913 10/82020 333920 Manhole Fort— FRT-6X6411-PRECAST-TOP Size-6'X 6) ASTM C913 10/8/2020 333920 Manhole Fmterna FRT-6X6411-PRECAST-BASE(Size-6'X 6) ASTM C913 3/19/2021 33 49 20 Cwb Inlets Thom son P' a Gou TPG-I OX34 -PRECAST INLET" (Size -10' X 3 ASTM 615 3/19/2021 33 49 20 CLrb Inlets Thompson Pipe Group TPG-15X3405-PRECAST INLET" (St -105 X 3� ASTM 615 3/19/2021 33 49 20 Cwb Inlets Thom son P' a Gou TPG-2OX3405-PRECAST INLET- (Si- -20' X 7) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Goup TPG4X4409-PRECAST TOP (Size -4' X 4� ASTM 615 3/192021 333920 Manhole Thom son PipGou TPG4X4409-PRECAST BASE (Size -4'X4 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Goup TPG4X4412-PRECAST 4-FT RISER (Size -4' X 4� ASTM 615 3/192021 333920 Manhole Thom son P' eGrou TPG-5X5410-PRECAST TOP (Size-5'XS) ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Goup TPG-5X5410-PRECAST BASE (Si. - 5' X 59 ASTM 615 3/192021 33 39 20 Manhole Thom son Pip G—p TPG-5X5412-PRECAST 5-FT RISER (Size- 5'X 5 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Goup TPG-6X641 I -PRECAST TOP (Size- 6' X 61 ASTM 6l5 3/19/2021 .333920 Manhole Thom son Pi a Grou TPG-6X641 I -PRECAST BASE (Size- 6' X 6 ASTM 615 3/192021 33 39 20 Manhole Thompson Pipe Gonp TPG-6X6-412-PRECAST 6-FT RISER (Size- 6' X 6) ASTM 615 3/19/2021 33 39 20 Manhole Thom son Pi Grou TPG-7X7411-PRECAST TOP (Size- T X 7 ASTM 615 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7411-PRECAST BASE (Size_7' X 71 ASTM 615 3/19/2021 33 3920 Manhole Thom son Pie Gou TPG-7X7412-PRECAST 4-FT RISER (Size - 7' X 7 ASTM 615 3/192021 33 39 20 Manhole Thompson Pipe Group TPG-8X8411-PRECAST TOP (Size - 8' X 89 ASTM 615 3/19/2021 333920 Manhole Thom son Pipe am TPG-8X8411-PRECAST BASE (Size-8'X8 ASTM 615 3/192021 33 39 20 m-hole Thompson Pipe Group TPG-8X8412-PRECAST 5-Fr RISER (Size - 8' X 89 ASTM 615 3/192021 33 49 20 Dp bile[ Thom son P' a Gou TPG4X4408-PRECAST INLET (Si. -4' X 4) ASTM 615 3/192021 33 49 20 Drop hilet Thompson Pipe Goup TPG-5X5408-PRECAST FILET (Size - 5' X 5) ASTM 615 3/19/2021 33 49 20 D Inlg Thom son P' a Gou TPG-6X6408-PRECAST INLET (Si. -6' X 6 ASTM 615 828/2023 1334910 Manhole Oldcastle Precast 41x 4' Stacked Manhole(Size-4'X4) ASTM C478 8282023 33 49 10 Manhole Old—& Precast 5'. 8' Storm Junction Box (Size -5' X 8) ASTM C478 MM023 334910 an Mhole Oldcastle Precast 41x 4' Storm Junction Box(Sae-4'X4) ASTM C478 8282023 33 49 10 Manhole Old—& Precast 5', 5' Stomr Junction Box (Size -T X 5) ASTM C478 8/28/2023 33 49 10 Manhole Oldcestle Precast 6'. 6' Smrm Junction Box (Sae -6' X 6) ASTM C478 8282023 33 49 10 Manhole Oldcastle Precast 8'. 8' Stomr Junction Box Base (Si. - 8' X 8) ASTM C478 8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Smrm Junction Box Base (Sae -5' X 8) ASTM C478 8/28/2023 334910 Manhole Rik,, Materials Reinforced 48"Diameters ad Footiv Manhole(Size-4'X4) ASTM C433 8/28/2023 333920 Cub Inlet 10 k 3' Rua Thompson Pipe Goup Inlet Riser(Sac -3 FT) ASTM C913-16 8282023 333920 Cwb Inlet 15 k TRiser Thom son Pip G— Inlet Riser(Sae-3 FT) ASTM C913-16 8/28/2023 333920 CwbbId20'x3'Riser Thompson Pipe Goup blct Rica (Sin -3 Fr) ASTM C913-16 1/12/2024 1334920 Wel A -r-Pip &Pducts Dro Inlet(4'X4 ASTM C913 1/12/2024 334920 Drop lnlg Am ff xPipe&PCOdne6 Drop ln1d(5'X 5) ASTM C913 1/19/2024 334920 Manhole A—r-Pi &Products Precast 4k4'Stomr Juncion Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole AmeriTex Pi a &Products 5' Precast Tansition MH (4' MH on the to of 5' 1B ASTM C913 1/192024 33 49 20 Manhole Am -Tex Pipe &.Products Precast 6k,& Storm Junction Box ASTM C913 1/19/2024 33 49 20 Manhole Am —Tex Pi a &Products 6' Precast Tansition MH (4' MH on the to of 6' 1B ASTM C913 1/192024 33 49 20 MaMole A —Tex Pipe &Products Precast m,8' Storm Junction Box ASTM C913 1/192024 33 49 20 Manhole AmeriTex Pipa &Products 8' Precast Tansition MH (4' MH on the of 8' 1B ASTM C913 1/192024 33 49 20 Manhole AmeriTex Pipe &Products T— C Storm Drain Manhole on Box (4' MH on the top of RCB) ASTM C913 7/162024 33 49 20 jc,.tWeu Ameri'Tex Pipe &Pmducta I lOx3 Precast— (Size W x 35 ASTM C913 7/162024 33 4920 1 Cmb Wets A ,ffex Pipe &Pmdm% 1150 Precast" (Sae 15' x 35 ASTM C913 rvore. rre<asr mtev a e OPovea)or me stager portroa o)tne srtuemre (easra/ owy. aiage rrporaoa oJme srtvnure are requnea ro oe FORT WORTH® CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 Storm Server - Pipes & Boxes 33-05-13 4/9/2021 3341 13 Storm Drein Piers Advanced Drsinsgc Sy--. Inc (ADS) ADS HP Stom, PolypmpVlene (PP) Pipe (Sipe - 12" - 60") ASTM F289i &AASHTO —0 8282023 3341 10 Stmm Drain Pipes Rinke, Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Sim- 21" m large,) ASTM C76, C655 8282023 334110 Culvert Be. Rinker Materials Reinforced Concrete Be. Culvert(S.-Various) ASTM C789, C850 10/122023 3341 10 Storm D,a6, Pipes A. -Tex Pipe BcProdaets Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Si. -15" or larger) ASTM C76, C506 10/12/2023 344110 Culvert Box Ame,iTex Pipe &Pdets Reivf cad Concrete Box Culvert(siu-Various)) ASTMC1433,C1577 10/182023 3541 10 SWm Dmin Pipes The T—Co. Reinforced Concrete Pipc Tongue avd Groove Joint Pipe- (Size -15" o, lazga) ASTM C76, C506 10/182023 3341 10 Ctivart Box The Tuma Co. Reinforced Concrete Box Culvert (size- Various) ASTM C1433,C1577 4/122024 3341 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe- (Si. Various) ASTM C76, C506 6252024 334110 Culvert Be. Oldesstle Reinforced Concrete Be. Culvert ASTMC1433,C1577 6/25/2024 13341 10 1 Smva Drein Pipes Old —de Reinf cad Concrete Pi Tonga and Groove Joint Pi • Size Various) ASTM C76, C506 Revision: Removed Argos, h,g—, Redi-Mix, Chmley DW (1-29-2025) FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Acadia Services, LLC Subject of the Agreement: Northside IV 24-inch Water Transmission Main, Phase 1 C - Segment 3 Project, M&C Approved by the Council? * Yes N No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 9 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes N No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No N If only specific information is Confidential, please list what information is Confidential and the page it is located. Pages 70 and 71 Effective Date: November 11, 2025 If different from the approval date. Expiration Date: N/A If applicable. Is a 1295 Form required? * Yes 9 No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 105114 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 9 No ❑ Contracts need to be routed for CSO processing in the followingorder: rder: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.