HomeMy WebLinkAboutContract 62575-PM1CSC No. 62575-PM1
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER, STORM DRAIN, PAVING, STREET LIGHTING &
GRADING IMPROVEMENTS
TO SERVE
WESTPORT 24 INFRA
TPRC Record No.1PRC24-0107
City Project No. 105575
FID No. 30114-0200431-105575-EO7685
File No. W-3057
X File No. X28203
Mattie Parker David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Michael Owen, P.E.
City Engineer, Transportation and Public Works Department
Prepared for
The City of Fort Worth
aF TOf
���t
All
Ml...M.NiNpy�.NgNM
MUL M. ZAVALA
N..N.N.NN..Ngq.MNN....N.
I1 �p It
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX'
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 9
SECTION 00 0010
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
1001113lavite4ion
te Biddefs
Bid Fei:fa
c i P�iea
P����l . Ea►-�, 1�i�
05/aax2rcvii
05v� 92/20 W
�
05,L22 2019
n
1004100
00-42-43
0043 13
Bid Bond
04/02/2014
00 i5i1
-siAvry F,-j4u 1ifiW.inA?-&
Q410212,014
0045 12
Prequalification Statement
09/01/2015
nn�
J-A' .a1Ti7;.hc : Ap k 3'fT":
01 i0o Qon
00 45 26
Contractor Compliance with Workers' Comp sisation Law
04/02/2014
� 80-4348
�.tu:�wtiL'uir,:»cq .�i��`�se-6ea1
no /2, /2n, o
,a
00 52 43
Agreement
06/16/2016
nn�
re..,., -af Inc-ia -zoe
07/norrvir v4
00 62 13
Performance Bond
01/31/2012
F00 62 14
Payment Bond
01/31/2012
00 62 19
Maintenance Bond
01/31/2012
00720()
00-7300
8 r i t i
07,10 1,42011
0073 10
Standard City Conditions of the Construction Contract for Developer
01/10/2013
Awarded Proiects
Division 01- General Requirements
Last Revised
101 1100
Summ in of Work
12/20/2012
01 25 00
Substitution Procedures
08/30/2013
` 01 31 19
Preconstruction Meetin,.
08/30/2013
013120
�P:ay.,st 111a4tirgs
=/n, 001 ,
01 32 33
Preconstruction Video
08/30/2013
01 33 00
Submittals
08/30/2013
j 0135 13
Special Project Procedures
08/30/2013
014523
Testing and Inspection Services
03/20/2020
01 50 00
Temporary Facilities and Controls
07/01/2011
01 55 26
Street Use Permit and Modifications to Traffic Control
07/01/2011
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
0160-00
11 ciLvt Requirtment
03 / ten
01 66 00
Product Storage and Handling Requirements
04/07/2014
0170-00
Mob ilizaiwne vi Acingbiliza6eft
nn /n T
01 71 23
Construction Staking
04/07/2014
01 74 23
Cleanin«
04/07/2014
01 77 19
Closeout Requirements
04/07/2014
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 9
01 78 23 i Operation and Maintenance Data 04/07/2014
01 78 39 I Project Record Documents 04/07/2014
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 9
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
41 13 Selective Site Demolition
0241 14 Utility Removal./Abandonment
f 02 41 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical _
26 05 00 Common Work Results for Electrical
26 05 10 Demolition for Electrical Systems
26 05 33 Raceways and Boxes for Electrical Systems
26 05 43 Underground Ducts and Raceways for Electrical S7 stems
Division 31- Earthwork
31 1000 Site Clearing
3123 16 Unclassified Excavation
31 23 23 Borrow
31 24 00 Embankments
31 25 00 Erosion and Sediment Control
31 36 00 Gabions
1 31 37 00 Riprap
Division 32 - Exterior Improvements
3201 17
Permanent Asphalt Paving Repair
3201 18
Temporary Asphalt Paving Repair
32 01 29
Concrete Paving Repair
32 11 23
Flexible Base Courses
32 11 29
Lime Treated Base Courses
32 11 33
Cement Treated Base Courses
32 11 37
Liquid Treated Soil Stabilizer
32 12 16
Asphalt Paving
32 12 73
Asphalt Paving Crack Sealants
32 13 13
Concrete Paving
32 13 20
Concrete Sidewalks, Driveways and Barrier Free Ramps
C 32 13 73
Concrete Paving Joint Sealants
32 14 16
Brick Unit Paving
32 16 13
Concrete Curb and Gutters and Valley Gutters
32 17 23
Pavement Markings
32 17 25
Curb Address Painting
3231 13
Chain Fences and Gates
Date
Modified
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 9
[ 32 31 26 1 Wire Fences and Gates
32 31 29 [ Wood Fences and Gates
3232 13 Cast -in -Place Concrete Retaining Walls j
[ 3291 19 Topsoil Placement and Finishing of Parkways
32 92 13 Hydro -Mulching, Seeding, and Sodding f
32 93 43 Trees and Shrubs [
Division 33 - Utilities
[ 33 01 30
[ Sewer and Manhole Testing
33 01 31
Closed Circuit Television (CCTV) Inspection
3303 10
[ Bypass Pumping; of Existing Sewer Systems
[ 33 04 10
Joint Bonding and Electrical Isolation
33 04 11
Corrosion Control Test Stations
33 04 12
Magnesium Anode Cathodic Protection System
[ 33 04 30
Temporary Water Services
33 04 40
[ Cleaning and Acceptance Testing of Water Mains
j 33 04 50
Cleaning of Sewer Mains
3305 10
Utility Trench Excavation, Embedment, and Backfill
3305 12
f Water Line Lowering
3305 13
[ Frame, Cover and Grade Rings - Cast Iron
3305 13.10
[ Frame, Cover and Grade Rings - Composite
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
[ 3305 16
Concrete Water Vaults
3305 17
Concrete Collars
[ 33 05 20
Auger Boring
F 33 05 21
[ Tunnel Liner Plate
33 05 22
[ Steel Casing Pipe
33 05 23
Hand Tunneling
33 05 24
I Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26
Utility Markers/Locators
33 05 30
[ Location of Existing Utilities
f 33 1105
[ Bolts, Nuts, and Gaskets
33 11 10
Ductile Iron Pipe
[ 33 11 11
Ductile Iron Fittings
[ 33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
[ 33 11 13
Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type
33 11 14
[ Buried Steel Pipe and Fittings
33 11 15
Pre -Stressed Concrete Cylinder Pipe
[ 33 1210
Water Services 1-inch to 2-inch
[ 33 1211
Large Water Meters
33 1220
Resilient Seated Gate Valve
33 1221
AWWA Rubber -Seated Butterfly Valves
33 1225
Connection to Existing Water Mains
33 1230
( Combination Air Valve Assemblies for Potable Water Systems
33 1240
Fire Hydrants
[ 33 1250
Water Sample Stations
33 12 60
_�
Standard Blow -off Valve Assembly
3331 12
1 Cured in Place Pipe (CIPP)
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 9
1 3331 13
Fiberglass Reinforced Pipe for Gravity Sanitary Sewers
3331 15
High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
33 31 21
Pipe
33 31 22
Sanitary Sewer Slip Linin_
31 23
Sanitary Sewer Pipe EnlarLement
a33
33 31 50
Sanitary Sewer Service Connections and Service Line
33 31 70
Combination Air Valve for Sanit:ir,, Sewer Force Mains
1 33 39 10
Cast -in -Place Concrete Manholes
33 39 20
Precast Concrete Manholes
33 39 30
Fiberglass Manholes
33 39 40
Wastewater Access Chamber �WAQ
33 39 60
Epoxy Liners for Sanitary Sewer Structures
3341 10
Reinforced Concrete Storm Sewer Pipe/Culverts
3341 11
High Density Polyethylene (HDPE) Pipe for Storm Drain
3341 12
Reinforced Polyethlene (SRPE) Pipe
33 46 00
Subdrainage
33 46 01
Slotted Storm Drains
33 46 02
Trench Drains
33 49 10
Cast -in -Place Manholes and Junction Boxes
33 49 20
Curb and Drop Inlets
33 49 40
Storm Drainai?e Headwalls and Win2x alls
Division 34 - Transportation
3441 10
Traffic Signals
3441 10.01
Attachment A — Controller Cabinet
3441 10.02
Attachment B — Controller Specification
3441 10.03
Attachment C — Software Specification
3441 11
Temporary Traffic Signals
3441 13
Removing Traffic Signals
3441 15
Rectangular Rapid Flashin_ Beacon
3441 16
Pedestrian Hybrid Signal
34 41 20
Roadway Illumination Assemblies
34 41 20.01
Arterial LED Roadway Luminaires
34 41 20.02
Freewav LED Roadway Luminaires
34 41 20.03
Residential LED Roadway Luminaires
34 41 30
Aluminum Signs
34 71 13
Traffic Control
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 247nfra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 9
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
hti i):Hfortworthtexas.gov/tow/contractors/
or
III ips:Happs.fortworthtexas.Ltov/ProlectResources/
Division 02 - Existing Conditions
0241 13 Selective Site Demolition
02 4 14 U:iltij
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 9 r-16 tear-mv naca Mawvriial fa: Trx-a;R aif
03 80 00 #e4ifi2a- ,.: a to
Division 26 - Electrical
f 26 05 00
^moo Pamalitic., for L'I,c,. `.:a'. rya',wma
260537 P,3c�iWr zaz! 3:c3 fcc lil-cr:ioal 5;r✓ferns
2�05-443 r slrci D.uk&i ax-�'' er2c•ixyc f F/; tt-_-i-Is
260554 GefffffF=iP&1izn
Division 31- Earthwork
31 1000
Site Clearing
31 23 16
Unclassified Excavation
31 23 23
Borrow
31 24 00
Embankments
31 25 00
Erosion and Sediment Control
1 31 37 00 Riprap
Division 32 - Exterior Improvements
2 ^�T
Pei. ac&nt Acp47_\k• '_�&--hng
3201 18 �o
Tempa7c% l Aaz::tilt Ps\iza 11
32 11 23
Flexible Base Courses
32 11 29
Lime Treated Base Courses
'2 ^Tt W 3 3
lj6va t Try.
'^�T
1/*z1::z! TrzMei Gail rxchiliaar
f 32 12 16
Asphalt Paving
l 32 12 73
Asphalt Paving Crack Sealants
32 13 13
Concrete Paving
32 13 20
Concrete Sidewalks, Driveways and Barrier Free Ramps
32 1373
Concrete Paving Joint Sealants
32 14 16
4ir:zk ! :it Paving
Last Revised
12/20/2012
12404012
n2 ino 2moo
12/20/2012
12/20/2012
12/20/2012
01/28/2013
01/28/2013
01/28/2013
12/20/2012
12/20/2012
, ^ ^ 201
, 2 "Qi
, ��i
12/20/2012
12/20/2012
12/20/2012
12/20/2012
12/20/2012
06/05/2018
12/20/2012
,2�ti
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 9
32 16 13 Concrete Curb and Gutters and Vallee Gutters 10/05/2016
32 17 23 Pavement Markings 11/22/2013
32 17 25 Cri-7:: AMre-;-q Peti'fitin 11 /nrrr, 4/2013
31�7 Chiffidift Fenees afid Ga4es 12/7rsnx0/2012
Z "1�0 1'7 xlaol2
32 11 ao Weed Fences and GeAes 12/7nz, /�i
Z7�9 CLxt i71 III—ssa 2YLZLIIi img; n6/n�19
3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012
3292 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012
3293
49a-adTfees
12 0Q012
Division 33 - Utilities
8
Ql••Irv. p1,}',14uI.1iaL TViIig
�>�_
2301 1-
Clas83 Cv'ait Tal-r.• zq. (CCPI) __%spaefien
n4r0
9304 10
3a enikl;; rd mss*iQiz-1 1434tCa
12/20/2012
9304 11
2Z�
COFFOSiBff GefftFOI TeSt StatiORS
Av.ie SyAxw
12/'�12-
33-94-38
Ir'::I �� r::'1cto
m,-�>=
33 04 40
Cleaning and Acceptance Testin: of Water Mains
02/06/2013
33-04-50
of s%C/i-Mar`i.
r12/20r2012
3305 10
Utility Trench Excavation, Embedment. and Backfill
12/12/2016
3305 12
Water Line Lowerin'�
12/20/2012
33-0 5 13
Frame, Cover and Grade Rings - Cast Iron
01/22/2016
3305 13.10
Frame, Cover and Grade Rings - Composite
01/22/2016
E�
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
12/20/2012
Grade
3305 16
Concrete Water Vaults
12/20/2012
3305 17
Concrete Collars
12/20/2012
05 20
Auger Boring
12/20/2012
33-03-21
T7rrnrC! ✓ram: DIfAe
, �/�/1_
33 05 22
Steel Casing Pipe
12/20/2012
33-03-23
lt�r.vd Tia--neling
1V20/201-2
32-05 24
1pinn 3f CiK-.lsrar T1xvial
06�912013
33-05 26
Utik:7j
1 �M�;i
33 05 30
Location of Existing Utilities
12/20/2012
s
7333 11114100
Belts, Nuts. and gaskets
Ductile Iron Pipe
12/20/2012
12/20/2012
33 11 11
Ductile Iron Fittings
12/20/2012
33 11 12
Polvviztyl Chloride (PVC) Pressure Pipe
11/16/2018
3
Pi;k 9x Wrapped, •,yli ,r�},pe
GeRe�l +�rr� wn
12/ 0/ 2
1
3
99 11 14
Dom:1 ✓.�1 P. rc ark Fi2irap
12/'1rs�-r0001a
33 12 10
Water Services 1-inch to 2-inch
02/14/2017
33 1211
Large Water Meters
12/20/2012
33 1220
Resilient Seated Gate Valve
12/20/2012
39 1221
At=1'). A R►v aatei I-stt»fll \ial•im
, 2/�12
33 1225
Connection to Existing Water Mains
02/06/2013
33 0
GefW-.-_NKor. Air tlalvc tiamr vlivii f1 Pcw:li R'afar C fartm-5
12/''�lz
33 1240
Fire Hydrants
01/03/2014
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 29lnfra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 8 of 9
33 1250
Water Sample Stations
12/20/2012
33 1260
Standard Blow -off Valve Assembly
06/19/2013 f
3331 12
Cured in Place Pipe (CIPP)
12/20/2012
3331 13
Fiberglass Reinforced Pipe for Gravity Sanitary Sewers
12/20/2012
3331 15
High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
12/20/2012
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
06/19/2013
f 33 31 21
Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
12/20/2012
Pipe
33 21 22
❑ SIX TMn/7n12
..Pr�i�� 3 Sewer- SIX,,- .��r,:b
17
�z
33-3130
9.;.i%W( st".TWf 14-3
04/�642013
33 3i A)i
1.- P C ,. #.
�9�J'J'Ir�I[�I�� �Ar %t._ . t � r7G�t7["f ._l�/. !C . f'7,. _��S^4
12/204 91-2
isrsvrz-vrt
33 39 i0
CiAT1 Pl.,ee Ce,te«ese Manhole.
1=042012
1 � /'/rtr nzQL2012
33-39-30
F-ibe:�I rwz M n"'A LI--.9
, � /�, ^/ z
3-3-3
SA44M w.AW Aiczz-- CSr • ('"' Q
12/20/2012
333960
�
n T c e c c
�a�7• �.��rJ r.Ir .r..3ii�-g• s�wor .1:.:>.r�.x�.
124202012
3341 10
Reinforced Concrete Storm Sewer Pipe/Culverts
07/01/2011
2�T
Iho Evnri�b�'.Z91;(�'� j'�:JiI'aP -Pipe-['or atc-11 DFAift
12/Q/,1z
33-44 12
33 4600
RaiRfer:' PC!7t1})tL1 [KRPRj p
StibdMS„llfig@
] 1 /1zz,a10015
12Mr�QW2012
3�46 01
RIA#Pd Rtupm TJ'.' ms.
33-46 02
3'i8r/1i Dr._4"
33 49 10
Cast -in -Place Manholes and Junction Boxes
12/20/2112
f 33 49 20
Curb and Drop Inlets
12/20/2012
33 49 40
Storm Drainage Headwalls and Wingwalls
07/01/2011 I
Division 34
- Transportation
34 4 1 10
s7Q6&- ��; .Qli
-
10424015
3 4 A7�' 4 1 10.41
2'ittLL.3'�i ` :► a1,L gabi et
Q14 8 20 i s-
34 4�1 10.02
" 1e /. 9
020.012
34 n� �z-i 0.03
A#9e�ffr.1mt C S:2_ ua z Speeific-aiioa
01Q012
3^�-rTii1
V-gFN W
17_-&_—J T'S134
, 1 /rsi rcnivi�
41 13
NMcro;mg �yWc
34415
Reetan [ lvr R*d F1&*rr4 Fly :
11 /gin —�
34 A l 1 6
Ne -. T fl�' a4
1142,42013
34 n 1 2 tn
rrry
n 1
.lJ� 7luJ lu�Zor �."1Wi�3
1
', /'lam, n�z
2n n�ei
1 T r a m..1. r
�FtE:`�i1 ...1'] _lJ.....lJ�� .J..C'.�.71./t■
06/15/201 c
wrnrzvz�
3n n'-1-rii4vi
Ffeer y L5V
n6/tom l�j -
34 n� 41 20.03
ResidePtty.l .T ::,D R✓ &u:zy
06 n� 2t5
34r41-30
&J7AQri '3&M-9igft9
1 11 1 / 1� 11_3
34 4150
T C
02464016
3471 13
Traffic Control
11/22/2013
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements - Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 9 of 9
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
Ge 4.06 II
GE3 6.0C.D r ' 0-rmsg esm ij tr_-Yr��'�'� Y�w►nc�
GG 6.0,' Wage ReAes
- 6C-6.09 N-, ...! �; uu1 Lkilities—
Eie-6.2f1 i _-itdiseriminafiefl
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
WESPORT 24INIZRA - WATER PAVING DRAINAGE & STREET LIGHT IMPROVEMENTS
Project Item Information
Bidlist Bern
Description
No.
1 3311.0541 16" Water Pipe
1 2 3311.0551 16" DIP Water
j 3 3312,3000 1 B" Gate Valve wl Vault
I 4 3305.1105 30" Casin3 By Other Than Open Cut
i 5 3311.0461 12" PVC Wafer Pipe
f 8 3312.3005 12" Gate Valve
l 7 3312.2203 2" Water Service `lDomestic•
1 8 3312.2203 2" Water Service {Irigatationl
! 9 3305.0109 Trench Safeir
10 3312.0001 Fire Hydrant
11 3312.0108 Connection to Existing 24" Water Maln
12 3311.0001 Ductile Iron Water Fittings wl Restraint
13 3312.3008 24" Gate Valve wl Vault
14 9999.0004 Concrete Blocking, Type B
1
2
3
4
I 5
6
7
8
9
I1D
11
1 12
1 13
I 15
1 17
17
1 16
WATER IMPROVEMENTS
PAV" lM1PRQVEIIAENTS
3110.0101 Site Clears y
3123.0103 Bon -ow by Plan (FQI Per Plan)
3123.0101 Unclassified Excavation bv Plan iCat Per Planl
3125.0101 SWPPP t 1 acre
3215.0101 8" Conc Curb and Gutter
3213.0103 B" Conc Pvmt
3213.0301 4" Cone Sidewalk
3211.0502 8" Lime Treatment Concrete Pavement
3211.0400 Wirated Lime Concrete Pavement
3212.0501 4" As� halt Base B
3212.0302 2" Asp;alt Pvmt Type D
3211.0400 Hvarated Lime !Asphalt Pavement)
3291.0100 To. sail
3213.0506 Barrier Free Ram; , T• : •e P-1
3471.0001 Traffic Control
3292.0100 Block Sod Placement
0241.0500 Remove Fence
004243
PAP-RIDPROPOSAL
P"Sc I or2
Bidder's Application
Specification Unit of .Bid Quantity
Section No. I Measure;
33 11 10 LF 1126
Q 1112,
Bidders Proposal
Unit Price Bid Value
$242.00 $272,492.00
3 11
LF
298
$282.00
331220
EA _
4
$28.500.00
33 05 22
LF
205
$850.00
331112
LF
280
$142.00
33 12 20
EA
4
$4.500.00
331210
EA
1
$4.500.00
33 12 10
EA
3
$5 500.00
33 05 10
LF
1984
$2.00
33 12 40
EA
2
$8,500.00
331225
EA
1
$24, 500.00
3311 11
TN
3.8
$14 500.00
33 12 20
EA
1
$58 500.00
00 00 00
CY
3.3
$800.00
TONAL WATE0IMPROVEMl1ENTS
31 10 OD
LS
1
$15,000.00
312316
CY
19.400
$6.50
312316
CY
500
$10.00
3125 DO
LS
1
$19,500.00
32 16 13
LF
2,167
$4.00
321313
SY
5.852
$108.00
32 13 20
SF
12,810
$8.00
33 13 20
_
SY
076
$5.00
321129
TN
_ 169
$275.00
32 12 16
SY
-1.�616
$44.00
321216
SY
1,589
$28.00
321129
TN
5
$275.00
3291 19
CY
178
$28.00
33 13 20
EA
10
$3,600.00
3471 13
MO_
3
$3,600.00
14113
LF
%074
$10.00
0241 13
LF
1 551
$6.00
TOTAL: PAVING IMPROVEMENTS
I 57JRM DRAIN IMPROVEMENTS
I 1 3341.0201 21" RCP, Class III
I 2 3341.0309 36" RCP, Class III
f 3 3341.1202 5'x4' Box Culvert
I 4 3349.0001 4' Storm Junction Box
4 5 3349.0003 6' Stolm Junction Box
16 3349.500216 Curb Inlet
j 7 3305.0108 Trench Safety
8 6999.0005 TxOOT HOWL Type (CH-FW-O),(5XV RCB)
�3137.0102 Large Stone RIprap, pry
3341 10
LF
74
_ 33,4110
LF
38
3341 10
LF
1.342
334910
EA
1
33 49 10
E4
3
33 49 20
EA
4
330510
LF
1,454
00 00 00
EA
1
31 37 00
SY
90
TOTAL: STORM DRAIN
IMPROVEMENTS
$95.00
$145.00
$420.00
$&SOMOD
$14.500.00
$6..200.00
$4.00
$14.500.OD
$155.00
$84,036.001
$114,000.00
$174 250.00
$39.750.00
$18 L00.00:
$4 500.00'
$16.500.00
$3,988.00
$17,000.00
$24,500.00
$55,100.00
$58,500.00
$1,980.00
$884,58&001
$15 000.001
$126 100.00I
$5 000.00
$19 500.00
B 668.00
E-632 016.00.
$75,660.001
$31.380.001
$46,475.001
$71 1D4.00II
$44 492.001
$1.375.00[
$4,984.00�
336, 000.00
$10,500.001
$10340.001
$9.306.0D
$1,148.300.00
1
$7 030.0131
$5 510.0D
$563 840.00
$8 500.00
$43 500.00
5'24 800.00
$5 816.00�
$14 500.001
$13 950.00
$687,246.0111
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENPS -DEVELOPER AWARDED PROJECTS
F"nn V-ionhf"y22,20l9 004243 Bid Pmp-t DAPJ"ItyrWards
00 42 43
DAP•81DPROPOSAL
PNV 2 of 2
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
WISSPORT
24INFRA - WATER. PAVING DRAINAGE & STREET LIGHT MPROVBMBNTS
Project Item Information
Biddees
Proposal
Bidlist hemf
Description
Specifictown
Section No. I
Unit of Bid Quantity
Measure
Unit Price
Bid Value 1
No.
I
�
I
I
MAftFiN S iS SIGNARE rMPR0V%ff0_TS
" SLO Pvmt MarkinHAS N
2
3217.0201 �" SLD Pvmt Marking HAS (W)
321723
LF
404
$7.00
$3 248.00
3
3217.0401 1 a" SLD Pvmt Marking HAE (YI
321723
LF
15
$20.00
$300.001
A
321723
LF
127
$30.00
4
3217.0501 24" SLD Pvrnt Maddrt$HAE
53 810.001
5
3217.2102 REFL Raised Marker T7 I-C
321723
EA
24
$6.00
$144.00
B
3217.2103 REFL Raised Marker TY II -A -A
331723
EA
46
56.00
$276.00
7
3217.1003 Lane Leoend DBL Arrow
3217 23
EA
2
$650.00
$1 900.00
j 8
3217.1002 Lane Legend Arrow
321723
EA
4
$750.00
$3 000.00
I 9
3217.1004 Lane LQ3and Only
321723
EA
4
$750.00
$3 000.00
1 10
3441.40281nstal� glu(n $'Lon Ground WPM
34 47 3�}
aA
7
51 2r .00
S8 750.00
I 11
9999.00 8 Inata n o{ Roadwa Barricade
00 d0 r0
LF
65
$30.00
$1.950.00
12
9999.0007 6" BRK Pvmt Mariting S (1()
00 00 00
LF
330
$5.00
$1 650.00
I 13
9989.0008 e" SLD Pavement Marking iB ack)
35 41 30
LF
180
$5.00
$900.00
j
TOTAL: PAVING MARJUNG6 &S122AGE INIPRCZffl TS
$38,368.00
STRI�eET LIGHT IMPROVEMENT
7 2805.3015 2" QQ pT SCH 80 IT)
26 05 33
LF
48070
$20.00
$961.400.00
2 2605.30 2" D �Riser)
Ru"Indalion
26 05 33
LF
30
$22.00
$880,00
3 3441.330- R vw j m TY3.5,6, and 8
344120
EA
10
$1,800.00
$18.000.00
4 3441.1764 Fumish/install Rday Ilium Foundation TY 1 a
34 41 20
EA
10
$3 400.00
$34.000.00
5 3441.1646 FumishflnstallType 33AArm
344120
EA
10
$350.00
$8,500,00
6 3441.1405 NO 2 Insulated Elec C..dr
3441 10
LF
5125
S&25
s28 906.25
7 3441.1403 NO 6 Trpplex OH insulated Elec Condr
3441 10
LF
3205
57.25
$23 236,25
8 3441.1771 Fumish/lnstall 120-240 Volt Single Phase Metered Pedestal
34 41 20
EA
1
512 000.00
'612.000,00
watt ATBO Cobra Heady
F ole
1850.00
0 3441.3323 Fumishllinstall 8' Woo Lj Arm0
right
344120
EA
18
$15.300,001
11 3441.3321 Fumishnnstail 40' Wood Pole
Type B,
34 41 20
34 41 10
EA
EA
18
4
$2.800.00
$950.00
350.400.0011
$3,800.001
12 3441.1502 Fumishllnstall Ground Box w/Apron
TOTAL: STREET I ICH. IMPRC4KM NTS
$1,175,202.501
Bid Summary
I WATER IMPROVEMENTS
$884,586.00
M
I PAVING I�P OVEN TS
$1,148,300.00
STORM DRAIN rMPR
$687.246.00
PAVEME jM((E�ENT99S
ILIGHTSMPR(OVEMEPC MINTS
STREET
51,175,202.501
Total Constrnclion Bid
$3,933,702.60
This Bid is Submitted by the entity named below:
BIDDER-. SV:
BROCKBUGGINS
CONATSER CONSTRUCTION TX. L.P.
S327 WICHITA S7
FORT WORTH, TX 76119 TITLE:
ESID
T OF
DATE:
Contractor agrees to complete WORK for FINAL. ACCEPTANCE Nitbin '1 11111 0 working days after the data when We
CONTRACT commences to ran as provided in the General Conditions.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUIrfl M- DEVELOPER AWARDED PROJECTS
Pam VenoaMry22.2a19 OO d2�3 BiE Roponl_DAP Mobility Wnyxb
004522
DAP PREQUALEPICATION STATEMENT
Page I &I
SECTION 00 4512
DAP - PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work types) listed. In the "Manor Work
T. ve" box i)rovide the com; lete major work tvue and actual descri:,tion as ;provided b. the Water
Devartment for water and sewer and TPW for paving
Major Work Type Contractor/Subcontractor Company Name
VVCi4fA-
Ug hi ryj-
C.oncW5-e-r Corlsi-ruc,;hon -X I U. P.
Prequalification
Expiration Date
Gor-OK--er CCw')StnuC+io"TA , U. P. I i %/ 412JO
Cyr y�its2r Cor�s-truc bcanTX , U. P .
1
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BmDER:
C�c'.v �z�r C.o►1StTUC.fior1TX � �. t-.
�a-1 w►ch; try st. BY:c-I�g91 ns
F0v3- VV0V,+hr rx
(Signature)
TITLE: Pres 'den+
DATE:
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12PrequallRcationStatement2015_DAP
Forth Version September 1, 2015
00 45 26 -1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 2
1 SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
4 provides worker's compensation insurance coverage for all of its employees employed on
5 City Project No.105575. Contractor further certifies that, pursuant to Texas Labor Code,
6 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
7 compliance with worker's compensation coverage.
8
9 CONTRACTOR:
10
11 CE;X1CXt5�!' C�C:lr1S'I�'1..tC. �Il
rX , L� P.
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
Company
vv&'(AgJVt St.
Address
Foy,_ VV0yfi-),TX -T l )q
City/State/Zip
THE STATE OFTEXAS §
COUNTY OF TARRANT 9
(Please Print)
, Signature:
Title: Prc!� lCilcnt
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
IE6Y17C�-_ fftAQCJ i r — , 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 Ct- , I I ___ for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this -7 day of
JCkV)U0�r ,2025
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements-Westport241nfre
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105575
Revised April2, 2014
P YP
KATHERINE ROSE
20
Notary Pubho, State ofTeXes
1W 133467933
2
s
My Commission Expires
°Fz
November30,2026
3
004526-2
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 2of2
Notary Public in and for the State of Texas
5 END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April2, 2014
Water, Storm Drain, Paving& Grading Improvements — Nfestport24 infra
City Project No.105575
00 52 43 -1
Developer Awarded Project Agreement
Page 1 of 6
1 CTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on 1 /8/2025 is made by and between the Developer,
4 Hillwood Alliance Services, LLC , authorized to do business in Texas ("Developer") ,
5 and Conatser Construction TX, L.P. , authorized to do
6 business in Texas, acting by and through its duly authorized representative, ("Contractor").
7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth,
8 agree as follows:
9 Article 1. WORK
10 Contractor shall complete all Work as specified or indicated in the Contract Documents for
11 the Project identified herein.
12 Article 2. PROJECT
13 The project for which the Work under the Contract Documents may be the whole or only a
14 part is generally described as follows:
16 Project No,-IQ557-5—
17 Article 3. CONTRACT TIME
18 3.1 Time is of the essence.
19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
20 Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 200 calendar days
23 after the date when the Contract Time commences to run as provided in Paragraph
24 12.04 of the Standard City Conditions of the Construction Contract for Developer
25 Awarded Projects.
CITY OF FORT WORTH Water, Storm Drain, Paving& Grading improvements-W6stport24 infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS CityProject No.105575
Revised June 16, 2016
005243-2
DevetoperAwarded Project Agreement
Page 2 of 6
26 3.3 Liquidated damages
27 Contractor recognizes that time is of the essence of this Agreement and that
28 Developer will suffer financial loss if the Work is not completed within the times
29 specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance
30 with Article 10 of the Standard City Conditions of the Construction Contract for
31 Developer Awarded Projects. The Contractor also recognizes the delays, expense
32 and difficulties involved in proving in a legal proceeding the actual toss suffered by
33 the Developer if the Work is not completed on time. Accordingly, instead of requiring
34 any such proof , Contractor agrees that as liquidated damages for delay (but not as
35 a penalty), Contractor shall pay Developer
36 Dollars ($ ) for each day that expires after the time specified in
37 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
38 Acceptance.
39 Article 4. CONTRACT PRICE
40 Developer agrees to pay Contractor for performance of the Work in accordance with the
41 Contract Documents an amount in current funds of
42 Dollars ($
43 Article 5. CONTRACT DOCUMENTS
44 5.1 CONTENTS:
45 A. The Contract Documents which comprise the entire agreement between
46 Developer and Contractor concerning the Work consist of the following:
47 1. This Agreement.
48
2. Attachments to this Agreement:
49
a. Bid Form (As provided by Developer)
50
1) Proposal Form (DAP Version)
51
2) Prequalification Statement
52
3) State and Federal documents (project specific)
53
b. Insurance ACORD Form(s)
54 c. Payment Bond (DAP Version)
CITY OF FORT WORTH Water, Storm Drain. Paving& Grading Improvements— Westport 24lnfna
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CityProjectNo.105575
Revised June 16, 2016
00 52 43 - 3
Developer Awarded Project Agreement
Page 3 of 6
55
d.
Performance Bond (DAP Version)
56
e.
Maintenance Bond (DAP Version)
57
f.
Power of Attorney for the Bonds
58
g.
Worker's Compensation Affidavit
59
h.
MBE and/orSBE Commitment Form (if required)
60 3. Standard City General Conditions of the Construction Contract for Developer
61 Awarded Projects.
62 4. Supplementary Conditions.
63 5. Specifications specifically made a part of the Contract Documents by
64 attachment or, if not attached, as incorporated by reference and described in
65 the Table of Contents of the Project's Contract Documents.
66 6. Drawings.
67 7. Addenda.
68 8. Documentation submitted by Contractor prior to Notice of Award.
69 9. The following which may be delivered or issued after the Effective Date of the
70 Agreement and, if issued, become an incorporated part of the Contract
71 Documents:
72 a. Notice to Proceed.
73 b. Field Orders.
74 c. Change Orders.
75 d. Letterof Final Acceptance.
76
77
C ITY O F FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 hrfre
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised June 16, 2016
00 52 43 -4
Developer Awarded Project Agreement
Page 4 of 6
78 Article S. INDEMNIFICATION
79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its
80 own expense, the city, its officers, servants and employees, from and against any
81 and all claims arising out of, or alleged to arise out of, the work and services to be
82 performed by the contractor, its officers, agents, employees, subcontractors,
83 licenses or invitees under this contract. This indemnification provision is
84 specifically intended tooperate and be effective even if it is alleged or proven that
85 all or some of the damages being sought were caused, in whole or in part, by any
86 actomissicn or negligence of the city. This indemnity provision is intended to
87 include, without limitation, indemnity for costs, expenses and legal fees incurred
88 by the city in defending against such claims and causes of actions.
89
90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own
91 expense, the city, its officers, servants and employees, from and against any and
92 all loss, damage or destruction of property of the city, arising out of, or alleged to
93 arise out of, the work and services to be performed by the contractor, its officers,
94 agents, employees, subcontractors, licensees or invitees under this contract.
95 This indemnification provision is specifically intended to overate and be Qffective
96 even if it is alleged or proven that all or some of the damages being sought were
97 caused. in whole or in Dart. by anv act. omission or negligence of the city.
4t`
99 Article 7. MISCELLANEOUS
100 7.1 Terms.
101 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions
102 of the Construction Contract for Developer Awarded Projects.
103 7.2 Assignment of Contract.
104 This Agreement, including all of the Contract Documents may not be assigned by the
105 Contractor without the advanced express written consent of the Developer.
CITY OF FORT WORTH Water, Storm Drain, Paving& Grading Improvements —Westport 24 tnfre
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project No. 106575
Revised June 16, 2016
005243-5
Developer Awarded Project Agreement
Page 5 of 6
106 7.3 Successors and Assigns.
107 Developer and Contractor each binds itself, its partners, successors, assigns and
108 legal representatives to the other party hereto, in respect to all covenants,
109 agreements and obligations contained in the Contract Documents.
110 7.4 Severability.
111 Any provision or part of the Contract Documents held to be unconstitutional, void or
112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
113 remaining provisions shall continue to be valid and binding upon DEVELOPER and
114 CONTRACTOR.
115 7.5 Governing Law and Venue.
116 This Agreement, including all of the Contract Documents is performable in the State
117 of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for
118 the Northern District of Texas, Fort Worth Division.
119
120 7.6 Authority to Sign.
121 Contractor shall attach evidence of authority to sign Agreement, if other than duly
122 authorized signatory of the Contractor.
123
124 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in
125 multiple counterparts.
126
127 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
128
Contractor: Developer:
-TX I L-- P.
CITY OF FORT WORTH Water, Storm Drain, Paving& Grading Improvements — Westport 24lnfre
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CityPro/eCtNO. 105575
Revised June 16, 2016
129
By:
(Sig re)
&rock rt gir)s
(Printed' ame)
Title: R-eidenfi
Company Name:Y,�tS�X'
GCY'1sTrk-4C.hQ-\ TX ,L-
Address:
Losd► i vrViC,t-0-0 ,fir
► tV+- wov, 1-n Tx 7(01 iq
City/State/Zip:
January 8, 2025
Date
005243-6
Developer Awarded Project Agreement
Page 6 of 6
By: �,
�J
(signature)
ERIC- �LRAD
(Printed Name)
Title: S� ; cc �r es�d eve+
Company name:
Address: -exas l m � 1 Salo;l i �y CTxnPaa Y
City/State/Zip: rO,- 1 WN JI�� 1 Tx 7 (D ► 7.7
Date
CITY OF FORT WORTH Water, Storm Drain, Paving& Greding improvements - Westport 24 infra
STANDARDCONSTRUCTION SPEC IFICAMONDOCUMENTS-DEVELOPERAWARDED PROJECTS City Project No.105575
Revised June 16. 2016
1
2
3
4
5
6
7
8
9
THE STATE OF TEXAS
9
SECTION 00 6213
PERFORMANCE BOND
Bond No. 0266015
006213-1
PERFORMANCE BOND
Pagel of
E KNOW ALL BY THESE PRESENTS!
COUNTY OF TARRANT 0
That we, _.- Conatser Construction TX, L.P4 , known as
"Principal" herein and .Berkley Insurance Comps , a corporate
surety(sureties, If more than one) duly authorized to do business in the State of Texas,
10 known as "Surety" herein (whether one or more), are held and firmly bound unto the
11 Developer Hillwood Alliance Services, LLC authorized to do business in Texas
12 ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the
Three Million, Nine Hundred Thirty Three Thousand,
73 penelsum of, Seven Hundred Two and 5000------------------ Dollars
14 ($ 3,933,702.50 ), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas forthe payment of which sum well and trulyto be made jointly unto
16 the Developer and the City as dual obligees, we bind ourselves, our heirs, executors,
17 administrators, successors and assigns, jointly and severalty, firmly bythese presents.
18 WHEREAS, Developer and City have entered into an Agreement forthe construction
19 of community facilities in the City of Fort Worth by and through a Community Facilities
20 Agreement, CFA Number and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer
22 awarded the 8th day of January , 20 2�`, which Contract is hereby referred to and
23 made a part hereof for all purposes as If fully set forth herein, to furnish all materials,
24 equipment labor and other accessories defined by law, in the prosecution of the Work,
25 including any Change Orders, as provided for in said Contract designated as Water, Storm
26 Drain, Paving & Grading Improvements — Westport 24 Infra
CITY OF FORT WORTH Water, Storm Dtmin, Grading& Pe0ng Irttprovements — Westport24 Infra
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City Project No. tOSS75
Revised January 31, 2012
006213-2
PERFORMANCESONO
Page 2 of 4
1 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall
2 faithfully perform it obligations under the Contract and shalt in all respects duty and
3 faithfully perform the Work, including Change Orders, under the Contract, according to the
4 plans, specifications, and contract documents therein referred to, and as well during any
5 period of extension of the Contract that may be granted on the part of the Developer and/or
6 City, then this obligation shalt be and become null and void, otherwise to remain in full force
7 and effect.
8 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
9 Tarrant County, Texas or the United States District Court for the Northern District of Texas,
10 Fort Worth Division.
11 This bond is made and executed in compliance with the provisions of Chapter 2253
12 of the Texas Government Code, as amended, and all liabilities on this bond shall be
13 determined in accordance with the provisions of said statue.
14 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
15 instrument by duly authorized agents and officers on this the 8th day of January
16 , 20 25 .
17
PRINCIPAL:
18
19 Conatser Construction TX, L.P.
20
21
22
23 _
24
25 BY,
26
CITY OF FORT WORTH Water, Storm Dreln, Grading& Paving Improvements-Westport24Jnfre
STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS City Project No.105576
Revised lanuary3i, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
1s
20
21
22
23
24
25
26
Signature
ATTEST:
006213-3
PERFORMANCE BOND
Page 3 0f 4
Brock Huggin , esident
(Principal) Secretary Name and Title
IC I? )-U
Witness as to Principal
Address:
5327 Wichita St.
Fort- W- i TX 76119
SURETY:
Berkley Insurance Com an
BY:
CITY OF FORT WORTH Water, storm Dreln, GradkV & Pavinglmprovements-Westport 24lnfie
STANDARD CRY CONDITIONS - DEVELOPER AWARDED PROJECTS CityProjectNo. 105575
Revised lanuary3l, 2012
1
2
3
4
5 _
6
7
8
8
10
11
12
13
14
15 ' Witness as to Surety
16
17
18
19
0062 13-4
PERFORMANCE BOND
Page 4 of 4
Signature
Robbi Morales, Attorney -in -fact
Name and Title
Address:
5005 LBJ Freeway, Suite`1400
Dallas,. TX -75244
Telephone Number:
214i9$9-0000
20 *Note: If signed by an officer of the Surety Company, there must be on file a
21 certified extract from the by-laws showing that this person has authority to
22 sign such obligation. if Surety's physical address is different from its
23 mailing address, both must be provided.
24
25 The date of the bond shall not be prior to the date the Contract is awarded.
26
CITY OF FORT WORTH Water, Storm Drain, Grading & PaWngImprovements - Mstpon2d 1nfra
STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS City Project No, 105575
Revised January 31.2012
Bond No. 0266015
006214-1
PAYMENT BOND
Pagel of 3
1 SECTION 00 6214
2 PAYMENT BOND
3
4 THE STATE OF TEXAS g
5 9 KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, . _ Conatser QonswuctL X,-L.P� _ known as
8 "Principal" herein, and Berklev Insurance Companya
9 corporate surety (or sureties if more than one), duly authorized to do business in the State
10 of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto
11 the Developer,(Hillwood Alliance Services, L,LC), authorized to do business in Texas
12 "{Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the
Three Million, Nine Hundred Thirty Three Thousand,
13 penal sum of $eve xn wed Two �r,c h oo------------------------ Dollars
14 ($.3,,933-7n2.50 ), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the
16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors,
17 adrnlnlstrators, successors and assigns, Jointlyand severally, firmly by these presents:
18 WHEREAS, Developer and City have entered into an Agreement forthe construction
19 of community facilities in the City of Fort Worth, by and through a Community Facilities
20 Agreement, CFA Number, and
21 WHEREAS, Principal has entered into a certain written Contract with Developer,
22 awarded the 8th day of January , 20 25 • which Contract is hereby
23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all
24 materials, equipment, labor and other accessories as defined by law, in the prosecution of
25 the Work as provided for in said Contract and designated as Water, Storm Drain, Paving &
26 Grading Improvements - Westport 24lnfre.
27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal
28 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter
CITY OF FORT WORTH Water. 6ftwMortlo. Aawwa 0nPdWg1MPf0Vwmeot8- IM1betport 21 loft
STANDARD CITY CONDrTIONS- DEVELOPER AWARDED PROJECTS CityProfect No. IOSS76
Revised January 31, 2012
006214-2
PAYMENTSOND
Page 2 of 9
1 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the
2 Contract, then this obligation shall be and become null and void; otherwise to remain in full
3 force and effect.
4 This bond is made and executed in compliance with the provisions of Chapter2253
b of the Texas Government Code, as amended, and all liabilities on this bond shad be
6 determined in accordance with the provisions of said statute.
7 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
8 this instrument by duty authorized agents and officers on this the 8th day of
g January , 20-2-d—.
10
ATTEST.
(Principal) Secretary
K.o_�.�.� 12,071c.->
Witness as to Principal
PRINCIPAL:
Conatser Construction TX, L.P.
Signature
Brock Huggins, President
Name and Title
Address: 5327 Wichita St.r
Fort Wortk.41X _761 i2
SURETY:
CITY OF FORTWORTH Water, Storm Drain, Pavinif & Grading Improvements -Westport 24 fnfis
STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS CityftactAb. 105575
Rewsed jenuerySl, 2012
ATTEST:
(Surety) Secretary
1-4L "r�'X
Witness asto Surety
1
006214-3
PAYMENT BOND
Page 3 of 3
Berkley Insurance Company
BY:
Signature
Robbi Morales, Attorney -in -fact
Name and Title
Address: -SOUS LB.j Freewax, Suite4400
Dallas. TX 7a
Telephone Number: 214/9i39-0000
2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
3 bylaws showing that this person has authority to sign such obligation. If Surety's physical
4 address is different from its mailing address, both must be provided.
6i
6 The date of the bond shall not be prior to the date the Contract is awarded.
7
END OF SECTION
CITYOFFORTWORTH WAtuStorm Draft Paving&CmdinglmprovemarMs-WUS* mt2d1nfra
STANDARD CITY CONDITIONS- DEVELOPER AWARDED PROJECTS City Project Mo. IOSS75
Revised January 31, 2012
Bond No. 0266015
006219-1
MAINTENANCE BOND
Page 1 of 6
1 SECTION 00 6219
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS E
5 3 KNOW ALL BY THESE PRESENTS:
6 COUNTYOFTARRANT S
7 Thatwe Conatser Construction TX, L,P. _ __A known as
8 "Principal" herein and Berldev-lw-u-ranc-eQQW-. ,ny _ _ —_ ._, a corporatesurety
9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer,
11 Hillwood Alliance Services, LLC authorized to do business in Texas
12 ("Developer") and the City of Fort Worth a Texas municipal corporation ("City"), in the sum
Three Million, Nine Hundred Thirty Three Thousand,
13 of Seven Hundred Two and 501100 Dotlars ($ J,g33,202.5(!, _),lawful
14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of
15 which sum well and truly be made jointly unto the Developer and the City as dual obligees
16 and their successors, we bind ourselves, our heirs, executors, administrators, successors
17 and assigns, jointly and severalty, firmly by these presents.
18
19 WHEREAS, Developer and City have entered into an Agreementfor the construction of
20 community facilities in the City of Fort Worth by and through a Community Facilities
21 Agreement, CFA Number; and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer
23 awarded theJanuary _w
2p�5 ,which Contract is
8th day of _
24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to
25 furnish all materials, equipment labor and other accessories as defined by law, in the
26 prosecution of the Work, inctudingany Work resulting from a duty authorized Change Order
27 (cotlectivety herein, the "Work") as provided for in said Contract and designated as Water,
128 Storm Drain, Paving& Grading Improvements -Westport24Infra
CITY OF FORT WORTH Water, Storm Drain, Psving S Grading Improvements - Westport24 Jnrre
STANDARD CITYCONDITIONS- DEVELOPER AWARDED PROJECTS Cltyftlecrft 105575
Revised January 31, 2012
006219-2
MAINTENANCE BOND
Page 2 of 6
1 and
3 WHEREAS, Principal binds itself to use such materials and to so construct the Work
4 in accordance with the plans, specifications and Contract Documents that the Work is and
5 will remain free from defects in materials or workmanship for and duringthe period of two
6 (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period");
7 and
a
9 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
10 upon receiving notice from the Developer and/or City of the need thereof at any time within
11 the Maintenance Period.
12
13 NOW THEREFORE, the condition of this obligation is such that if Principal shall
14 remedy any defective Work, for which timely notice was provided by Developer or City, to a
15 completion satisfactory to the City, then this obligation shall become null and void;
16 otherwise to remain in full force and effect.
17
is PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
19 noticed defective Work, it is agreed that the Developer or City may cause any and all such
20 defective Work to be repaired and/or reconstructed with all associated costs thereof being
21 borne by the Principal and the Surety under this Maintenance Bond; and
22
23 PROVI DED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
24 Tarrant County, Texas or the United States District Court for the Northern District of Texas,
25 Fort Worth Division; and
CITY OF FORTWORrH Water, Storm Drain, Paving& Grading lmprovements- WestportU Infra
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CityProlect Na 105575
Revised January 31, 2012
006219-3
MAINTENANCE BOND
Page3016
2 PROVIDED FURTHER, that this obligation shellbe continuous in nature and
3 successive recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH Water, Storrn Draln, FaOng & Grading Improvements - Westport 24 Infra
STANDARD CITYCONDMONS -DEVELOPER AWARDED PROJECTS City P4ea No. 708575
Revised January31, 2012
OD6219-4
MAINTENANCE BOND
Page4 of 6
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 8th day of
3 January .12025.
4
5
PRINCIPAL:
6
7
Conatser Construction TX,_ L.P.
8
_
9
`
10
11
_
12
13
ft
14
15
Signature
16
ATTEST:
17
1S
19
Brock Huggins, President
gg _ .._
20
_
21
(Principal) Secretary
Name and Title
22
23
Address:
24
25
5327 Wichita St.
26
Fort Worth, TX 76119
CITY OF FORT WORTH Water, Storm Drain, paving & Grading Improvements— Westport24 Infra
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS City ftect No. 105575
Revised January 21, 2D12
1
2
3
K.-t Pow
4
Witness as to Principal
5
6
7
8
_
9
10
11
12
13
14
15
16
17
18
19
_
20
ATTEST:
21
22
jnls—�r-
23
24
(Surety) Secretary
25
26
27
28
006219-5
MAINTENANCE BOND
Page 5 of 6
SURETY:
Berkley Insurance Company
BY:
Signature
Robbi Morales, Attorney -in -fact
Name and Title
Address:
%Q0 LB-j Freeway, Suite 1400,,,
_Dallas,.TX..75244 _
CITY OF FORT WORTH Water, Storm DraIn, Paving & Grading Imp rovements-Westpart24 Infra
STANDARD CRY CONDITIONS -DEVELOPER AWARDED PROJECTS ChYftect No.105575
Revised January 31, 2012
00621s-6
MAINTENANCE BOND
Page 8 of 6
1 Witn s to rety Telephone Number-
2 _ 2141989-0000
3
4 *Note-. if signed by an officer of the Surety Company, there must be on file a certified
6 extract from the by-laws showing that this person has authority to sign such
6 obligation. If Surety's physical address is different from its mailing address, both
7 must be provided.
8
9 The date of the bond shall not be prior to the date the Contract is awarded.
10
CITY OF FORT W ORTH Water, Storm Drain, Paving & Grading fmprovements - Westport 24 Infra
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. IOSS76
Revised January 31, 2012
No. BI-72801
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. CorneU; Sophinie Hunter;
q Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mikaela Peppers of Aon Risk
v Services Southwes4 Inc of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below
a and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty
Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the
�a same extent as if such bonds bad been duly executed and acknowledged by the regularly elected officers of the Company at its
principal office in their own proper persons.
IV'� 8
y This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
-d without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
0 resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
a
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
0 o Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein
o , to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney -in -fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recogaizanecs,
c u or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
v > RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
further
o RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
0-5 power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
•Y other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
°d00. ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
0 o corporate seal hereunto affixed this 2"d day of Ma , 2024 .
�.
o 14 Attest: Berkley Insurance Company
� p
(Sea[) By v e 7Q j By 0
F� Philip S: felt Se a fr � IJ
Zv Executive Vice President & Secretary Senior Vice President
o N
0 0 STATE OF CONNECTICLT )
d ) ss:
a. COUNTY OFFAMFIELD )
o Sworn to before me, a Notary Public in the State of Connecticut, this 2°d day of Ma;' 2024 , by Philip S. Welt and
N r- Jeffrey M. Hafter who ate sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President,
o respectively, of BerkleyInsum,+ee Company.
t4 AiAM 0. RUNDBAI M
NOTARY pUaw Notary Public, State of Connecticut
CONNE Cn=
4 W 0"l61 ft EMFd3 CC4" Y CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURATdCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
ztrue, correct and complete copy of the original Power of Attorney, that said Power of Attorney has notbeen revoked or rescinded
' and that the authority of the Attomeyan Fact set forth therein, who executed the bond or undertaking to which this Power of
5 Q Attorney is attached, is in full force and effect as of this date. '
CTiven under my hand and seal of the Company, this day of .. ,
(Seal)
Vincent P. Forte
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Berkley Surety Group, LLC and its affiliates by
telephone for information or to make a complaint:
BERKLEY SURETY GROUP, LLC
Please send all notices of claim on this bond to:
Berkley Surety Group, LLC
(866) 768-3534
412 Mount Kemble Avenue, Suite 31ON
Morristown, NJ 07960
Attn: Surety Claims Department
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: htt:-�:llwww.tdi.state.tx.us
E-mail: ConsumerProtection(&tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim
you should contact your agent or Berkley Surety Group, LLC first. If
the dispute is not resolved, you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or
condition of the attached document and is given to comply with Texas
regal and regulatory requirements.
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 247nfra
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 — Definitions and Terminology..........................................................................................................1
1.01 Defined Terms............................................................................................................................... 1
1.02 Terminology..................................................................................................................................5
Article2 — Preliminary Matters......................................................................................................................... 6
2.01 Before Starting Construction........................................................................................................ 6
2.02 Preconstruction Conference.......................................................................................................... 6
2.03 Public Meeting.............................................................................................................................. 6
Article 3 — Contract Documents and Amending......................................................................
3.01 Reference Standards.............................................................................................
3.02 Amending and Supplementing Contract Documents ..............................................
6
...................... 6
.................. 6
Article4 — Bonds and Insurance....................................................................................................................... 7
4.01 Licensed Sureties and Insurers..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7
4.03 Certificates of Insurance............................................................................................................... 7
4.04 Contractor's Insurance.................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —
Contractor's Responsibilities........................................................................................................
12
5.01
Supervision and Superintendent.................................................................................................
12
5.02
Labor; Working Hours................................................................................................................
13
5.03
Services, Materials, and Equipment...........................................................................................
13
5.04
Project Schedule..........................................................................................................................
14
5.05
Substitutes and "Or-Equals".......................................................................................................
14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors) .....................................
16
5.07
Concerning Subcontractors, Suppliers, and Others...................................................................
16
5.08
Wage Rates..................................................................................................................................
18
5.09
Patent Fees and Royalties...........................................................................................................
19
5.10
Laws and Regulations.................................................................................................................
19
5.11
Use of Site and Other Areas.......................................................................................................
19
5.12
Record Documents......................................................................................................................
20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative.................................................................................................................
21
5.15
Hazard Communication Programs.............................................................................................
22
5.16
Submittals....................................................................................................................................
22
5.17
Contractor's General Warranty and Guarantee..........................................................................23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10,2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
5.18 Indemnification........................................................................................................................... 24
5.19 Delegation of Professional Design Services.............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination.......................................................................................................................25
Article 6 - Other Work at the Site...................................................................................................................26
6.01 Related Work at Site................................................................................................................... 26
Article 7 - City's Responsibilities................................................................................................................... 26
7.01 Inspections, Tests, and Approvals.............................................................................................. 26
7.02 Limitations on City's Responsibilities....................................................................................... 26
7.03 Compliance with Safety Program...............................................................................................27
Article 8 - City's Observation Status During Construction........................................................................... 27
8.01 City's Project Representative..................................................................................................... 27
8.02 Authorized Variations in Work.................................................................................................. 27
8.03 Rejecting Defective Work.......................................................................................................... 27
8.04 Determinations for Work Performed..........................................................................................28
Article9 - Changes in the Work..................................................................................................................... 28
9.01 Authorized Changes in the Work............................................................................................... 28
9.02 Notification to Surety.................................................................................................................. 28
Article 10 - Change of Contract Price; Change of Contract Time................................................................ 28
10.01 Change of Contract Price............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays..........................................................................................................................................28
Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects........................................................................................................................ 29
11.02 Access to Work........................................................................................................................... 29
11.03 Tests and Inspections.................................................................................................................. 29
11.04 Uncovering Work....................................................................................................................... 30
11.05 City May Stop the Work............................................................................................................. 30
11.06 Correction or Removal of Defective Work................................................................................ 30
11.07 Correction Period........................................................................................................................ 30
11.08 City May Correct Defective Work............................................................................................. 31
Article12 - Completion.................................................................................................................................. 32
12.01 Contractor's Warranty of Title................................................................................................... 32
12.02 Partial Utilization........................................................................................................................ 32
12.03 Final Inspection........................................................................................................................... 32
12.04 Final Acceptance.........................................................................................................................33
Article 13 - Suspension of Work....................................................................................................................33
13.01 City May Suspend Work............................................................................................................ 33
Article14 - Miscellaneous.............................................................................................................................. 34
14.01 Giving Notice..............................................................................................................................34
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements - Westport 24 Infra
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CityProject No. 105575
Revised: January 10,2013
14.02 Computation of Times................................................................................................................ 34
14.03 Cumulative Remedies................................................................................................................. 34
14.04 Survival of Obligations............................................................................................................... 35
14.05 Headings......................................................................................................................................35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Pagel of35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to its
duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
City Project No. 105575
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
in. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineeringfirm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
City Project No. 105575
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to
an intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting —An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6: 00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
City Project No. 105575
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of
related construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications maybe specifically made apart of the Contract Documents by attachment or, if
not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements of
the City.
34. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of apart of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36, Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends
or supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines,
manholes. vaults, tanks, tunnels, or other such
any encasements containing such facilities, including
convey electricity, gases, steam, liquid petroleum
communications, cable television, water, wastewater,
chemicals, or traffic or other control systems.
conduits, ducts, cables, wires,
facilities or attachments, and
but not limited to, those that
products, telephone or other
storm water, other liquids or
40. Weekend Working Hours — Hours beginning at 9: 00 a. m. and ending at S: 00 p. m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised: January 10, 2013
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.023 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
The word "defective," when modifying the word "Work," refers to Work that
is unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 247nfra
City Project No. 105575
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
Reference to standards, specifications, manuals, or codes of any technical
society, organization, or association, or to Laws or Regulations, whether such reference be
specific or by implication, shall mean the standard, specification, manual, code, or Laws or
Regulations in effect at the time of opening of Bids (or on the Effective Date of the
Agreement if there were no Bids), except as may be otherwise specifically stated in the
Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in
the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall famish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its
right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in the
current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII
in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation to
maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10,2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
City Project No. 105575
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when
deemed necessary and prudent by the City based upon changes in statutory law, court decision
or the claims history of the industry as well as of the contracting parry to the City. The City
shall be required to provide prior notice of 90 days, and the insurance adjustments shall
be incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits
for Employers' Liability as is appropriate for the Work being performed and as will
provide protection from claims set forth below which may arise out of or result from
Contractor's performance of the Work and Contractor's other obligations under the Contract
Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not
less than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised: January 10, 2013
0073 10-10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of
nullify premises/operations, products/completed operations, contractual, personal injury, or
advertising injury, which are normally contained with the policy, unless the City approves such
exclusions in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on any auto
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an
amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
City Project No. 105575
0073 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: N/A _
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: N/A
b. Each Occurrence:: N/A
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
0073 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of35
way, the Contractor may be required to provide separate insurance policies in the name of
each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the
Contractor shall be commenced until the Contractor has furnished the City with an original
policy or policies of the insurance for each railroad company named, as required above.
All such insurance must be approved by the City and each affected Railroad Company
prior to the Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as the
insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or
other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised: January 10,2013
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City.
The Superintendent will be Contractor's representative at the Site and shall have authority to act
on behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at the
Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the
Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for
the performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
City Project No. 105575
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals"
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless the
specification or description contains or is followed by words reading that no like, equivalent, or
"or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
"Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion,
be accomplished without compliance with some or all of the requirements for approval
of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed
item of material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10,2013
Water, Storm Drain, Paving & Grading Improvements — Westport 247nfra
City Project No. 105575
0073 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
C. Contractor shall make written application to City for review of a proposed substitute
item of material or equipment that Contractor seeks to furnish or use. The application
shall comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with the
Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10,2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of
construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require
Contractor to fuunish 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
indemn� and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10,2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
CityProject No. 105575
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of35
❑ Required for this Contract.
M Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
0073 10-18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
® Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an
initial determination, before the 31 st day after the date the City receives the information, as to
whether good cause exists to believe that the violation occurred. The City shall notify in
writing the Contractor or Subcontractor and any affected worker of its initial determination.
Upon the City's determination that there is good cause to believe the Contractor or
Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed
by the claimant or claimants as the difference between wages paid and wages due under the
prevailing wage rates, such amounts being subtracted from successive progress payments pending
a final determination of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas
General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor
and any affected worker does not resolve the issue by agreement before the 15th day after the
date the City makes its initial determination pursuant to Paragraph C above. If the persons
required to arbitrate under this section do not agree on an arbitrator before the 11th day after the
date that arbitration is required, a district court shall appoint an arbitrator on the petition of
any of the persons. The City is not a party in the arbitration. The decision and award of the
arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
0073 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to
Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with
the requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or
shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified in
the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the
Work and make it ready for utilization by City or adjacent property owner. At the completion of
the Work Contractor shall remove from the Site all tools, appliances, construction equipment and
machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised: January 10,2013
Water, Storm Drain, Paving & Grading Improvements — Westport 241nfra
City Project No. 105575
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page21 of35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised: January 10, 2013
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
Submittals submitted as herein provided by Contractor and reviewed by City
for conformance with the design concept shall be executed in conformity with the
Contract Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
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.
MY OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
City Project No. 105575
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review
and acceptance of a separate item as such will not indicate approval of the assembly in which
the item functions.
City's review and acceptance shall not relieve Contractor from responsibility for
any variation from the requirements of the Contract Documents unless Contractor has
complied with the requirements of Section 01 33 00 and City has given written
acceptance of each such variation by specific written notation thereof incorporated in or
accompanying the Submittal. City's review and acceptance shall not relieve Contractor from
responsibility for complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor
is responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised: January 10,2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
7. any correction of defective Work by City-
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.B. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the
City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING
SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR
NEGLIGENCE OF THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
City Project No. 105575
0073 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified to
Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space in
order to conduct audits in compliance with the provisions of this Paragraph. The City shall give
Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
City Project No. 105575
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however,
that Contractor may cut or alter others' work with the written consent of City and the others
whose work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised: January 10, 2013
0073 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant
to Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are set
forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based
on information obtained during such visits and observations, City's Project Representative
will determine, in general, if the Work is proceeding in accordance with the Contract
Documents. City's Project Representative will not be required to make exhaustive or continuous
inspections on the Site to check the quality or quantity of the Work. City's Project
Representative's efforts will be directed toward providing City a greater degree of confidence
that the completed Work will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
0073 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order of
Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited to,
Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 241nfra
City Project No. 105575
0073 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of
the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests
or approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or
equipment, or fails to perform the Work in such a way that the completed Work will conform to the
Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the
cause for such order has been eliminated; however, this right of City to stop the Work shall not give
rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction or
removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to
such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall
proceed expeditiously. In connection with such corrective or remedial action, City
may exclude Contractor from all or part of the Site, take possession of all or part of the Work
and suspend Contractor's services related thereto, and incorporate in the Work all materials and
equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but
which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24 Afra
City Project No. 105575
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page32 of35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights and
remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be free
and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with
Contractor's performance of the remainder of the Work. City at any time may notify Contractor
in writing to permit City to use or occupy any such part of the Work which City determines to be
ready for its intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Finallnspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of
the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered by
these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a
limitation of, any rights and remedies available to any or all of them which are otherwise imposed or
available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in
the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
0073 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 o1735
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
City Project No. 105575
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
DAP SUMMARY OF WORK
Page 1 of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Work Covered by Contract Documents
19 1. Work is to include furnishing all labor, materials, and equipment, and performing
20 all Work necessary for this construction project as detailed in the Drawings and
21 Specifications.
22 B. Subsidiary Work
23 1. Any and all Work specifically governed by documentary requirements for the
24 project, such as conditions imposed by the Drawings or Contract Documents in
25 which no specific item for bid has been provided for in the Proposal and the item is
26 not a typical unit bid item included on the standard bid item list, then the item shall
27 be considered as a subsidiary item of Work, the cost of which shall be included in
28 the price bid in the Proposal for various bid items.
29 C. Use of Premises
30 1. Coordinate uses of premises under direction of the City.
31 2. Assume full responsibility for protection and safekeeping of materials and
32 equipment stored on the Site.
33 3. Use and occupy only portions of the public streets and alleys, or other public places
34 or other rights -of -way as provided for in the ordinances of the City, as shown in the
35 Contract Documents, or as may be specifically authorized in writing by the City.
36 a. A reasonable amount of tools, materials, and equipment for construction
37 purposes may be stored in such space, but no more than is necessary to avoid
38 delay in the construction operations.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105575
Revised December 20, 2012
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14
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
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.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105575
Revised December 20, 2012
011100-3
DAP SUMMARY OF WORK
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
13
Revision Log
I DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105575
Revised December 20, 2012
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
012500-1
DAP SUBSTITUTION PROCEDURES
Page 1 of 4
A. Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH Water, Storm Drain, Pavmg, & Grading Improvements — Westport 24 infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No.10SS75
Revised August 30, 2013
012500-2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
I. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Pro%ect No. 105575
Revised August 30, 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
4. Substitution will be rejected if
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of the
original design
d. In the City's or Developer's opinion, substitution will not perform adequately
the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Stone Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised August 30, 2013
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering?
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended _ Recommended
as noted
Firm _ Not recommended _Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date
CITY OF FORT WORTH Water, Stomp Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProject No. 105575
Revised August 30, 2013
SECTION 013119
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
0131 19- 1
DAP PRECONSTRUCTION MEETING
Page I of 3
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
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 delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised August 30, 2013
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
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. MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised August 30, 2013
0131 19 - 3
DAP PRECONSTRUCTION MEETI G
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUNMARY OF CHANGE
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProject No. 105575
Revised August 30, 2013
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
013233-1
DAP PRECONSTRUCTION VIDEO
Page I of 2
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 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. 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 Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProject No. 105575
Revised August 30, 2013
013233-2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
! Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements - Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised August 30, 2013
SECTION 01 33 00
DAP SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
013300-1
DAP SUBMITTALS
Page I of 8
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work -related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised August 30, 2013
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) "By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 Y2 inches x 11 inches to 8 1/i inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised August 30, 2013
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals.
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom -prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing -in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH Water, Stone Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCbMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised August 30, 2013
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational -range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare -parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on -site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH Water, Storm Drair, Paving & Grading Improvements - Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CityProject No. 105575
Revised August 30, 2013
013300-5
DAP SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
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 Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised August 30, 2013
013300-6
DAP SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non -conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7 Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised August 30, 2013
013300-7
DAP SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents c.
When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Sufficient information shall be attached to permit a written response without further
information.
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 Water, Storm Drain, Paving and Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No, 105575
Revised August 30, 2013
013300-8
DAP 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 Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProjectNo. 105575
Revised August 30, 2013
013513-1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
1 SECTION 013513
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5
A. Section Includes:
6
1. The procedures for special project circumstances that includes, but is not limited to:
7
a.
Coordination with the Texas Department of Transportation
8
b.
Work near High Voltage Lines
9
c.
Confined Space Entry Program
10
d.
Air Pollution Watch Days
11
e.
Use of Explosives, Drop Weight, Etc.
12
f.
Water Department Notification
13
g.
Public Notification Prior to Beginning Construction
14
h.
Coordination with United States Army Corps of Engineers
15
i.
Coordination within Railroad permits areas
16
j.
Dust Control
17
k.
Employee Parking
18
1.
(Coordination with North Central Texas Council of Governments Clean
19
Construction Specification [remove if not required])
20
B. Deviations from this City of Fort Worth Standard Specification
21
1. None.
22 C. Related Specification Sections include, but are not necessarily limited to:
23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
24 2. Division 1 — General Requirements
25 3. Section 33 12 25 — Connection to Existing Water Mains
26
27 1.2 REFERENCES
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
33 High Voltage Overhead Lines.
34 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
35 Specification
36 1.3 ADMINISTRATIVE REQUIREMENTS
37 A. Coordination with the Texas Department of Transportation
38 1. When work in the right-of-way which is under the jurisdiction of the Texas
39 Department of Transportation (TxDOT):
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 CityProject No. 105575
013513-2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
1 a. Notify the Texas Department of Transportation prior to commencing any work
2 therein in accordance with the provisions of the permit
3 b. All work performed in the TxDOT right-of-way shall be performed in
4 compliance with and subject to approval from the Texas Department of
5 Transportation
6 B. Work near High Voltage Lines
7 1. Regulatory Requirements
8 a. All Work near High Voltage Lines (more than 600 volts measured between
9 conductors or between a conductor and the ground) shall be in accordance with
10 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
11 2. Warning sign
12 a. Provide sign of sufficient size meeting all OSHA requirements.
13 3. Equipment operating within 10 feet of high voltage lines will require the following
14 safety features
15 a. Insulating cage -type of guard about the boom or arm
16 b. Insulator links on the lift hook connections for back hoes or dippers
17 c. Equipment must meet the safety requirements as set forth by OSHA and the
18 safety requirements of the owner of the high voltage lines
19 4. Work within 6 feet of high voltage electric lines
20 a. Notification shall be given to:
21 1) The power company (example: ONCOR)
22 a) Maintain an accurate log of all such calls to power company and record
23 action taken in each case.
24 b. Coordination with power company
25 1) After notification coordinate with the power company to:
26 a) Erect temporary mechanical barriers, de -energize the lines, or raise or
27 lower the lines
28 c. No personnel may work within 6 feet of a high voltage line before the above
29 requirements have been met.
30 C. Confined Space Entry Program
31 1. Provide and follow approved Confined Space Entry Program in accordance with
32 OSHA requirements.
33 2. Confined Spaces include:
34 a. Manholes
35 b. All other confined spaces in accordance with OSHA's Permit Required for
36 Confined Spaces
37 D. Use of Explosives, Drop Weight, Etc.
38 1. When Contract Documents permit on the project the following will apply:
39 a. Public Notification
40 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
41 prior to commencing.
42 2) Minimum 24 hour public notification in accordance with Section 01 31 13
43 E. Water Department Coordination
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105575
013513-3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
1 1. During the construction of this project, it will be necessary to deactivate, for a
2 period of time, existing lines. The Contractor shall be required to coordinate with
3 the Water Department to determine the best times for deactivating and activating
4 those lines.
5 2. Coordinate any event that will require connecting to or the operation of an existing
6 City water line system with the City's representative.
7 a. Coordination shall be in accordance with Section 33 12 25.
8 b. If needed, obtain a hydrant water meter from the Water Department for use
9 during the life of named project.
10 c. In the event that a water valve on an existing live system be turned off and on
11 to accommodate the construction of the project is required, coordinate this
12 activity through the appropriate City representative.
13 1) Do not operate water line valves of existing water system.
14 a) Failure to comply will render the Contractor in violation of Texas Penal
15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
16 will be prosecuted to the full extent of the law.
17 b) In addition, the Contractor will assume all liabilities and
18 responsibilities as a result of these actions.
19 F. Public Notification Prior to Beginning Construction
20 1. Prior to beginning construction on any block in the project, on a block by block
21 basis, prepare and deliver a notice or flyer of the pending construction to the front
22 door of each residence or business that will be impacted by construction. The notice
23 shall be prepared as follows:
24 a. Post notice or flyer 7 days prior to beginning any construction activity on each
25 block in the project area.
26 1) Prepare flyer on the Contractor's letterhead and include the following
27 information:
28 a) Name of Project
29 b) City Project No (CPN)
30 c) Scope of Project (i.e. type of construction activity)
31 d) Actual construction duration within the block
32 e) Name of the contractor's foreman and phone number
33 f) Name of the City's inspector and phone number
34 g) City's after-hours phone number
35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit
36 A.
37 3) Submit schedule showing the construction start and finish time for each
38 block of the project to the inspector.
39 4) Deliver flyer to the City Inspector for review prior to distribution.
40 b. No construction will be allowed to begin on any block until the flyer is
41 delivered to all residents of the block.
42 G. Public Notification of Temporary Water Service Interruption during Construction
43 1. In the event it becomes necessary to temporarily shut down water service to
44 residents or businesses during construction, prepare and deliver a notice or flyer of
45 the pending interruption to the front door of each affected resident.
46 2. Prepared notice as follows:
47 a. The notification or flyer shall be posted 24 hours prior to the temporary
48 interruption.
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 24Inf-a
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105575
0135 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
1 b. Prepare flyer on the contractor's letterhead and include the following
2 information:
3 1) Name of the project
4 2) City Project Number
5 3) Date of the interruption of service
6 4) Period the interruption will take place
7 5) Name of the contractor's foreman and phone number
8 6) Name of the City's inspector and phone number
9 c. A sample of the temporary water service interruption notification is attached as
10 Exhibit B.
11 d. Deliver a copy of the temporary interruption notification to the City inspector
12 for review prior to being distributed.
13 e. No interruption of water service can occur until the flyer has been delivered to
14 all affected residents and businesses.
15 f. Electronic versions of the sample flyers can be obtained from the Project
16 Construction Inspector.
17 H. Coordination with United States Army Corps of Engineers (USACE)
18 1. At locations in the Project where construction activities occur in areas where
19 USACE permits are required, meet all requirements set forth in each designated
20 permit.
21 I. Coordination within Railroad Permit Areas
22 1. At locations in the project where construction activities occur in areas where
23 railroad permits are required, meet all requirements set forth in each designated
24 railroad permit. This includes, but is not limited to, provisions for:
25 a. Flagmen
26 b. Inspectors
27 c. Safety training
28 d. Additional insurance
29 e. Insurance certificates
30 f. Other employees required to protect the right-of-way and property of the
31 Railroad Company from damage arising out of and/or from the construction of
32 the project. Proper utility clearance procedures shall be used in accordance
33 with the permit guidelines.
34 2. Obtain any supplemental information needed to comply with the railroad's
35 requirements.
36 J. Dust Control
37 1. Use acceptable measures to control dust at the Site.
38 a. If water is used to control dust, capture and properly dispose of waste water.
39 b. If wet saw cutting is performed, capture and properly dispose of slurry.
40 K. Employee Parking
41 1. Provide parking for employees at locations approved by the City.
42 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean
43 Construction Specification [if required for the project]
44 1. Comply with equipment, operational, reporting and enforcement requirements set
45 forth in NCTCOG's Clean Construction Specification.}
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 247nfra
STANDARD CONSTRUCTION SPECIFICATION DOCTJWENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105575
0135 13 -5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
1 1.4
SUBMITTALS [NOT USED]
2 1.5
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.6
CLOSEOUT SUBMITTALS [NOT USED]
4 1.7
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8
QUALITY ASSURANCE [NOT USED]
6 1.9
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10
FIELD [SITE] CONDITIONS [NOT USED]
8 1.11
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
1.3.13 — 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.
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105575
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
013513-6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105575
013513-7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
1 EXHIBIT B
2
FoxTWORTH
'!'"
DOE NO. Xl=
ft"1m Namx
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)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
.CONTRACTOR
3 - - --- -
4
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised August, 30, 2013 City Project No. 105575
01 45 23
DAP TESTING AND INSPECTION SERVICES
Pagel of2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another form of
distribution approved by the City.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20, 2020
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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]
IA1 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
L W1zU11ULU u.v. rviagana eomovghe �e ity sedocumentanag meni sys�em omc suamittais ne uptoaued
Iff
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 24 In&a
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised March 20.2020
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page I of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. 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
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH Water, Storm Drain, lawngand Grading improvements — Westport 24ln&a
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised JULY 1, 2011
015000-2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 24 In&a
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised JULY 1, 2011
015000-3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION 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 Water, Storm Drain, Paving and Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised JULY 1, 2011
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
IRevision Log
DATE NAME SUMMARY OF CHANGE
f
L
CITY OF FORT WORTH Water, Storm Drain, Paving and Grading Improvements — Westport 24 Inira
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityPro%ectNo. 105575
Revised JULY I.2011
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Pagel of 3
SECTION 0155 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 34 71 13 — Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised July 1, 2011
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised July 1, 2011
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE jI
I.
l
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised July 1, 2011
015713-1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 0157 13
STORM WATER POLLUTION PREVENTION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 — General Requirements
3. Section 3125 00 —Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 3125 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
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 Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised July 1, 2011
015713-2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
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
1. Submit in accordance with Section 0133 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised July 1, 2011
015713-3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 0133 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
f _
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised July 1, 2011
016600-1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Pagel of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS QyProjectNo. 105575
Revised April 7, 2014
016600-2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off -site storage and protection when on -site storage is not adequate.
a. Provide addresses of and access to off -site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. IOSS75
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non -Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Water, Storm Drain, Paving & Drainage Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
016600-4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
f( Revision Log
DATE NAME SUMMARY OF CHANGE
(� 4/7/2014 M.Domenech Revised for DAP application
I(
I
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
01 71 23 - 1
DAP CONSTRUCTION STAKING ANTI) SURVEY
Page 1 of 4
SECTION 017123
CONSTRUCTION STAKING AND SURVEY
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 0133 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Certificates
-1. Provide certificate certifying that elevations and locations of improvements are in
conformance or non-conformance with requirements of the Contract Documents.
a. Certificate must be sealed by a registered professional land surveyor in the
State of Texas.
CITY OF FORT WORTH Water, Storm Drain, Pavmgand Grading lmprovements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
017123-2
DAP CONSTRUCTION STAKING AND SURVEY
Page 2 of 4
B. Field Quality Control Submittals
1. Documentation verifying accuracy of field engineering work.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the contractor
3. General
a. Contractor is responsible for preserving and maintaining stakes furnished by
City.
b. If in the opinion of the City, a sufficient number of stakes or markings have
been lost, destroyed or disturbed, by Contractor's neglect, such that the
contracted Work cannot take place, then the Contractor will be required to pay
the City for new staking with a 25 percent markup. The cost for staking will be
deducted from the payment due to the Contractor for the Project.
B. Construction Survey
1. Construction Survey will be performed by the contractor
General
a. Construction survey will be performed in order to maintain complete and
accurate logs of control and survey work as it progresses for Project Records.
b. The Contractor will need to ensure coordination is maintained with the City to
perform construction survey to obtain construction features, including but not
limited to the following:
1) All Utility Lines
a) Rim and flowline elevations and coordinates for each manhole or
junction structure
2) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Every 250 linear feet
CITY OF FORT WORTH Water, Storm Drain, Pavingand Gradmglmprovements — Westport24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
01 7123 - 3
DAP CONSTRUCTION STAKING AND SURVEY
Page 3 of 4
(2) Horizontal and vertical points of inflection, curvature, etc. (All
Fittings)
(3) Cathodic protection test stations
(4) Sampling stations
(5) Meter boxes/vaults (All sizes)
(6) Fire lines
(7) Fire hydrants
(8) Gate valves
(9) Plugs, stubouts, dead-end lines
(10) Air Release valves (Manhole rim and vent pipe)
(11) Blow off valves (Manhole rim and valve lid)
(12) Pressure plane valves
(13) Cleaning wyes
(14) Casing pipe (each end)
b) Storm Sewer
(1) Top of pipe elevations and coordinates at the following locations:
(a) Every 250 linear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
c) Sanitary Sewer
(1) Top of pipe elevations and coordinates for sanitary sewer lines at
the following locations:
(a) Every 250 linear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
(c) Cleanouts
c. Construction survey will be performed in order to maintain complete and
accurate logs of control and survey work associated with meeting or exceeding
the line and grade required by these Specifications.
d. The Contractor will need to ensure coordination is maintained with the City to
perform construction survey and to verify control data, including but not
limited to the following:
1) Established benchmarks and control points provided for the Contractor's
use are accurate
2) Benchmarks were used to furnish and maintain all reference lines and
grades for tunneling
3) Lines and grades were used to establish the location of the pipe
4) Submit to the City copies of field notes used to establish all lines and
grades and allow the City to check guidance system setup prior to
beginning each tunneling drive.
5) Provide access for the City to verify the guidance system and the line and
grade of the carrier pipe on a daily basis.
6) The Contractor remains fully responsible for the accuracy of the work and
the correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to City.
9) If the installation does not meet the specified tolerances, immediately notify
the City and correct the installation in accordance with the Contract
Documents.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH Water, Storm Dram, Paving& Grading Improvements - Wes tp o rt 24 Infro
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
01 71 23 - 4
DAP CONSTRUCTION STAKING AND SURVEY
Page 4 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
f�
DATE NAME
(I 4/7/2014 M.Domenech
If _
I
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Revised for DAP application
CITY OF FORT WORTH Water, Stonn Drain, Paving and Grading Improvements — Westport24kfra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
SECTION 0174 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
017423-1
DAP CLEANING
Page 1 of 4
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City ProjectNa. 105575
Revised April 7, 2014
017423-2
DAP 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 Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
017423-3
DAP CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on -site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re -seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
DATE
�r 4/7/2014
If
I
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
M.Domenech Revised for DAP application
017423-4
DAP CLEANING
Page 4 of 4
CITY OF FORT WORTH Water, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
SECTION 01 7719
CLOSEOUT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
017719-1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH Wafer, Storm Drain, Pavmgand Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City ProjectNo. 105S75
Revised April 7, 2014
017719-2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 0178 39
2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
CITY OF FORT WORTH Water, Storm Drain, Paving& Grading Improvements - Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 1-5575
Revised April 7, 2014
017719-3
DAP CLOSEOUT REQUI EWNTS
Page 3 of 3
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
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
f 4/7/2014 M.Domenech Revised for DAP application
f .
CITY OF FORT WORTH Water, Storm Drain, Paving& Grading Improvements - Westport24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CityProject No. I0557S
Revised April 7, 2014
01 78 23 - 1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00. All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 Y? 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 Water, Storm Drain, Paving& Grading Improvements - Westport24 infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CityProject No. 105575
Revised April 7, 2014
017823-2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. 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 Water, Storm Drain, Paving& Grading Improvements - Westport24Inf-a
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CityProject No. 105575
Revised April 7, 2014
017823-3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut -down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH Water, Storm Drain, Paving& Grading Improvements - Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of S
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 Water, Storm Drain, Paving& Grading Improvements — Westport24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProject No. 105575
Revised April 7, 2014
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 - title of section removed
4/7/2014 M.Domenech Revised for DAP Application
CITY OF FORT WORTH Water, Storm Drain, Paving& Grading Improvements - Westport24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. JOSS75
Revised April 7, 2014
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
1.1 SUMMARY
017839-1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH Waste, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data to
the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2- PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH Waste, Storm Drain, Paving & Grading Improvements — Westport 24Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
017839-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
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.
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
CITY OF FORT WORTH Waste, Storm Drain, Paving & Grading Improvements — Westport 24 Infra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CityProject No. 105575
Revised April 7, 2014
017839-4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUT%C%4 RY OF CHANGE
4/7/2014 M.Domenech Revised for DAP Application
I I•
CITY OF FORT WORTH Waste, Storm Drain, Paving & Grading Improvements — Westport 24lnfra
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105575
Revised April 7, 2014
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements to
serve Intermodal Parkway
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN:104135
Revised July 1, 2011
Denton County
Juli Luke
County Clerk
Instrument Number: 7496
ERecordings-RP
EASEMENT
Recorded On: January 24, 2025 0438 PM
Number of Pages: 9
" Examined and Charged as Follows: "
Total Recording: $57.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
7496
20250124000669
January 24, 2025 04:38 PM
Joy R
Station 19
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project: Westport 24 - Infrastructure
Parcel #: 02
Doe #: CPN 105575. IPRC24-0107
Address:
Lot: Block: Addltlont
STATE OF TEXAS §
§ KNOW ALL MEN BY THESE PRESENTS
COUNTY OF DENTON §
CITY OF FORT WORTH
PEDESTRIAN ACCESS EASEMENT
DATE: J��` C`I D 2024-d095
GRANTOR: Alliance Westport No. 24, Ltd.
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, STE. 300
FORT WORTH, TARRANT COUNTY, TEXAS 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TEXAS 76102
CONSIDERATION: Ten Dollar ($10.00) and other good and valuable consideration, the receipt
and sufficiency of which is hereby acknowledged.
PROPERTY:
Being all that tract of land situated in the L. A. Butler Survey, Abstract Number 64, and the A.W.
Robertson Survey, Abstract Number 1553, City of Fort Worth, Denton County, Texas, and being a
portion of that tract of land described by deed to Alliance Westport No. 24, Ltd., recorded in Instrument
Number 2024-112337, Real Property Records, Denton County, Texas, and being more particularly
described by metes and bounds as described on Exhibit "A".
Page I
Access Easement Agreement
ACF 8782 — W P24-cofw-2024
This PEDESTRIAN ACCJZSS EASEMENT AGREEMENT (this "Agreement") is
entered into as of the (p day of 2026 between Alliance Westport No. 24, Ltd.,
a Texas limited partnership ("Grantor"), and the City of Fort Worth, Texas, a municipal
corporation of Tarrant and Denton Counties, Texas ("Grantee").
For and in consideration of $10.00 and other good and valuable consideration, the receipt
and sufficiency of which are hereby acknowledged, and in consideration of the mutual covenants
contained herein, Grantor and Grantee agree as follows:
1. Grant of Easement. Subject to the terms and conditions of this Agreement,
Grantor hereby grants and conveys to Grantee an easement (the "Easement") over, under and
across the property described in Exhibit "A" attached hereto (the 'Basement Tract"). This grant
and conveyance is made subject to all matters of record affecting the Easement Tract as of the
date shown above.
2. Purpose of Easement. The Easement shall only be used for the purpose of
providing public pedestrian and non -motorized vehicle ingress and egress to all property that is
adjacent to the Easement Tract.
3. Permitt`I Assienment. Except as provided in this Paragraph 3, Grantee shall
not convey, transfer, pledge, encumber or assign any of its rights under this Agreement without
the prior written consent of Grantor. Notwithstanding the foregoing, however, Grantee may
assign all or any of its rights under this Agreement without the consent of Grantor provided that
all of the following conditions are satisfied: (a) the assignee must be an entity acceptable to
Grantor; (b) Grantee must give written notice of the assignment and franchise to Grantor; and (c)
Grantee must deliver to Grantor a written agreement signed by the assignee in which the
assignee agrees to be bound by all the terms and conditions of this Agreement. Any purported
assignment that does not satisfy all of the foregoing conditions shall be void. Any permitted
assignee of the rights of Grantee pursuant to this Paragraph 3 shall hereinafter be referred to as a
"Permitted Assignee." Grantor shall have the right to assign the Easement and this Agreement
without the consent of Grantee or any Permitted Assignee; provided, however, such
assignment(s) shall be limited to assignees that own fee simple title to the property burdened by
the Easement.
4. Other Easements. Grantor reserves the right to grant other rights and easements
across, over or under the Easement Tract to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the
purposes set forth herein.
5. Relocation. Grantor reserves the right, at Grantor's expense, to relocate the
Easement or any of the Permitted Facilities to locations inside or outside of the Easement Tract
in compliance with the Fort Worth Municipal Code, provided however, Grantor shall notify the
Grantee thirty (30) days prior to such relocation. Grantor shall execute and deliver to Grantee an
easement agreement in the same form as this Agreement for the new location.
6. Repairs. Grantee shall repair any damage to the Easement Tract and surrounding
property (including any improvements located thereon) resulting from Grantee's use thereof.
7. Prohibited Substances. Grantee shall not use the Easement Tract in a manner
which violates any federal, state, or local law, regulation, rule or ordinance or which constitutes a
public or private nuisance. Except for the normal use of fuels and lubricants (but excluding the
storage of any such fuels or lubricants), Grantee shall not locate, place, generate, store,
manufacture, use or dispose of on or about the Easement Tract any chemical, pollutant, toxic
Page 2
Access Easement Agreement
ACP 9782 — WP24 a fw-2024
substance, hazardous material, waste or other substance that is the subject of any federal, state or
local law, regulation, rule or ordinance pertaining to public health, safety or to the protection or
conservation of the environment.
8. Intentionally Deleted.
9. Notices. All notices given pursuant to or in connection with this Agreement shall
be in writing and shall be effective when deposited in the U.S. mail, postage prepaid, certified or
registered delivery with return receipt requested or, if delivered by some other manner, when
actually received. Notices to the parties shall be addressed as follows:
To Grantor: Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, Texas 76102
Attention: Dalton Harrell
From time to time a party may designate a new address for the purpose of receiving
notices hereunder by giving notice of its new address to the other party in the manner provided
above.
10. Limitation on Liabilijv. Grantee shall only be liable under this Agreement for
the acts, omissions, and breaches of Grantee and its officers, employees, duly authorized agents,
duly authorized representatives, contractors, and subcontractors. Each Permitted Assignee shall
only be liable under this Agreement for the acts, omissions, and breaches of its directors,
officers, employees, agents, representatives, contractors, and subcontractors. For purposes of
this paragraph, a Permitted Assignee shall not be deemed to be a contractor of Grantee solely
because (i) such Permitted Assignee holds a public utility franchise from Grantee; (ii) Grantee
participates in the cost of Permitted Facilities to be installed or constructed by such Permitted
Assignee under contracts to be awarded by such Permitted Assignee; or (iii) Grantee approves
plans and specifications for Permitted Facilities to be installed or constructed by such Permitted
Assignee under contracts to be awarded by such Permitted Assignee.
11. Parties Bound. The rights, duties and obligations created by this Agreement
shall constitute covenants running with the land, shall be binding on all subsequent owners of fee
simple title in and to the Easement Tract, and shall be binding upon and inure to the benefit of
Grantor, Grantee and their respective assignees as permitted by Paragraph 3 hereof.
12. Termination of Easement. The Easement shall automatically terminate upon
dedication of the Easement Tract (as evidenced by recordation of a dedication instrument by the
City of Fort Worth), or if the Easement Tract is not used for the purposes contained herein for a
period of two years.
TO HAVE AND TO HOLD the above -described premises, together with all and
singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors
Page 3
Access Easement Agreement
ACF 9782 — W P24-coflv-2024
and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to
warrant and forever defend, all and singular, the said premises, subject to all matters now of
record affecting said premises, unto Grantee, its successors and pennitted assigns, against every
person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or
under Grantor, but not otherwise.
EXECUTED to be effective as of the date first written above.
GRANTOR: Alliance Westport No. 24, Ltd.,
a Texas limited partnership
By: Hillwood Alliance Management II, LLC,
a Texas limited liability company,
its general artner
40— Bit
Name: La161J
Title: Se..e.vo
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
This 1notalm n1 was acknowledged before me on t Q[ 20,25 by
of Hillwood Alliance Management II, LLC, a Texas
limited liability company, in its capacity as general partner of Alliance Westport No. 24, Ltd., a
Texas limited partnership, on behalf of said limited partnershi
Y4,pY ry
LORI BOWLING Nota Public, t*oexa&s
:P+' 'Notary Public, State of Texas
Comm. Expires 10.17-2027
h' NotaryID 124717681
Page 4
Access Easement Agreement
ACF 9782 — W P24-w&,-2024
GRANTEE: CITY OF FORT WORTH
By: Da�B. AnalKdrl,��CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By.
Name: Hye Won Kim
Assistant City Attorney
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.
By: aee��"u?a <.......,o m
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
TEXAS, on this day personally appeared Dana Burghdoff, Assistant City Manager of the
CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to
the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF
FORT WORTH and that she executed the same for the purposes and consideration therein
expressed and, in the capacity, therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 24th day of
January 2025
Notary Public in and for the State of TEXAS
o,�p,RYPve`/ TIFFANY BACON
a Notary Public
• * STATE OF TEXAS Page 5
9 GV Q" Notary I.D. 128261860 Access Easemem Agreement
'FOF' MY Comm. Exp. Jan. 20, 2027 ' ACr 8782—WP24�fw4024
GRANTEE'S ADDRESS:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dalton Harrell
AFTER RECORDING, RETURN TO:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dalton Harrell
WITH COPY TO:
Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Page 6
Access Easement Agreement
ACF 8782— WP24-cofiv-2024
Exhibit "A"
Description of a
Pedestrian Access Easement
BEING a tract of land situated in the L. A. Buller Survey, Abstract Number 64, and the A.W. Robertson
Survey, Abstract Number 1553, City of Fort Worth, Benton County,'rexas, and being a portion of that tract of
land described by deed to Alliance Westport No. 24, Ltd., recorded in Instrument Number 2024-112337, Real
Property Records, Denton County, Texas, and being more particularly described by metes and bounds as
fellows:
COMMENCING at the northwest corner of said Alliance tract, the east right-of-way line of Fans to Market
156 (a 200 foot right-of-way), recorded in Instrument Number 2007-110923, and the southerly northwest corner
of that tract of land described by deed to All. Investment, I—P., and AIL West, LLC, recorded in Instrument
Number 2019-99456, both of said Real Property Records, from which a Texas Department of Transportation
Monument found, in said east right-of-way line, bears N 41'31'45" E, 1412.06 feet;
THENCE, S 41031'45" W, 32.00 feet, with said cast right-of-way line and the west line of said Alliance tract, to
the POINT OF BEGINNING;
THENCE N 86031'55" E, 45.25 feet, departing said common line, to the north line of said Alliance tract;
THENCE S 48027'55" E, 313.15 feet, with said north line, to the beginning of a non -tangent curve to the IcR;
THENCE departing said north line over and across said Alliance tract the following courses and distances:
With said non -tangent curve to the tell, an arc distance of 33.22 feet, through a central angle of
06'37' 11 ", having a radius of 287.50 feet, the long chord which bears N 51'46'30" W, 33.20 feet, to the
beginning of a reverse curve to the right;
With said reverse curve to the right, an arc distance of 36. 10 feet, through a central angle of 06'37' 1 1' ,
having a radius of 312.50 feet, the long chord which bears N 51'46'30" W, 36.08 feet;
N 48-27.55" W, 206.42 feet, to the beginning of a curve to the left;
With said curve to the left, an arc distance of 8.60 feet, through a central angle of 13'08'26", having a
radius of 37.50 feet, the long chord which bears N 5500210811 W, 8.58 feet;
N 61'36'21" W, 25.69 feet, to the beginning of a curve to the left;
With said curve to the left, an arc distance of 42.89 feet, through a central angle of 36'24'24", having a
radius of 67.50 feet, the long chord which bears N 79*48132" W, 42.17 feet, to said east right-of-way
line, being the west line of said Alliance tract, from which 'Texas Department of Transportation
Monument found, in said east right -of way line, bears S 41031.45" W, 841.41 feet;
THENCE N 41031'45" E, 0.76 feet, with said common line, to the Point of Beginning and containing 1,379
square feet or 0.032 acres of land more or less.
^hncgrxl port+Mthis documenN
1. Docription
2. Exhibit
Westmod Job No. R0051431 Tracking No. AQN 9782
Ihmton Novcmher 06. 2024
O'UOI31W31431.0012 SR VYIRSMTs11.L(}A I..'.MOU5143 t RA1 VWX Page I of 2
Basis of Beoring is the Texas Coordinate /
System North Centro: Zc,e 4202. NAD 83
TXDOT . Texas Deacr;ment or T-o,spo,wtor 04 /'GCa<'um
ne
Point of
Beginning
N41. 31'45"E
\
.R0O.olaDpo'o"��/ /.ocrremnz,+
bhp/ / y/
LINE TABLE
S4t�!'e5'✓✓ oA�/ / Ll N86. 31'55"E 45.25'
oint of
Commencing I NO. DELTA ._
1-1
0.76' C4
/ / r
N61. 36'21"W
lx,�
f / ,�maa Easww+
/
Alliance Westport
No. 24. Ltd.
Inst.- 2024-112337
R.P.R.D.C.T.
t- BUf�gR 5URVgy
A65T• 64
_-__-_-_-_-___---___ 0001ax_survel
A. W. eOggpT
Sp
A85T. 15535U'iiVgy
I C2 06. 37' T"
C3 13. 08' 26"
C4 1 36. 24. 24"
50 100
r
GRAPHIC SCALE IN FEET
g .
"Integral pats of this document"
w 3
1 Description
<
2. Exhibit
�-
CURVE
TABLE
RADIUS
LENGTH
BEARING
DIST.I
287.50'
33.22'
N51. 46' 30"w
33.20'
m
312.50'
36.10'
N51. 46- 30"W
36.08- I
"' 3
37.50'
8.60'
N55. 02- 08"W
8.58- I
e
67.50'
42.89'
N79. 48' 32"W
1 42.17- I
,L
Acres AIL lrwes/ml
a at Wen UC.
roar.• 2019-99456
RPRD.C.T.
Exhibit of a
Pedestrian Access Easement
Situated in the L. A Butler Survey, Abstract Number 64.
and the kW Roaerlsoo Survey, Abs«oct Number 1553.
TB -.S LS EMM REG.W.1007430+ City of Fort Worth, Denton County. Texas. c v-;em;Pi xox+ wesh.oed re
Denton County
Juli Luke
County Clerk
Instrument Number: 7490
ERecordings-RP
EASEMENT
Recorded On: January 24, 2025 0421 PM
Number of Pages: 10
" Examined and Charged as Follows: "
Total Recording: $61.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
7490
20250124000674
January 24, 2025 04:21 PM
Michael T
Station 34
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project: Westport 24 - Infrastructure
Pawl #. 01
Doe g; CPN: 105575, IPRC24-0107
Address:
Lot: Block: Addition:
STATE OF TEXAS
COUNTY OF DENTON §
CITY OF FORT WORTH
PEDESTRIAN ACCESS EASEMENT
DATE: January 24, 2025
GRANTOR: AIL INVESTMENT, L.P.
AIL West, LLC
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, STE. 300
FORT WORTH, TARRANT COUNTY, TEXAS 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TEXAS 76102
CONSIDERATION: Ten Dollar ($10.00) and other good and valuable consideration, the receipt
and sufficiency of which is hereby acknowledged.
PROPERTY:
Being all that tract of land situated in the L. A. Butler Survey, Abstract Number 64, and the A.W.
Robertson Survey, Abstract Number 1553, City of Fort Worth, Denton County, Texas, and being a
portion of that tract of land described by deed to AIL Investment, L.P. and AIL West, LLC, recorded in
Instrument Number 2019-99456, Real Property Records, Denton County, Texas, and being more
particularly described by metes and bounds as described on Exhibit "A".
Page I
Access Easement Agreement
ACP 8783 —AIL / AIL West-oorW =4
This PEDESTIIN ACCESS EASEMENT AGREEMENT (this "Agreement") is
entered into as of the �L``++ day of J""""n . 2024, between AIL Investment, LP, a Texas
limited partnership and AIL West, LLC, a Texas limited liability company (collectively
"Grantor"), and the City of Fort Worth, Texas, a municipal corporation of Tarrant and Denton
Counties, Texas ("Grantee").
For and in consideration of $10.00 and other good and valuable consideration, the receipt
and sufficiency of which are hereby acknowledged, and in consideration of the mutual covenants
contained herein, Grantor and Grantee agree as follows:
1. Grant of Easement. Subject to the terms and conditions of this Agreement,
Grantor hereby grants and conveys to Grantee an easement (the "Easement") over, under and
across the property described in Exhibit "A" attached hereto (the "Easement Tract"). This grant
and conveyance is made subject to all matters of record affecting the Easement Tract as of the
date shown above.
2. Purpose of Easement. The Easement shall only be used for the purpose of
providing public pedestrian and non -motorized vehicle ingress and egress to all property that is
adjacent to the Easement Tract.
3. Permitted Assignment. Except as provided in this Paragraph 3, Grantee shall
not convey, transfer, pledge, encumber or assign any of its rights under this Agreement without
the prior written consent of Grantor. Notwithstanding the foregoing, however, Grantee may
assign all or any of its rights under this Agreement without the consent of Grantor provided that
all of the following conditions are satisfied: (a) the assignee must be an entity acceptable to
Grantor; (b) Grantee must give written notice of the assignment and franchise to Grantor; and (c)
Grantee must deliver to Grantor a written agreement signed by the assignee in which the
assignee agrees to be bound by all the terms and conditions of this Agreement. Any purported
assignment that does not satisfy all of the foregoing conditions shall be void. Any permitted
assignee of the rights of Grantee pursuant to this Paragraph 3 shall hereinafter be referred to as a
"Permitted Assignee:' Grantor shall have the right to assign the Easement and this Agreement
without the consent of Grantee or any Permitted Assignee; provided, however, such
assignment(s) shall be limited to assignees that own fee simple title to the property burdened by
the Easement.
4. Other Easements. Grantor reserves the right to grant other rights and easements
across, over or under the Easement Tract to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the
purposes set forth herein.
5. Relocation. Grantor reserves the right, at Grantor's expense, to relocate the
Easement or any of the Permitted Facilities to locations inside or outside of the Easement Tract
in compliance with the Fort Worth Municipal Code, provided however, Grantor shall notify the
Grantee thirty (30) days prior to such relocation. Grantor shall execute and deliver to Grantee an
easement agreement in the same form as this Agreement for the new location.
6. Repairs. Grantee shall repair any damage to the Easement Tract and surrounding
property (including any improvements located thereon) resulting from Grantee's use thereof.
7. Prohibited Substances. Grantee shall not use the Easement Tract in a manner
which violates any federal, state, or local law, regulation, rule or ordinance or which constitutes a
public or private nuisance. Except for the normal use of fuels and lubricants (but excluding the
storage of any such fuels or lubricants), Grantee shall not locate, place, generate, store,
Page 2
Access Easement Agreement
ACF 9793 -Aa. / AIL Wag-00ft-2024
manufacture, use or dispose of on or about the Easement Tract any chemical, pollutant, toxic
substance, hazardous material, waste or other substance that is the subject of any federal, state or
local law, regulation, rule or ordinance pertaining to public health, safety or to the protection or
conservation of the environment.
8. Intentionally Deleted.
9. Notices. All notices given pursuant to or in connection with this Agreement shall
be in writing and shall be effective when deposited in the U.S. mail, postage prepaid, certified or
registered delivery with return receipt requested or, if delivered by some other manner, when
actually received. Notices to the parties shall be addressed as follows:
To Grantor: All, Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
All, West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, Texas 76102
Attention: Dalton Harrell
From time to time a party may designate a new address for the purpose of receiving
notices hereunder by giving notice of its new address to the other party in the manner provided
above.
10. Limitation on Liability. Grantee shall only be liable under this Agreement for
the acts, omissions, and breaches of Grantee and its officers, employees, duly authorized agents,
duly authorized representatives, contractors, and subcontractors. Each Permitted Assignee shall
only be liable under this Agreement for the acts, omissions, and breaches of its directors,
officers, employees, agents, representatives, contractors, and subcontractors. For purposes of
this pare raph, a Permitted Assignee shall not be deemed to be a contractor of Grantee solely
because i) such Permitted Assignee holds a public utility franchise from Grantee; (ii) Grantee
participates in the cost of Permitted Facilities to be installed or constricted by such Permitted
Assignee under contracts to be awarded by such Permitted Assignee; or (iii) Grantee approves
plans and specifications for Permitted Facilities to be installed or constructed by such Permitted
Assignee under contracts to be awarded by such Permitted Assignee.
11. Parties hound. The rights, duties and obligations created by this Agreement
shall constitute covenants running with the land, shall be binding on all subsequent owners of fee
simple title in and to the Easement Tract, and shall be binding upon and inure to the benefit of
Grantor, Grantee and their respective assignees as permitted by Paragraph 3 hereof.
Page 3
Access Easement Agreement
ACF 3733 —AIL / AIL West-wfw-202/
12. Termination of Easement. The Easement shall automatically terminate upon
dedication of the Easement Tract (as evidenced by recordation of a dedication instrument by the
City of Fort Worth), or if the Easement Tract is not used for the purposes contained herein for a
period of two years.
TO HAVE AND TO HOLD the above -described premises, together with all and
singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors
and permitted assigns, forever. Grantor does hereby bind itself; its successors and assigns, to
warrant and forever defend, all and singular, the said premises, subject to all matters now of
record affecting said premises, unto Grantee, its successors and permitted assigns, against every
person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or
under Grantor, but not otherwise.
EXECUTED to be effective as of the date first written above.
GRANTOR: All, INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general artner
412, N
Title: PresiAent
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
This instrument was acknowledged before me an 1 L,tjm 2i,( ,r . 2024, by
W11 tiM K.8wrtvvn, b,.V P • of All, GP, LLC, a Texas limited liability company, on
behalf of said limited liability company, in its capacity as general partner of AIL Investment,
L.P., a Texas limited partnership, on behalf of said limited partrrership..
LORI A. TICKNOR
N Publio, State of Texas
�v ��77g. Notary Public, State of Tazas
°a':!"`••'c Comm. Expires 11A6-2027
Notary ID 10407366
Page 4
Access Basement Agreement
ACF 9793 —Aa, fAIL West cnfw-2024
AIL West, LLC,
a Texas limited liability company
Bv:µ'ti a
Name:_1ARIli� a L+n
Tide: Executive We Pr _sident
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
This instrument W acknowledged before me on �)fzLm be r 3U . 2024, by
k i m K. dtNobn f; e • of AIL West, LLC, a Texas limited liability company, on
Ubf of said limited liability company.
rnu/ LORI A. TICKNOR
.S • i
Notary Publio. Stets 01 Texas o Public, State of Texas
Comm. Expires 11.06-2027
y3a� Notary ID 10407366
Page 5
Access Easement Agrwwnt
ACF$793— AIL !AIL Wet- fw-2024
GRANTEE: CITY OF FORT WORTH
By: Dan 9-A' ." 3,i
Dana Burghdef
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By.
Name: Hye Won Kim
Assistant City Attorney
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.
By: ZhR OwenlJan]a.3ozsa910CM
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
§
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
TEXAS, on this day personally appeared Dana Burghdo8, Assistant City Manager of the
CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to
the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF
FORT WORTH and that she executed the same for the purposes and consideration therein
expressed and, in the capacity, therein stated.
GIVEN UNDER MY HAND
January a Zp 25
o�PRYa�e�� TIFFANY BACON
a Notary Public
* * STATE OF TEXAS
GV P� Notary I.D. 128261860
9�oF My Comm. Exp. Jan. 20, 2027
AND SEAL OF OFFICE this 24th day of
Notary Public in and for the State of TEXAS
Page 6
Access Easement Agwment
ACF 9783 — AIL / AIL Wass �orw-XZ4
GRANTEE'S ADDRESS:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dalton Harrell
AFTER RECORDING, RETURN TO:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dalton Harrell
WrM COPY TO:
AIL Investment, LP
9800 Hillwood Parkway Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Page 7
Access Easawt Agreermt
ACF 9783 —ALL / AIL West-ootW-2Q24
Description of a
Pedestrian Access Easement
BEING a tract of land situated in the L. A. Butler Survey, Abstract Number 64, and the A. W.
Robertson Survey, Abstract Number 1553, City of Fort Worth, Denton County, Texas, and being
a portion of that tract of land described by deed to AIL Investment, L.P., and AIL West, LLC,
recorded in Instrument Number 2019-99456, Real Property Records, Denton County, Texas; and
being more particularly described by metes and bounds as follows:
COMMENCING at the southerly northwest corner of said AIL tract, the east right-of-way line
of Farm to Market 15.6 (a 200 foot right-of-way), recorded in Instrument Number 2007 110923,
and the northwest comer of that tract of land described by deed to Alliance Westport No. 24,
Ltd., recorded in Instrument Number 2024-112337, both of said Real Property Records, firm
which a Tun Department of Transportation Monument found, in the west line of said Alliance
tract, and said east right-of-way line, bears S 41031'45" W, 874.17 feet;
THENCE N 41 c31'45" E, 60.00 feet, with sail east right-of-way line, and the west line of said
AIL tract, from which a Texas Department of Transportation Monument found, in the west line
of said AIL tract, and said east right-of-way line, bears N 41 131'45" E,1,352.06 feet;
THENCE S 48°27'55" E, 40.00 feet, departing said common line, to the POINT OF
BEGINNING;
THENCE over and across said AIL tract the following courses and distances:
N I 1 n35'51" W, 19.49 feet, to the beginning of a non -tangent curve to the left;
With said non -tangent curve to the left, an arc distance of 14.60 feet, through a central
angle of 13°23'W', having a radius of 62.50 feet, the long chord which bears
S 41 °46'21" E, 14.57 feet;
S 48027'55" E, 437.11 feet; to the beginning of a curve to the right;
With said curve to the right, an arc distance of 32.13 feet, through a central angle of
21°02'22", having a radius of 87.50 feet, the long chord which bears S 37156'44" E,
31.95 feet to the beginning of a revers curve to the left;
With said reverse curve to the left, an are distance of 22.26 feet, through a central angle
of 20°24' 12", having a radius of 62.50 feet, the long chord which bears S 37"37'39" E,
22.14 feet;
THENCE N 48°27' 55" W, 489.14 feet to the Point of Beginning and containing 4,716 square
feet or 0.108 acres of land more or less.
"hftotpusordisdocw w"
1, D=Kpion
2. F.aiabk
Westwood Job No, R0051431 Tracking No. ACFB 8783
Denton Novernber20, 2024
O:1JOBM1431.0012SRVYIESMIS\L80AIS%0051431_EA2.DOCX Page 1 of
Basis of Bearing is the Texas 6
N Coordinate System North Central Market 16
Zone 4202, NAO 83 Farm t8 rt -0r•MWt
to 200 red to
a TXD07 Texas Deportment CfIY or For j�3
+ RaCo V' T—XCR3O�Tof Transportation 4�
RP+ 934tro
Aypr^A:
'
Cam Mon.
F, TXDOT/ 4/60xN" L1 r
Cox. I� 8{it�'� ��— 54827'57E i Gt
i,r-3�_Point of
,,-- - —� Commencing'"
Point of ` nw • 2009.1112rr
R.PAD.C.T.
Beginning AIL Investrnent,L.P„
6 All. West, LLC,
\ z'Gas Feu^a^r fnst.+ 2019 99456
�''' 20083B679 oB I R.P.R.O.C.T.
\, RanaE.r.
<
`\ A7llonce Westport �1i`� 5, � •"S'
\ oq\ last2An233r 5`3 G(' I � w
1 s03
\. I @� <
0 60 120 Le N
GRAPHIC; SCALE IN FEET
"Inkey:olparis of this document" \ I j--OJ06 Acres G
1. Description �\ I
2. Exhibit
\ 1
CURVE TABLE
No.l OEI.TA
RADIUS
LENGTH AR
CI 13.2}' 4"
62.50'
_t4.60' S41.4fi'
C21.OT 22"
87.50'
32J3' S37• SB'
C3 120.24_IT'
62_Mr22.26'_
LINE TABLE
Ll Nit° 35'5f'W 19.49'
wG _ asT.
2t"E 14.57'
WE 31.95'
_19"t 22.14-
I
.a
o
t
J
1
Exhibit of a
Pedestrian Access Easement
C2
Q
w `��� Situated in the L. A. Buher Survey, Abstract Number 64,
nA/C �rYtwo and the A.W. Robertson Survey, Abstroct Number 1553,
City of Fort Worth, Denton County, Texas.
ACF# 9789
f(�q�oeyrm�, iaa�:N�[n�oonu, nprl.��x ]�trr. y.0051431 DRAWN BY: D. Feemon 1ICHEMM eY: Y, edd9es DATE: MM-2t IPAOE # 2 of 2
i,JUll1,G �.11.Y1i1\U/n�lP��V.1f:�i.�twr 1w:t✓wa• �utortuen 1:arae �u
Denton County
Juli Luke
County Clerk
Instrument Number: 7499
ERecordings-RP
EASEMENT
Recorded On: January 27, 2025 08:03 AM
Number of Pages: 10
" Examined and Charged as Follows: "
Total Recording: $61.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
7499
20250124000683
January 27, 2025 08:03 AM
Kraig T
Station 21
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project: Westport 24 - Infrastructure
Parcel #: 04
Doe #: CPN: 105575, IPRC24-0107
Address:
Lot: Block: Addition:
STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF DENTON
CITY OF FORT WORTH
PUBLIC ACCESS EASEMENT AGREEMENT
DATE: a 0 2024
GRANTOR- AIL INVESTMENT, L.P.
AIL West, LLC
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, STE. 300
FORT WORTH, TARRANT COUNTY, TEXAS 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TEXAS 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the
receipt and sufficiency of which is hereby acknowledged.
PROPERTY:
Being a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of Fort Worth,
Denton County, Texas, and being a portion of that tract of land described by deed to AIL Investment, L.P.
and AIL West, LLC, recorded in Instrument Number 2019-99456, Real Property Records, Denton
County, Texas, and being more particularly described by metes and bounds as described on Exhibit "A".
Page I
Access Easement Agreement
ACF 8843 - AIUAIL West-cofiv-2024
1. Grant of Easement. Subject to the terms and conditions of this Agreement,
Grantor hereby grants and conveys to Grantee an easement (the "Easement') over, under and
across the property described in Exhibit "A" attached hereto (the "Easement Tract'). This grant
and conveyance is made subject to all matters of record affecting the Easement Tract as of the
date shown above.
2. Purnose of Easement. The Easement shall only be used solely for the purposes
of providing public vehicular and pedestrian ingress and egress to all property that is adjacent to
the Easement Tract, including using, operating, maintaining, repairing and replacing the concrete
paving (the "Permitted Facilities").
3. Permitted Assignment. Except as provided in this Paragraph 3, Grantee shall
not convey, transfer, pledge, encumber or assign any of its rights under this Agreement without
the prior written consent of Grantor. Notwithstanding the foregoing, however, Grantee may
assign all or any of its rights under this Agreement without the consent of Grantor provided that
all of the following conditions are satisfied: (a) the assignee must be an entity acceptable to
Grantor; (b) Grantee must give written notice of the assignment and franchise to Grantor; and (c)
Grantee must deliver to Grantor a written agreement signed by the assignee in which the
assignee agrees to be bound by all the terms and conditions of this Agreement. Any purported
assignment that does not satisfy all of the foregoing conditions shall be void. Any permitted
assignee of the rights of Grantee pursuant to this Paragraph 3 shall hereinafter be referred to as a
"Permitted Assignee." Grantor shall have the right to assign the Easement and this Agreement
without the consent of Grantee or any Permitted Assignee; provided, however, such
assignment(s) shall be limited to assignees that own fee simple title to the property burdened by
the Easement.
4. Other Easements. Grantor reserves the right to grant other rights and easements
on, across, over or under the Easement Tract to such other persons as Grantor deems proper,
provided such other grants do not unreasonably interfere with the use of the Easement by
Grantee for the purposes set forth herein.
5. Relocation. Grantor reserves the right, at Grantor's expense, to relocate the
Easement or any of the Permitted Facilities to locations inside or outside of the Easement Tract
in compliance with the Fort Worth Municipal Code, provided however, Grantor shall notify the
Grantee thirty (30) days prior to such relocation. Grantor shall execute and deliver to Grantee an
easement agreement in the same form as this Agreement for the new location.
6. Repairs Grantee shall repair any damage to the Easement Tract and surrounding
property (including any improvements located thereon) resulting from Grantee's use thereof.
7. Prohibited Substances. Grantee shall not use the Easement Tract in a manner
which violates any federal, state, or local law, regulation, rule or ordinance or which constitutes a
public or private nuisance. Except for the normal use of fuels and lubricants (but excluding the
storage of any such fuels or lubricants), Grantee shall not locate, place, generate, store,
manufacture, use or dispose of on or about the Easement Tract any chemical, pollutant, toxic
substance, hazardous material, waste or other substance that is the subject of any federal, state or
local law, regulation, rule or ordinance pertaining to public health, safety or to the protection or
conservation of the environment.
Page 2
Access Easement Agreement
ACF 8843 - AIUAIL WestcaAv-2024
8. Intentionally Deleted.
9. Notices. All notices given pursuant to or in connection with this Agreement shall
be in writing and shall be effective when deposited in the U.S. mail, postage prepaid, certified or
registered delivery with return receipt requested or, if delivered by some other manner, when
actually received. Notices to the parties shall be addressed as follows:
To Grantor: AIL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, Texas 76102
Attention: Dana Burghdoff
From time to time a party may designate a new address for the purpose of receiving
notices hereunder by giving notice of its new address to the other party in the manner provided
above.
10. Limitation on Liabil#v. Grantee shall only be liable under this Agreement for
the acts, omissions, and breaches of Grantee and its officers, employees, duly authorized agents,
duly authorized representatives, contractors, and subcontractors. Each Permitted Assignee shall
only be liable under this Agreement for the acts, omissions, and breaches of its directors,
officers, employees, agents, representatives, contractors, and subcontractors. For purposes of
this paragraph, a Permitted Assignee shall not be deemed to be a contractor of Grantee solely
because (i) such Permitted Assignee holds a public utility franchise from Grantee; (ii) Grantee
participates in the cost of Permitted Facilities to be installed or constructed by such Permitted
Assignee under contracts to be awarded by such Permitted Assignee; or (iii) Grantee approves
plans and specifications for Permitted Facilities to be installed or constructed by such Permitted
Assignee under contracts to be awarded by such Permitted Assignee.
11. Parties Bound. The rights, duties and obligations created by this Agreement
shall constitute covenants running with the land, shall be binding on all subsequent owners of fee
simple title in and to the Easement Tract, and shall be binding upon and inure to the benefit of
Grantor, Grantee and their respective assignees as permitted by Paragraph 3 hereof.
12. Termination of Easement. The Easement shall automatically terminate upon
incorporation of the Easement into dedicated road or street right-of-way (as evidenced by
recordation of road or street right-of-way by the City of Fort Worth).
TO HAVE AND TO HOLD the above -described premises, together with all and
singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors
and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to
warrant and forever defend, all and singular, the said premises, subject to all matters now of
Page 3
Access Easement Agreement
ACF 8843 - AIWAIL Westc fw-2024
record affecting said premises, unto Grantee, its successors and permitted assigns, against every
person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or
under Grantor, but not otherwise.
EXECUTED to be effective as of the date first written above.
GRANTOR: AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general partner
By: GU•. r"
Name: Fete. LPL
Title: 5VQ
ACKNOWLEDGEMENT
N0.1*3ANYD[I]A11*445.9
COUNTY OF TARRANT
This instrument was acknowledged before me on P van. er- r'W . 2024, by
Gib( �\rN� . �;((�° �(�I FAIL GP, LLC, a Texas imited liability company, on
behalf o? said limited liability company, in its capacity as general partner of AIL Investment,
L.P., a Texas limited partnership, on behalf of said limited partnership.
yp �� LOBI BOWLING Notary u tic, Stof exa
y� ' J
_ Notary Public, State of Texas
•..+w` Comm. Expires 10-17-2027
Notary 10 124717681
Page 4
Access Easement Agreement
ACP 8843 - AIUAIL West-coPv-2024
AIL West, LLC,
a Texas limited liability company
By: k)
tVL Name: l c 9,D
Title: SvP
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
This instrument was acknowledged before me on 2024, by
Ell -- q'k , { .1i LFi Oft'fS;c) AIL West, LLC, a Texas limited liability company, on
behalf of said limit liability company.
Notary Pub1 StateV6exasl:�
LORI BOWLING
�o: 4
Notary Public, State Of Texas
Comm. Expires 1&.17.2027
Notary ID 124717681
Page 5
Access Easement Agreement
ACP 8943 - AVAIL West-cofiv-2024
GRANTEE: CITY OF FORT WORTH
By: wbRo.andol(iJao`in, 2o]s i 53i CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: %�
Name:
Assistant City Attorney
0)zhNI:TO101t)Lf9NF.12[a]3UvMZ/:Cs79131
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.
By: pphe«,1$w,� � �— U 2ms na m can
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
TEXAS, on this day personally appeared Dana Burghdoff, Assistant City Manager of the
CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to
the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF
FORT WORTH and that he executed the same for the purposes and consideration therein
expressed and, in the capacity, therein stated.
JanusUNDER M 2HAND AND SEAL OF OFFICE this 24th day of
January .20
TIFFANY BACON
Notary Public
STATE OF TEXAS
Notary I.D. 128261860
My Comm. Exp. Jan. 20, 2027
Notary Public in and for the State of TEXAS
Page 6
Access Easement Agreement
ACF 8843 - AIL/AIL West-coftv-2024
GRANTEE'S ADDRESS:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
AFTER RECORDING, RETURN TO:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
WITH COPY TO:
AIL Investment, LP
9800 Hillwood Parkway Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Page 7
Access Easement Agreement
ACF 8843 - AIUAIL West-cohv-2024
Exhibit "A"
Description of a
Public Access Easement
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of
Fort Worth, Denton County, Texas, and being a portion of that tract of land described by deed to
All, Investment, L.P., and All, West, LLC., recorded in Instrument Number 2019-99456, Real
Property Records, Denton County, Texas, and being more particularly described by metes and
bounds as follows:
COMMENCING at the southerly northwest corner of said All, tract, the east right -of --way line
of Farm to Market 156 (a 200 fool right -of way), recorded in Instrument Number 2007-1 10923,
and the northwest corner of that tract of land described by deed to Alliance Westport No. 24,
Ltd., recorded in Instrument Number 2024-112337, both of said Real Property Records, from
which a Texas Department of'fransportation Monument found, in the west line of said Alliance
tract, and said east right-of-way line, bears S 41*31'45" W, 874,17 feet;
THENCE S 48027'55" E, 1,190.73 feel, with the northeast line of said Alliance tract, and the
northerly southwest line of said All, tract, to the POINT OF BEGINNING;
THENCE departing said common line, over and across said All, tract the following bearings
and distances:
N 41 °32'05" E, 110.00 feet;
S 48°27'55" E, 130.00 feet;
S 41 °32'05" W, 110.00 feet, to the northeast line of said Alliance tract;
THENCE N 48027'55" W, 130.00 feet, with said northeast line, to the Point of Beginning and
containing 14,300 square feet or 0.328 acres of land more or less.
"Imegrul pans or this doctununr
1. Doscription
I Exhibit
West»hod Job No. 120051-131 Tracking No. ACIV 9943
Denton November W, 2024
QVOM0051431.00a2 SRVYICSM'I'S11,EOAI.S'1Ro05I431 P.A5.DOCX Pago I oft
Basis of Beonrg is the Texas Coordinate
dTx System North Cenlrol Zone 4202, NM 83 _
IRF Iron Rod Found LL
AIL Investment, L.P.,
Point of & AIL West, LLC, e
o° / Inst.- 2019-99456 0 1C?0 200
nC o e , Commencing
R.P.R.D.C.T. �''
FRS a.. .1 / / / / / / GRAPHIC SCALE IN FEET
D / / "Integrol Ports of this Docunenl"
0a / / t.. A. 0UiLER 5URV6Y I. Description
7 i� /�1 / 2. Exhibit O
/ y, A 051 • 6 `t I m
a` 40'Gos Easement �T Pipeline and Rood Easement 7
/ Mst • 2009-117217 (to Pod 6)
/ �- Inst • 2004-53748 I o
/-- R.P.R.D.C.7 R.P. R.D C T I wy
F Rood Easement"B"
30'Southwest (centerline description, width undefined) (OPProx Ioconon) 1 '�I i
Pipelne Eosement lost.- 2004-53748
tnst.- 2005-1945 R.P.R D.CT 30'Pipeline Easement I
RPR.D C.T (opprox location) Vol. 4966, Pig 1256` I 1
TxWT oxsurvey I ,ne �
_ R.P.R.C. T. I w
/ /' apPr , — � TI D I I i a
/'Foal
—L — ——
/.—
--------- —
rnsl ' q—n C. I'S 79 e O 80 1
.R.P R.D C.l 2G'ra,fs;em
Energy £asemeN
Vol. 2742. Pg. 762
R P.R D.0 T.
Alliance, Wexilpny Point of 0.328 I I I
A.W. R006Rf50N SURVEY No 24.Ltd. Beginning acres
Ins(.• 2024-112337
/\ A05i• 1553 R.PR.D.C.T.
TEPEL5 - S FIRM REa. Na WOTUOt
Io
00,
\ \ i 0
Exhibit of a
Public Access Easement I eill=°
3' g,
Situated in the A Robertson Survey, Abstract Number 1553, Hg
City of Fort Worth, Denton County, Texas. -
Coovru^'k'r M24 Weslw°o0 Proless,onoi Servmes Inc '
Denton County
Juli Luke
County Clerk
Instrument Number: 7940
ERecordings-RP
EASEMENT
Recorded On: January 27, 2025 01:53 PM
Number of Pages: 15
" Examined and Charged as Follows: "
Total Recording: $81.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
7940
20250127000494
January 27, 2025 01:53 PM
Calinda B
Station 20
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project Name: Westport 24 - Infrastructure
Parcel #: 06
Doe #: CPN: 105575. IPRC24-0107
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT WATER LINE EASEMENT
DATE: t5 2024
GRANTOR: AIL INVESTMENT, L.P.
AIL West, LLC
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, SUITE 300
FORT WORTH, TARRANT COUNTY, TX 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and
sufficiency of which is hereby acknowledged.
PROPERTY:
Being a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of Fort Worth,
Denton County, Texas, and being a portion of that tract of land described by deed to AIL Investment,
L.P., and AIL West, LLC, recorded in Instrument Number 2019-99456, Real Property Records, Denton
County, Texas, and being more particularly described by metes and bounds as described on Exhibit A.
Permanent Water Line Easement
ACF 8844 - water line easement-AWAIL WM-cofw-M41
Page I
1. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby
grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for
the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Line
Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and
aboveground attachments, equipment and appurtenances, including, but not limited to manholes,
manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of
the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all
pertinent purposes, together with the right and privilege at any and all times to enter the Property, or any
part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing
said Facility.
2. In no event shall Grantor (I) use the Property in any manner which interferes in any material way
or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument sign, pole
sign, billboard, brick or masonry fences or walls or other structures that require a building permit.
However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property.
Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense,
including the restoration of any sidewalks, driveways, or similar surface improvements located upon or
adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a
result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not
be obligated to restore or replace irrigation systems or other improvements installed in violation of the
provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and
appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever;
and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and
singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully
claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between
the Addendum and this easement, the provisions of the Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGES]
Permanent Water Line Easement
ACF U44 -water hne easement -AVAIL Weshcotiw2024
Page 2
GRANTOR: AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general partner
By.�,F
Eric Elrod
Senior Vice President
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
This 'v� uument was acknowledged before me on J A 60 mt ac- jc. 2024, by I ( ,
�� %rAP. . of AIL GP, LLC, a Texas limited liability company, on behalf of said limited liability
company, in its capacity as general partner of AIL Investment, L.P., a Texas limited partnership, on
behalf of said limited partnership.
LORI BOWLING
Notary Public. state of Teacea
P ¢
Comm. Expires 1t7-T027
Notary ID 124717681
•mma
Au --
Notary Public, State of Tz
Pommmt Water Line Easement
ACP 8844 - water tine a ft-AQAAIL Weaz fw-2024
Page 3
GRANTOR: AIL West, LLC,
a Texas limited liability company
Bv: U
Name: kRl� C-tRdD
Title: Svp
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
This instrument was acknowledged before me on�t$l fvhbef 15, 2024, by E-f i L 0 f 7Xk ,
5(A ke, Vee5 . of AIL West, LLC, a Texas limited liability company, on behalf of said limited
liability company. /�1
LORI BOWLING�'c` `' ' // v�It,��
/l/Uv
' . r -_Notsry Public, State of Texas
. �= Comm. Expires 10.17-2027 Notary Public, State of TeSas\
NotaryID 124717681
Pesmaoent Wear Line Easement
ACF SM - "" line easement-AE✓AIL West-cofw-2024
Page 4
GRANTEE: CITY OF FORT WORTH
DGINGt $
Dana DmghAofi �Jao 2@51 34 CSi�
By.
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: l �
Name: Hye Won Kim
Assistant City Attorney
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.
By: Rebecca wen Jan 2a.2msie 14 csrl
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 24th day of
January .2024.
�R pis TIFFANY BACON Notary Public in and for the State of TEXAS
ao �� Notary Public
Permanent Water Line Fasanrnt
• it STATE OF TEXAS ACF 88u-weer line easement-AIIIAIL Westrfw2024
Notary I.D. 128261860 Pages
My Comm. Exp. Jan. 20, 2027
V1111DIaII11uI
This Addendum to the foregoing City of Fort Worth Permanent Water Line Easement (the
"Easement") modifies the Easement as follows:
Notwithstanding any provision in the Easement to the contrary:
1. The second sentence of Section 1 of the Easement is hereby deleted and the following is
substituted therefor:
The Facility includes all reasonable and customary incidental underground and aboveground
attachments, equipment and appurtenances, including, but not limited to valve boxes and vaults, fire
hydrants, air release valves, and vaults, blow -off valves and vaults, meters and meter boxes, service
line connections, pipelines, junction boxes in, upon, under and across the Property more fully
described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the
right and privilege at any and all times to enter the Property or any part thereof for the purpose of
constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant and
conveyance is made subject to all matters of record affecting the Property.
2. The last sentence of Section 2 of the Easement is hereby deleted and the following is
substituted therefor:
Provided, however, that Grantee shall not be obligated to restore or replace improvements installed
in violation of the provisions of this Easement.
3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which
consent shall not be unreasonably withheld.
4. Grantor reserves and retains the right to grant other rights and easements across, over or under
(but not parallel and overlapping) the Property to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the purpose
set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee
title to the Property and their designees shall retain the following rights with respect to the Property:
(a) to build fences (unless construction of said fence requires a building permit, in which case
Grantor must obtain written consent from Grantee's Water Department Director), one or more
roads, driveways, alleys, and to construct underground utilities across, over and under the
Property; and
(b) to landscape the Property.
Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys,
or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees;
provided, however, the crossing angle of such improvements with the facilities may be reduced to no
less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or
such future owners of the Property in their sole discretion, but in no event shall such fences, roads,
alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the
prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities
or landscaping improvements within the Property shall be subject to reasonable minimum horizontal
Pelmanal Winer Line Easement
ACF$847- water line euanent-AalAIL Weml fw202/
Page I
and vertical clearance requirements of the Grantee. The right of Grantor and any fixture owners of the
Property to landscape the surface of the Property as set forth above shall not give Grantor and any
future owners of the Property the right to place hardscape (such as fountains, walls and retaining
walls) on the surface of the Property without the written consent of Grantee so long as the construction
of such hardscape does not require a building permit. In the event the construction of such hardscape
does require a building permit, Grantor and any future owners must obtain, from Grantee's Water
Department Director, written consent of the construction. Further, Grantor, at its expense, shall have
the right to relocate any facilities installed pursuant to this Easement provided that the level of service
provided by such facilities at the new location will not be impaired or disrupted in any respect either
in the process of such relocation or after the completion thereof.
5. Grantee shall repair any damage to improvements on the Property or surrounding property
and restore the surface of the Property and surrounding property from damage resulting from
Grantee's use of the Property.
6. Grantee shall not use the Property, or permit use of the Property by any other person, in a
manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or
welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said
public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of
its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or
dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a
hazardous substance may have been generated, manufactured or disposed of on or about the Property
by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees,
Grantor may have environmental studies of the Property conducted as it deems appropriate. In the
event such studies reveal that a hazardous substance has been generated, manufactured or disposed
of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee.
7. Except with regard to those arising from the gross negligence or willful act or omission of
Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses
from a User's use of the Property. A "User" is defined to include any person, other than the City,
providing materials or service in connection with the design and construction of the Facilities.
8. All notices required or permitted hereby shall be in writing and become effective after being
deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by
some other manner, when actually received. Notices to the parties shall be addressed as follows:
To Grantor: AIL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
P=anent Water Line Eas M
ACF 8847-water line ea =I-ADJAIL West-cofw-2024
Page 2
From time to time a party may designate a new address for the purpose of receiving notices hereunder
by giving notice of its new address to the other parry in the manner provided above.
9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors
in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the
purposes permitted herein.
10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted
and the following is substituted therefor:
TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights
and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns,
forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all
and singular, the said premises, subject to all matters now of record affecting said premises, unto
Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or
to claim the same or any part thereof, by, through or under Grantor, but not otherwise.
11. This Easement and Addendum to be effective as of the date first set forth in the Easement.
12. In the event of a conflict between this Addendum and the Easement, the provisions of this
Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Pemumttt Weser Line Easement
ACF $847 - caner linen ent-AIVAIL West-wM-202/
Page 3
GRANTOR: AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general partner
By: ! 4 Y '
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
Eric Elrod
Senior Vice President
r This instrument was acknowledged before me on ember I5, 2024, by
t�, SG`. V i Le f6 of AIL GP, LLC, a Texas limited liability company, on behalf
of said limited liability company, in its capacity as general partner of AIL Investment, L.P., a Texas
limited partnership, on behalf of said limited partnership.
LOflI BOWLING
Notary Public, State of Texan
Comm. 2027
....�,. Expirea10.17-
�'�%Of Notary lD 124717081
n.oa�
n
Notary Public, State of Te as
Permanent Water Line Easement
ACF 9847 . m(er line easement-AQ/AIL Westsofw 2024
Page 4
GRANTOR: AIL West, LLC,
a Texas limited liability company
li
By: lM '( u
Name: rvK L Koz
Title: S%&
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
T 's instrument was knowI dged
C , S(N 1 C of ALL
behalf of said limited liability company.
LORI BOWLING
_Notary Public, State of Texas
Comm. Expires 10.17-2027
Notary ID 124717881
before me on M ber 15 2024, by
West, LLC, a Texas limited liability company, on
Notary Public, State ofe aS
Permanent Water Line Easement
ACF 8847 -water line eautnent-AlUAIL West-nofw-2024
Page 5
GRANTEE: CITY OF FORT WORTH
eta ScrAakcfo�
By: mna aurehaox l�an�:3 csT)
Dana Burgbdeff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Hye Won Kim
Assistant City Attorney
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.
By. MhA OmnlJw 24 2025 M10 C5T1
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
TEXAS, on this day personally appeared Dana Burghdoff, Assistant City Manager of the
CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to
the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF
FORT WORTH and that she executed the some for the purposes and consideration therein
expressed and, in the capacity, therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 24th bey of
January . Zp 25
Notary Public in and for the State of TEXAS
o�pRYpGe�' TIFFANY BACON
a Notary Public
,r * STATE OF TEXAS
Notary I.D. 128261860 FAge6
�oF a Agreeam
My Comm. Exp. Jan. 20, 2027 ACF$793-AAILIALst�eoWai
. . . . . . . . . .
GRANTEE'S ADDRESS:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
GRANTOR'S ADDRESS:
ALL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Peananent Wx Line Eammem
ACF 99e7 - "ta litre easement-AQJAIL Weds fw-202/
Page 7
Exhibit "A"
Description of a
Waterline Easement
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of
Fort Worth, Denton County, Texas, and being a portion of that tract of land described by deed to
AIL Investment, L.P., and ALL West, LLC, recorded in Instrument Number 2019-99456, Real
Property Records, Denton County, 'texas, and being more particularly described by metes and
bounds as follows:
COMMENCING at the southerly northwest corner of said All, tract, the east right-of-way line
of Farm to Market 156 (a 200 foot right-of-way), recorded in Instrument Number 2007-110923,
and the northwest corner of that tract o fland described by deed to Alliance Westport No. 24,
Ltd., recorded in Instrument Number 2024-112337, both of said Real Property Records, from
which a Texas Department of Transportation Monument found, in the west line of said Alliance
tract, and said east right-of-way line, bears S 41e31'45" W, 874.17 feet;
THENCE S 48e27'55" E, 1,190.73 feet, with the northeast line of said Alliance tract, and the
northerly southwest line of said AIL tract;
THENCE N 41e32'05" E, 3 L50 feet, departing said common line, to the POINT OF
BEGINNING;
THENCE over and across said AIL tract the following bearings and distances:
N 41°32'05" E, 20.00 feet;
S 48e27'55" E, 36.87 feet;
S 41e32'05" W, 20.00 feet;
THENCE N 48e27'55" W, 36.87 feet to the Point of Beginning and containing 737 square feet
of land more or less.
"low" path of this document"
1. Desenpdon
2 Exhibit
Westwood Job No. R005143 t Tracking No. ACF# 8844
Denton November 06, 2024
G:1106\0051431.0M2 SRVWSKrMLEGALMR0051431EA6.DOCX Page I oft
TxNT Basis of Beanng IS lne Teaos Cocrdlrml E
Line Table Sysien, North Centeo, tore 42D2, NAD B3 e
F^T'� LT N41.32'05"'e 20. UU' e?
iRF •Iron kotl Fcano DN
L2 549.27'S5"E 0, 9iS' / / L3 541.32'U5"W 236. 0U"L4 N48.27'S5"W 56.87
m40 Gas Eoseen(
rnsr.• 200ea0217
° a / r R.p.R.D.0 7 0 lOD 200
ti� o / \/_3 Point of r.--�.-,0 <
c/ / / / /Commencing GRAPN;C SCALE IN FEET
3` Ai L A OUT1,ER SURVEY m RVEY r1ejrOIPorts or this Docuent' r�jt
'Qa�o- /$t?/ // / 1 Desc"'00n
A06T• 64 25
E:h,p,l m
AIL Investment, L.P.,
RaoO rxseme": "T \ & AIL West, LLC, m
cenrern.c 11.31-:at[on s, Inst.' 2019-99456 z .
lost • , 913-53748 R.P.R.O C.T. w
R..e.U.0 C.T \?r.
lxwr / / 30-Southwest 1I ODProw Survey ling ---- --- ------ _--- \' {2
P,peme Easement 1 \\ 737
rnsL• 2005-I946 .a,Ft y
— 20 Gos Easement
/ Inst.. 2008-36679 20'Mi(chetl
R.P.R.O C.T. Energy Eosemenl
P lnnce WeslPOTf g
Vol C. 762 N!
R.P.R.DT No. 24. Ltd.
msr.• 2024-112337 d
RPRD.C3. Ndr3.^03`F ✓✓N��� 11l/// g
0
A.W. ROOPoint of
ERT50N SURVEY \ °�.
A65T• 1553 Beginning
s....... +lF
.•9 .49 ... v+..• \ O
Exhibit of a \ e S
Waterline Easement
Situated in the A.W Robertson Survey, Abstract Number 1SS3, I -�
City of f or t Wor th, Denton County, I e.os €_ E
TB LLS - Ls FIRM REG. NO 0074301=ca:.",1, 2024 wesbooe Fr aessronoi Ser.¢es Mc 1'
Denton County
Juli Luke
County Clerk
Instrument Number: 6641
ERecordings-RP
EASEMENT
Recorded On: January 23, 2025 1039 AM
Number of Pages: 15
" Examined and Charged as Follows: "
Total Recording: $81.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
6641
20250123000191
January 23, 2025 10:39 AM
Kraig T
Station 21
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project: Westport 24 - Infrastructure
Parcel #: 03
Doe #: CPN: 105575, IPRC24-0107
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT DRAINAGE EASEMENT
DATE: 1\"e- 6f 15.2024
GRANTOR: AIL INVESTMENT, L.P.
AIL West, LLC
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, SUITE 300
FORT WORTH, TARRANT COUNTY, TX 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt
and sufficiency of which is hereby acknowledged.
Property:
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of Fort
Worth, Denton County, Texas, and being a portion of that tract of land described by deed to AIL
Investment, L.P., and AIL West, LLC, recorded in Instrument Number 2019-99456, Real Property
Records, Denton County, Texas, and being more particularly described by metes and bounds as
described on Exhibit "A".
Permanent Drainage Easement
ACF 8845-dea-AIWAIL West-wfw-2024
L Grantor, for the consideration paid to Grantor and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual
easement for the construction, operation, maintenance, replacement, upgrade, and repair of a
Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental
underground and aboveground attachments, equipment and appurtenances, including, but not
limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon,
under and across a portion of the Property and more fully described in Exhibit "A" attached hereto
and incorporated herein for all pertinent purposes, together with the right and privilege at any and
all times to enter Property, or any part thereof, for the purpose of constructing, operating,
maintaining, replacing, upgrading, and repairing said Facility.
2. In no event shall Grantor (I) use the Property in any manner which interferes in any material
way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within
the easement property a permanent structure or building, including, but not limited to, monument
sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building
permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on
the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost
and expense, including the restoration of any sidewalks, driveways, or similar surface improvements
located upon or adjacent to the Property which may have been removed, relocated, altered, damaged,
or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however,
that Grantee shall not be obligated to restore or replace irrigation systems or other improvements
installed in violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights
and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns
forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever
defend all and singular the easement unto Grantee, its successor and assigns, against every person
whomsoever lawfully claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
See Addendum attached hereto and incorporated herein by reference. In the event of a conflict
between the Addendum and this easement, the provisions of the Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGES]
2
Permanent Drainage Easement
ACF 8845-dea-AarAa. West-cofw-2024
GRANTOR. AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general partner
BY: ft-)- _
Name: huc. Ft ub
Title: SvP
STATE OF TEXAS
COUNTY OF TARRANT §
fhient was hacknowledged before me on Um �- r-) , 2024, by
Ef C(_ �C'O SC.�it� fey. of AIL GP, LLC, a Texas limited liability company, on
behalf of said limited liability company, in its capacity as general partner of AIL Investment, L.P.,
a Texas limited partnership, on behalf of said limited partnership.
Pub BOWLING Notary Public- State of Te>tes
`g.
Comm. Expees 10.17-2a27
Notary ID 1247178f;1 1 Notary Public, State of Texas ,Q o��. `
Permanent Dmmage Easemenr
ACF 9845-dea-AIWAa. West-wfw-2024
GRANTOR: AIL West, LLC,
a Texas limited liability company
41- By: NA - P fA
Name: ait. FL-"i)
Title: sw
STATE OF TEXAS
COUNTY OF TARRANT §
This instrument'' was acknowledged before me on t�w!n6c 6 2024, by
Er i [. r I (` cA , C . V i(e. �, of AIL West, LLC, a Texas limited iability company, on
behalf of said limited liability company.
LOHI BOWLING
Notery PuDOc, State of Taxes l `
Comm. Expires 10-17.2027 1
%i„r,.• Notary ID 124717681
Notary Public, State of Texas
Permanent Drainage Eaaement
ACF 8845dea-AIUAIL West-cofW-2024
GRANTEE: CITY OF FORT WORTH
B Dana Sur o
y; Oana Bulghtloif Uan2 ,202523.32 CB¶
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: sp�
Name: Hye Won Kim
Assistant City Attorney
CONTRACT COMPLIANCE MANAGER:
By signing, I acknowledge that I am the person responsible for the monitoring and administration
of this contact, including ensuring all performance and reporting requirements.
By: T-b� an 22, 2025/038 CST)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS,
on this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing
instument, and acknowledged to me that the same was the act of the CITY OF FORT WORTH
and that he executed the same for the purposes and consideration therein expressed and, in the
capacity, therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2025
Notary Public in and for the State of TEXAS
149
TIFFANY BACON
Notary Public
STATE OF TEXAS
Notary I.D. 128261860 s
MY Comm. Exp. Jan. 20, 2027 dw-AI ADrainage Easement
ACF 8845-0ea-AIUAIL West-cofw-2024
1101►11111i51
This Addendum to the foregoing City of Fort Worth Permanent Drainage Easement (the "Easement")
modifies the Easement as follows:
Notwithstanding any provision in the Easement to the contrary:
1. The second sentence of Section 1 of the Easement is hereby deleted and the following is
substituted therefor:
The Facility includes all reasonable and customary incidental underground and aboveground
attachments, equipment and appurtenances, including, but not limited to manholes, inlets, headwalls,
rip -rap, channels (lined or earthen), pipelines, junction boxes in, upon, under and across the Property
more fully described in Exhibit "A" attached hereto and incorporated herein for all purposes, together
with the right and privilege at any and all times to enter the Property or any part thereof for the purpose
of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant
and conveyance is made subject to all matters of record affecting the Property.
2. The last sentence of Section 2 of the Easement is hereby deleted and the following is
substituted therefor:
Provided, however, that Grantee shall not be obligated to restore or replace improvements installed
in violation of the provisions of this Easement.
3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which
consent shall not be unreasonably withheld.
4. Grantor reserves and retains the right to grant other rights and easements across, over or under
(but not parallel and overlapping) the Property to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the purpose
set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee
title to the Property and their designees shall retain the following rights with respect to the Property:
(a) to build fences (unless construction of said fence requires a building permit, in which case
Grantor must obtain written consent from Grantee's Director of the Transportation and Public Works
Department), one or more roads, driveways, alleys, and to construct underground utilities across, over
and under the Property; and
(b) to landscape the Property.
Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys,
or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees;
provided, however, the crossing angle of such improvements with the facilities may be reduced to no
less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or
such future owners of the Property in their sole discretion, but in no event shall such fences, roads,
Permanent Drainage Easement
ACF 8945dea-AIL/AIL West-cofw-2024
alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the
prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities
or landscaping improvements within the Property shall be subject to reasonable minimum horizontal
and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the
Property to landscape the surface of the Property as set forth above shall not give Grantor and any
future owners of the Property the right to place hardscape (such as fountains, walls and retaining
walls) on the surface of the Property without the written consent of Grantee so long as the construction
of such hardscape does not require a building permit. In the event the construction of such hardscape
does require a building permit, Grantor and any future owners must obtain, from Grantee's Director
of the Transportation and Public Works Department, written consent of the construction. Further,
Grantor, at its expense, shall have the right to relocate any facilities installed pursuant to this Easement
provided that the level of service provided by such facilities at the new location will not be impaired
or disrupted in any respect either in the process of such relocation or after the completion thereof.
5. Grantee shall repair any damage to improvements on the Property or surrounding property
and restore the surface of the Property and surrounding property from damage resulting from
Grantee's use of the Property.
6. Grantee shall not use the Property, or permit use of the Property by any other person, in a
manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or
welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said
public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of
its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or
dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a
hazardous substance may have been generated, manufactured or disposed of on or about the Property
by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees,
Grantor may have environmental studies of the Property conducted as it deems appropriate. In the
event such studies reveal that a hazardous substance has been generated, manufactured or disposed
of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee.
7. Except with regard to those arising from the gross negligence or willful act or omission of
Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses
from a User's use of the Property. A "User" is defined to include any person, other than the City,
providing materials or service in connection with the design and construction of the facilities.
8. All notices required or permitted hereby shall be in writing and become effective after being
deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by
some other manner, when actually received. Notices to the parties shall be addressed as follows:
2
Permanent Drainage Easement
ACF 8845-dea-AIUAIL West< &-2024
To Grantor: AIL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
From time to time a party may designate a new address for the purpose of receiving notices hereunder
by giving notice of its new address to the other parry in the manner provided above.
9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors
in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the
purposes permitted herein. This easement shall automatically terminate upon dedication of the
Property for use as a right of way for a public road.
10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted
and the following is substituted therefor:
TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights
and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns,
forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all
and singular, the said premises, subject to all matters now of record affecting said premises, unto
Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or
to claim the same or any part thereof, by, through or under Grantor, but not otherwise.
11. This Easement and Addendum to be effective as of the date first set forth in the Easement.
12. In the event of a conflict between this Addendum and the Easement, the provisions of this
Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Permanent Drainage Easement
ACF 8845-dea-AIUAIL Wesacofw-7024
GRANTOR: AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general partner
r
40- By: NBC
Name: Exit, C-Ledm
Title: SVP
STATE OF TEXAS §
COUNTY OF TARRANT §
This instrument was acknowledged before me on � D o f m bef 1 � 2024, by
art r e ' DA- ST A I CP_ 0milof AIL GP, LLC, a Texas limited liability company, on behalf
of said limited liability company, in its capacity as general partner of AIL Investment, L.P., a Texas
limited partnership, on behalf of said limited partnership.
o�'p'r'�"•,, LORI BOWLING
Notary Public, State of Texas
5:+7a Comm. Expires 10-17-2027
....: +.
�'•�;,?;,�� Notary 10 124717881
Notary Public, State of Texas
Permanent Drainage Easement
ACP 8845-dea-AIUAIL West-cofw-2024
GRANTOR- AIL West, LLC,
a Texas limited liability company
V1 By: 4 C,42
Name: Rtc EL? z
Title: Sy}
STATE OF TEXAS §
COUNTY OF TARRANT §
This instrumentwas acknowledged before me on iVWfiPAW '3 , 2024, by
EC %C- 'F_krik We- VrL-5 . of AIL West, LLC, a Texas limited liability company, on
behalf of said limited liability company.
.•10�� LORI BOWLING
Notary Public, State of Texas )\
F Comm. Expire$ 10.17-2027 Notary Public, State of Texas
Notary ID 124717881
5
Permanent Drainage Easement
ACF 8845-dea-AIUAIL West-wfw-2024
GRANTEE: CITY OF FORT WORTH
Dana Bur d�ah a2FF
$y; Dana eorgnaoupenz ,xozsx3 azcsp
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: A ,
Name: Hye Won Kim
Assistant City Attorney
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.
By: Rebecca Owen (Jan32,3035103SCST)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2025
o�PRYPce�� TIFFANY BACON
z Notary Public
* * STATE OF TEXAS
"�9�oFP Notary I.D. 128261860
' My Comm. Exp. Jan. 20, 2027
- - - - - - - - - - - - -
2 9�
Notary Public in and for the State of TEXAS
Permanent Drainage Ea ent
ACF 8845-dea-AIUAIL West- &-2024
GRANTEE'S ADDRESS: AFTER RECORDING, RETURN TO:
City of Fort Worth City of Fort Worth
200 Texas Street Transportation and Public Works
Fort Worth, TX 76102 Right of Way and Easements Division
Attention: Dana Burghdoff 900 Monroe Street, Suite 404
Fort Worth, TX 76102
WITH COPY TO:
AIL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Permanent Drainage Easement
ACF 8845-dea-AIL/AIL West-cofw-2024
Exhibit "A"
Description of a
Public Drainage Easement
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of
Fort Worth, Denton County, Texas, and being a portion of that tract of land described by deed to
AIL Investment, L.P., and AIL West, LLC, recorded in Instrument Number 2019-99456, Real
Property Records, Denton County, Texas, and being more particularly described by metes and
bounds as follows:
COMMENCING at the southerly northwest corner of said AIL tract, the east right-of-way line
of Farm to Market 156 (a 200 foot right-of-way), recorded in Instrument Number 2007-118923,
and the northwest corner of that tract of land described by deed to Alliance Westport No. 24,
Ltd., recorded in Instrument Number 2024-112337, both of said Real Property Records, from
which a Texas Department of Transportation Monument found, in the west line of said Alliance
tract, and said east right-of-way line, bears S 41*31'45" W, 874.17 feet;
THENCE S 48e27'55" E, 1,190.73 feet, with the northeast line of said Alliance tract, and the
northerly southwest line of said AIL tract;
THENCE N 41e32'05" E, 13.79 feet, departing said common line, to the POINT OF
BEGINNING;
THENCE over and across said AIL tract the following bearings and distances:
N 41e32'05" E, 28.28 feet;
N 86n32'05" E, 308.01 feet;
N 64n02'05" E, 7.57 feet;
N 25057'55" W, 8.16 feet;
N 64n02.05" E, 48,87 feet;
S 25n57'55" E, 36.33 feet;
S 64002'05" W, 48.67 feet;
N 25e57'55" W, 8.17 feet;
S 64°02'05" W, 11.75 feet;
THENCE S 86e32'05" W, 331.98 feet to the Point of Beginning and containing 8,364 square
feet or 0.192 acres of land more or less.
'Integral parts of this doctanenr
1. Description
2. Exhibit
lt'cstwood Job No. R0051431 Tracking No. ACF# 8845
Denton Novamber 06, 2Y24
G.VOBW05143 LW\2_SRVY\ESMIS\I.EGALSUt0051431_L•A7 DOCX Page t ot'2
/ Basis of Beorng is the Texas Coordinate v
1� dTX00i System North CenirolZone 4202. NqD 83 c
`\ ( cnmon. IRF • Iron Rod Found
� a` s �"-�\t9"• / �i I,. A. OUrI,ER SURVEY � �T^ N
�° . r Aro
<�o�fry / /' i A851< 64 Line Table �`'
lr„0 e c••. ,�% / i 40' Gas Easement
L1 N64.02'05"E 7.57'
L2 N25.57'55"W 6.16' 0 100 200
of tea./ RP.R.DCT -t —1
rC,� Covp1\4�• x. Point of L3 N64*02'05"E 36.33'
MOM ry s �� �4a4a ;� //// //Commencing L4 S25.57'S5"E 48.67' GRAPHIC SCALE IN FEET
LS 564.02'05"W 00.17' •lntegrd Par is or this Document"
L6 N25.57' S5"W 1 . 75' t. Description
L7 564.02' OS"W 11 . 75' 2. Exhibit rc
m
AIL Investment, L.P., m
Road Easement 'B" & AIL % West, LLC,
centerline ? centere descrq lion o
Inst.- 20D.C.T. 56 w fi
width undefined 4� z n
Ins'• 2004-53748 R.P.R.O,C.T,
— _ iBpprox la otionl ,--_-___ ODDrO%. StFveY__:no
_ _ —_- w
ixcor / / 30'soitti �L17�.. z
�car.wn / Pea fine Eos<men:
/ Ins 1.• 2005t946-- - / g
/ .FM, \.t- _ _ _ _ L6 of
R.P ROC T. _ _ i
_ 3
- 20' Gas Easement _ — _ — ~ _ —` — ^ N41• 32'05"E o
Inst.• 2008-36679 28.28'
20-Milchell
R.P.R.D.GT. P117once Westport N86° 32'OS"E
Energy Easement No.24.Ud.
Vol. 7742. Pg. 767 30..01' g
R.P.R D C T, Inst. • 2024-If2337 oint of )� / �3 ,acres
RPRD.C.7. Beginning-
°r S86.32'05"W 8
N4r32'05'EI 331.98' &
y q1 �LST£b` Y •`\ 30'Plpeline Easement
ryrai fa9j7,,\•, A.W. UbEU60N SURVEY Vol. 4966. Pg.
'•••••• .. _ A05f• 1553 R.PRDCT
Pipeline and Road Easement 1 I G Lft 8
�y... .
(to Pod 6) B
Jn� $
Met.- 7004-53748�\ 1., J"t 1 Il fj i
Exhibit of a (approx. location) 1%
Public Drainage Easement ;<
/ t Situated in the A.W. Robertson Survey, Abstract Number 1553, I6
C ty of Fort Worth, Denton County, Texas
i BREL$ LS rmM REC. NO t00J4Ja1 Co; ynyntel 2024 W<s1"oo4 Mc ,•
Denton County
Juli Luke
County Clerk
Instrument Number: 6613
ERecordings-RP
EASEMENT
Recorded On: January 23, 2025 10:00 AM
Number of Pages: 13
" Examined and Charged as Follows: "
Total Recording: $73.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
6613
20250123000141
January 23, 2025 10:00 AM
Jennifer K
Station 18
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project Name: Westport 24 - Infrastructure
Parcel #: 03
Doe #: CPN 105575, IPRC24-0107
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT WATER LINE EASEMENT
DATE: G r ii-k as-4 2024-15
GRANTOR: Alliance Westport No. 24, Ltd.
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, SUITE 300
FORT WORTH, TARRANT COUNTY, TX 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and
sufficiency of which is hereby acknowledged.
PROPERTY:
Being a tract of land situated in the L.A. Butler Survey, Abstract Number 64, City of Fort Worth, Denton
County, Texas, and being a portion of that tract of land described by deed to Alliance Westport No. 24,
Ltd., recorded in Instrument Number 2024-112337, Real Property Records, Denton County, and being
more particularly described by metes and bounds as described on Exhibit A.
Pennanwt Water Line Easement
ACF 9946. water line eaxmem-WP24-wrW-2024
Page I
1. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby
grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for
the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Line
Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and
aboveground attachments, equipment and appurtenances, including, but not limited to manholes,
manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of
the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all
pertinent purposes, together with the right and privilege at any and all times to enter the Property, or any
part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing
said Facility.
2. In no event shall Grantor (1) use the Property in any manner which interferes in any material way
or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument sign, pole
sign, billboard, brick or masonry fences or walls or other structures that require a building permit.
However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property.
Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense,
including the restoration of any sidewalks, driveways, or similar surface improvements located upon or
adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a
result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not
be obligated to restore or replace irrigation systems or other improvements installed in violation of the
provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and
appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever;
and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and
singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully
claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between
the Addendum and this easement, the provisions of the Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGES]
I'Mianem W.I4r Line Easement
ACF 8846. water line easement-W P24- ftv-2024
Page 2
GRANTOR: Alliance Westport No. 24, Ltd.,
a Texas limited partnership
By: Hillwood Alliance Management II, LLC,
a Texas limited liability company,
its general partner
By: .Ltr 4 i�.
Name: 62le— Fa.VII)
Title: —S VP
A]CNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
This instrument was acknowledged before me on JAYlu-a"(P . 20R5 by
rV i r fbrQ� 5C .V <�R— IPrt'S . of Hillwood Alliance Management II, LLC, a Texas limited
liability company, in its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas limited
partnership, on behalf of said limited partnership.
LOflI BOWLING
Notary Public, State of Texas
Comm. Expires 10-17-2027
Notary ID 124717681
Notary Public, State of Tex
Pemuneal Water Line Casenlem
ACF 8846- water line easement-WP24 Af 2024
Page 3
GRANTEE: CITY OF FORT WORTH
Dana Burg - 0
By: a,en ffFWh2.20253335C5n
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: %
Name: Hye Won Kim
Assistant City Attorney
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.
By: Re!aVwen lJan 22,2W51358 C5T)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2024.
o�PavP�e�� TIFFANY BACON
a o Notary Public
• • STATE OF TEXAS
9jFoFPy Notary I.D. 128261860
My Comm. Exp. Jan. 20, 2027
; S�w
Notary Public in and for the State of TEXAS
Penumenl Walw Lim Eammat
ACF 8846• water line amnen4WP24•cofw•2024
Page 4
I t �Si111u1
This Addendum to the foregoing City of Fort Worth Permanent Water Line Easement (the
"Easement") modifies the Easement as follows:
Notwithstanding any provision in the Easement to the contrary:
1. The second sentence of Section 1 of the Easement is hereby deleted and the following is
substituted therefor:
The Facility includes all reasonable and customary incidental underground and aboveground
attachments, equipment and appurtenances, including, but not limited to valve boxes and vaults, fire
hydrants, air release valves, and vaults, blow -off valves and vaults, meters and meter boxes, service
line connections, pipelines, junction boxes in, upon, under and across the Property more fully
described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the
right and privilege at any and all times to enter the Property or any part thereof for the purpose of
constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant and
conveyance is made subject to all matters of record affecting the Property.
2. The last sentence of Section 2 of the Easement is hereby deleted and the following is
substituted therefor:
Provided, however, that Grantee shall not be obligated to restore or replace improvements installed
in violation of the provisions of this Easement.
3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which
consent shall not be unreasonably withheld.
4. Grantor reserves and retains the right to grant other rights and easements across, over or under
(but not parallel and overlapping) the Property to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the purpose
set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee
title to the Property and their designees shall retain the following rights with respect to the Property:
(a) to build fences (unless construction of said fence requires a building permit, in which case
Grantor must obtain written consent from Grantee's Water Department Director), one or more
roads, driveways, alleys, and to construct underground utilities across, over and under the
Property; and
(b) to landscape the Property.
Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys,
or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees;
provided, however, the crossing angle of such improvements with the facilities may be reduced to no
less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or
such future owners of the Property in their sole discretion, but in no event shall such fences, roads,
alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the
prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities
or landscaping improvements within the Property shall be subject to reasonable minimum horizontal
Pennonew Waler Line Eoecnlenl
ACF $946. wow line casc,nenI-WP24-eof,,-2024
Page I
and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the
Property to landscape the surface of the Property as set forth above shall not give Grantor and any
future owners of the Property the right to place hardscape (such as fountains, walls and retaining
walls) on the surface of the Property without the written consent of Grantee so long as the construction
of such hardscape does not require a building permit. In the event the construction of such hardscape
does require a building permit, Grantor and any future owners must obtain, from Grantee's Water
Department Director, written consent of the construction. Further, Grantor, at its expense, shall have
the right to relocate any facilities installed pursuant to this Easement provided that the level of service
provided by such facilities at the new location will not be impaired or disrupted in any respect either
in the process of such relocation or after the completion thereof.
5. Grantee shall repair any damage to improvements on the Property or surrounding property
and restore the surface of the Property and surrounding property from damage resulting from
Grantee's use of the Property.
6. Grantee shall not use the Property, or permit use of the Property by any other person, in a
manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or
welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said
public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of
its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or
dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a
hazardous substance may have been generated, manufactured or disposed of on or about the Property
by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees,
Grantor may have environmental studies of the Property conducted as it deems appropriate. In the
event such studies reveal that a hazardous substance has been generated, manufactured or disposed
of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee.
7. Except with regard to those arising from the gross negligence or willful act or omission of
Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses
from a User's use of the Property. A "User" is defined to include any person, other than the City,
providing materials or service in connection with the design and construction of the Facilities.
8. All notices required or permitted hereby shall be in writing and become effective after being
deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by
some other manner, when actually received. Notices to the parties shall be addressed as follows:
To Grantor: Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
From time to time a party may designate a new address for the purpose of receiving notices hereunder
by giving notice of its new address to the other party in the manner provided above.
Pemnanenl Water Line Casement
ACF 8846. tamer line emonenl-WP24m fW-2024
Page 2
9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors
in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the
purposes permitted herein.
10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted
and the following is substituted therefor:
TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights
and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns,
forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all
and singular, the said premises, subject to all matters now of record affecting said premises, unto
Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or
to claim the same or any part thereof, by, through or under Grantor, but not otherwise.
11. This Easement and Addendum to be effective as of the date first set forth in the Easement.
12. In the event of a conflict between this Addendum and the Easement, the provisions of this
Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Pemtancal Water Lim Easement
ACP 8846- Haler line casnncnt-W P24<a1W-2024
Page 3
GRANTOR: Alliance Westport No. 24, Ltd.,
a Texas limited partnership
By: Hillwood Alliance Management II, LLC,
a Texas limited liability company,
its general partner
� By: fkj
Name: bat, rakov
Title: SCAio. V4
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
This instrut}ont was eknowledged before me on nka rN 20� by
r. GIrarQ I �r - �7 N'6-of Hillwood Alliance Management II, LLC, a Texas limited
liability company, to its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas limited
partnership, on behalf of said limited partnership.
,a",'.. LORI BOWLING
�=.J!..
g: Notary Public, State 7 Texas
.'�? Comm. Expires 10-17.2027 NotaryAublic,�State Texas" „8:....�y�.
Notary ID 124717601
Pennownt Watcr Line Gnsnnan
ACF 8846• water line c=tncnt-WP24-coral-2024
Pale 4
GRANTEE: CITY OF FORT WORTH
Dana Burandaff
By: oana Bwgndofl pan 2 2025 23 35 CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: %
Name: Hye Won Kim
Assistant City Attorney
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.
By: Rebecca 6wen Jan 22, 202513.58 CST)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 20 25
o�pRVP�e`� TIFFANY BACON
a Notary Public
* * STATE OF TEXAS
9 Notary I.D. 128261860
'FOF MY Comm. Exp: Jan. 20, 2027
Notary Public in and for the State of TEXAS
Vermoneol WWer Line Basement
ACP 8846-water Noe easement-WP24-col.-2024
Page 5
GRANTEE'S ADDRESS:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
GRANTOR'S ADDRESS:
Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Permanent Water Line fannront
ACF 8846- water line envomcnl-WP2400fw-2024
Page 6
Exhibit "A"
Description of a
15 Foot Waterline Easement
BEING a tract of land situated in the L. A. Butler Survey, Abstract Number 64, City of Forl
Worth, Denton County, Texas, and being a portion of that tract of land described by deed to
Alliance Westport No. 24, Ltd., recorded in Instrument Number 2024-1 12337, !teal Property
Records, Denton County, Texas, and being more particularly described by metes and bounds as
follows:
COMMENCING at the northwest corner of said Alliance tract, the east right-of-way line of
Farm to Market 156 (a 200 foot right-of-way), recorded in Instrument Number 2007-110923, and
the southerly norlhwcstcorner of that tract of land described by deed to All. Invesuncnt, L.P.,
and All, West, LLC, recorded in Instrument Number 2019-99456, both of said Real Property
Records, from which a Texas Department of Transportation Monument found, in said east right-
of-way line, bears N 41 *3 P45" E, 1412.06 feet;
THENCE S 48027'55" F., 149.04 feet, with the northeast line of said Alliance tract, and the
northerly southwest line of said All, tract, to the POINT OF BEGINNING;
THENCE S 48027'55" E, 15.00 feet, continuing with said common line;
THENCE departing said common line, over and across said Alliance tract the following
bearings and distances:
S 41-32'05" W, 35.00 feet;
N 48027'55" W, 15,00 feet;
THENCE N 41 °32'05" E, 35.00 feet, to the Point of Beginning and containing 525 square feet
of land more or less.
"hm:yml pnas or 11115 (IMUIMIR''
I Dacriplioc
2. Rxhibk
WGmrvood Job No. R0051431 Tracking No. AU118846
Dcolon November 06, 2024
G:U013\0051431.00\2 sitvv\HSM'rSN.itGAI.',\R0051431 L'AS.DOCX Page 1 o1`2
Nto
.a
rXLoT
Carc.Man� I'w.-2CO9
IriG.b \ RPAOL
d
"TXDOT
pyV. ) •_\ ffy. /
Point of
i
Commend
7 /
2�
Alliance Westport
No. 24, Ltd.
Inst.- 2024-112337
R.P.R.D.C.T.
'9PE15 15 --AV REG W0 1007430T
20-Giv Eosmxw
)n$`' 2VUe- l9
4PAoC.T.
Not' 32'0
35.00'
N48' 27.55"W
15.00,
Basis of Beormg is the Texas Coord,late
` w
System North Central Zone 4202, NAD 83
IRF Iron Rod Found ``T,�
u ;
l{JN
0 40 80
w
GRAPHIC SCALE IN FEET
"Integral ports of this document"
I, Description
X
2 Exhibit
r
m
Point of
w
Beginning
AIL iMeslRlenl. L.P.
& AIL West. LLC.
Insf.' 2019-99436
RPR.D.0 T.
S48¢ 27'55"E
15.00'
L A.
4
6U'LgR SURVEY
\
A05t• 64
$
32'05"W�
e
35.00'
-- survey line ----_-----_— _--
d
R�6Ep�f5
A65T. ION 5 RVev
U
Sg3 �
Exhibit of a
15 Waterline Easement
Situated in the L. A. Butler Survey, Abstract Number 64.
City of Fort Worth, Denton County, Texas.
COP,cM1t rr 303< W¢SluPO.�. irC
Denton County
Juli Luke
County Clerk
Instrument Number: 6671
ERecordings-RP
EASEMENT
Recorded On: January 23, 2025 11:01 AM
Number of Pages: 15
" Examined and Charged as Follows: "
Total Recording: $81.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
6671
20250123000219
January 23, 2025 11:01 AM
Jennifer K
Station 18
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project Name: Westport 24 - Infrastructure
Parcel #: 02
Doe #: CPN: 105575, IPRC24-0107
THE STATE OF TEXAS §
COUNTY OF DENTON §
HNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT WATER LINE EASEMENT
D• \1: Pm6C ICS 2024
GRANTOR: AIL INVESTMENT, L.P.
AIL West, LLC
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, SUITE 300
FORT WORTH, TARRANT COUNTY, TX 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and
sufficiency of which is hereby acknowledged.
PROPERTY:
Being a tract of land situated in the L.A. Butler Survey, Abstract Number 64, City of Fort Worth, Denton
County, Texas, and being a portion of that tract of land described by deed to AIL Investment, L.P., and
AIL West, LLC, recorded in Instrument Number 2019-99456, Real Property Records, Denton County,
Texas, and being more particularly described by metes and bounds as described on Exhibit A.
Permanent water Lim4rmmt
ACF 8847 - w line a ent-AIUAQ. Weu-aofi,2024
Pap
1. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby
grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for
the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Line
Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and
aboveground attachments, equipment and appurtenances, including, but not limited to manholes,
manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of
the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all
pertinent purposes, together with the right and privilege at any and all times to enter the Property, or any
part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing
said Facility.
2. In no event shall Grantor (1) use the Property in any manner which interferes in any material way
or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument sign, pole
sign, billboard, brick or masonry fences or walls or other structures that require a building permit
However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property.
Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense,
including the restoration of any sidewalks, driveways, or similar surface improvements located upon or
adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a
result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not
be obligated to restore or replace irrigation systems or other improvements installed in violation of the
provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and
appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever;
and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and
singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully
claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between
the Addendum and this easement, the provisions of the Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGES)
Pennanent Water Lme Easanem
ACF 9947-water has m meet-AEUML West-cofW-202/
Page 2
GRANTOR: AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
2 a Texas limited liability company,
its general partner
By: 9. 6a
Eric Elrod
Senior Vice President
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
This instrument was acknowledged before me on No0 a m6r 15, 2024, by .&IC Nr=:1 f 0&- ,
SC. jUE PCV�.x5af AIL GP, LLC, a Texas limited liability company, on behalf of said limited liability
company, in its capacity as general partner of AIL Investment, L.P., a Texas limited partnership, on
behalf of said limited partnership.
LORI BOWLING
E. Notary Public, State of Texas
"� COMM. Expiras 10.17-2027
� .a. Notary 10 124717601
ups
( lllu_L &W'WA/1i�t
Notary Public, State of Te, sso
PWWXI xWSWLlaCEaaon
ACF aa47 - waterline eaawmt-AEJAIL Weatsat1w-2024
Pap 3
GRANTOR: AIL West, LLC,
`� a Texas limited �liability company
1yr By:
Name: Eau- &zoo
Title: SYp
ACKNOWLEDGEMENT
THE STATE OF TEXAS
CKIIIi1►ff 614111 * Al 111174UN Y
This K'nstrument was acknowledged before me on KtPJMllbef 15, 2024, by 5 ic, F— fra& .,
St V LZ . of AIL West, LLC, a Texas limited liability company, on behNof said limited
liability company.
LOW BOWLING
_.: ;n �Tfbtery Pudic. State of Texas
Comm. Expires 10-17-2027
%'aaF F'P Notary ID 124717881
otary Public, State of Texas (;
Permanent Water line Easemat
ACF 8847. water line anent -AM AE. West-ccfw2024
P48e 4
GRANTEE: CITY OF FORT WORTH
ZJaicm /i'ieraii/wLL
By: RdBYtR.LEOHJJa
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By.
Name: Hye Won Kim
Assistant City Attorney
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.
By= R1. n(J..22,202510:W CST)
JJ Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2025.
a�w
TIFFANY BACON Notary Public in and for the State of TEXAS
_ Notary Public
Reat-A AIL Line Fae 2024
* * STATE OF TEXAS ACF 9847 • wafer line naement-ACL7AtL went-wtiv-201!
Notary I.D. 128261860 Pars
I Comm. Exp, Jan. 20, 2027
a
/_\1]1]M1]116I
This Addendum to the foregoing City of Fort Worth Permanent Water Line Easement (the
"Easement") modifies the Easement as follows:
Notwithstanding any provision in the Easement to the contrary:
1. The second sentence of Section 1 of the Easement is hereby deleted and the following is
substituted therefor:
The Facility includes all reasonable and customary incidental underground and aboveground
attachments, equipment and appurtenances, including, but not limited to valve boxes and vaults, fire
hydrants, air release valves, and vaults, blow -off valves and vaults, meters and meter boxes, service
line connections, pipelines, junction boxes in, upon, under and across the Property more fully
described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the
right and privilege at any and all times to enter the Property or any part thereof for the purpose of
constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant and
conveyance is made subject to all matters of record affecting the Property.
2. The last sentence of Section 2 of the Easement is hereby deleted and the following is
substituted therefor:
Provided, however, that Grantee shall not be obligated to restore or replace improvements installed
in violation of the provisions of this Easement.
3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which
consent shall not be unreasonably withheld.
4. Grantor reserves and retains the right to grant other rights and easements across, over or under
(but not parallel and overlapping) the Property to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the purpose
set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee
title to the Property and their designees shall retain the following rights with respect to the Property:
(a) to build fences (unless construction of said fence requires a building permit, in which case
Grantor must obtain written consent from Grantee's Water Department Director), one or more
roads, driveways, alleys, and to construct underground utilities across, over and under the
Property; and
(b) to landscape the Property.
Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys,
or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees;
provided, however, the crossing angle of such improvements with the facilities may be reduced to no
less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or
such fixture owners of the Property in their sole discretion, but in no event shall such fences, roads,
alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the
prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities
or landscaping improvements within the Property shall be subject to reasonable minimum horizontal
Pmmmw Wmw Lme rmm t
ACF U47 - wmer fine enemmt-AUJML weaccfw2024
PWI
and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the
Property to landscape the surface of the Property as set forth above shall not give Grantor and any
future owners of the Property the right to place hardscape (such as fountains, walls and retaining
walls) on the surface of the Property without the written consent of Grantee so long as the construction
of such hardscape does not require a building permit. In the event the construction of such hardscape
does require a building permit, Grantor and any future owners must obtain, from Grantee's Water
Department Director, written consent of the construction. Further, Grantor, at its expense, shall have
the right to relocate any facilities installed pursuant to this Easement provided that the level of service
provided by such facilities at the new location will not be impaired or disrupted in any respect either
in the process of such relocation or after the completion thereof.
5. Grantee shall repair any damage to improvements on the Property or surrounding property
and restore the surface of the Property and surrounding property from damage resulting from
Grantee's use of the Property.
6. Grantee shall not use the Property, or permit use of the Property by any other person, in a
manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or
welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said
public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of
its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or
dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a
hazardous substance may have been generated, manufactured or disposed of on or about the Property
by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees,
Grantor may have environmental studies of the Property conducted as it deems appropriate. In the
event such studies reveal that a hazardous substance has been generated, manufactured or disposed
of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee.
7. Except with regard to those arising from the gross negligence or willful act or omission of
Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses
from a User's use of the Property. A "User" is defined to include any person, other than the City,
providing materials or service in connection with the design and construction of the Facilities.
8. All notices required or permitted hereby shall be in writing and become effective after being
deposited in the U.S, mail, certified or registered with appropriate postage prepaid or, if delivered by
some other manner, when actually received. Notices to the parties shall be addressed as follows:
To Grantor: AIL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 I illwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
Permanent water Lime Easerfloat
ACF M7 - water line easement -AVAIL West-cufw207/
Page 2
From time to time a party may designate a new address for the purpose of receiving notices hereunder
by giving notice of its new address to the other party in the manner provided above.
9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors
in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the
purposes permitted herein.
10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted
and the following is substituted therefor:
TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights
and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns,
forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all
and singular, the said premises, subject to all matters now of record affecting said premises, unto
Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or
to claim the same or any part thereof, by, through or under Grantor, but not otherwise.
11. This Easement and Addendum to be effective as of the date first set forth in the Easement.
12. In the event of a conflict between this Addendum and the Easement, the provisions of this
Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Penamwt Wmr Lie Ep mt
ACF $947 -wmw line emewwt-AIUAIL Wa[<of w2024
Page 3
GRANTOR: AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
tA' its general partner
By:
Eric Elrod
Senior Vice President
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
This instrument as Wkn✓owledged before me on IW�emloef (5, 2024, by
Sr . J-1f f AW5of A1L GP, LLC, a Texas limited liability company, on behalf
of said limited liability company, in its capacity as general partner of AIL Investment, L.P., a Texas
limited partnership, on behalf of said limited partnership.
LORI BOWLING
4 TY p
Notary Public, State of Texas
Comm. Expires 10.17-2027
,, ....
oar°nm`� Notary ID 124717881
I X lax k>_AM�
Notary Pubic, State of Ten
Pammant waa Line Easmmt
ACF R847 -water line ea wt-AQJAIL Wes ,o/W-2024
Palle 4
GRANTOR: AIL West, LLC,
a Texas limited liability company
By:—"
Name: Ely r_
Title: sY
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
This instrument was acknowledged
Fi j LL— .'jf .V +pt OtL-5, of All,
behalf of said limited liability company.
LORI BOWLING
�t,-Notary Public, State of Texas
1,`:-' Comm. Expires 10.17-2027
� Notary ID 124717881
before me on j \!viev >1`C UL> 2024, by
West, LLC, a Texas limited liability company, on
Notary Public, State of T2
Pam tWawi,fse Eaamuu
ACF 8847 - wala Inn rau W-AQJAM Wcu- 6 -2024
Page 5
GRANTEE: CITY OF FORT WORTH
By; oa�a ae e�(1anYs
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
%v"a mA4—
By:
Name: Hye Won Kim
Assistant City Attorney
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.
By: ae�rah~n (I n 2, 20251038 CM
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2025
o�ARYave�� TIFFANY BACON
z Notary Public
* * STATE OF TEXAS
,9�oF hPy Notary I.D. 128261860
MY Comm. Exp.. Jan. 20, 2027
Notary Public in and Cr the State of TEXAS
Permanent WaW Line Easement
ACF 9947 -water line wsanent-AaJAIL Wat<ofw-2024
Page 6
GRANTEE'S ADDRESS:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
GRANTOR'S ADDRESS:
AIL investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Pammm Wa Line Earenen
ACF 9847 -Water lire ea wt-AIUAM Wens fw2024
pw7
Exhibit "A"
Description of a
15 Foot Waterline Easement
BEING a tract of land situated in the L. A. Butler Survey, Abstract Number 64, City of Fort
Worth, Denton County, Texas, and being a portion of that tract of land described by deed to AIL
Investment, L.P., and ALL West, LLC, recorded in Instrument Number 2019-99456, Real
Property Records, Denton County, Texas, and being more particularly described by metes and
bounds as follows:
COMMENCING at the southerly northwest corner of said All, tract, the east right-of-way line
of Farm to Market 156 (a 200 foot right-of-way), recorded in Instrument Number 2007-110923,
and the northwest comer of that tract of land described by deed to Alliance Westport No. 24,
Ltd., recorded in Instrument Number 2024-I 12337, both of said Real Property Records, from
which a Texas Department of Transportation Monument found, in the west line of said Alliance
tract, and said east right-of-way line, bears S 41*31'45" W, 874.17 feet;
THENCE S 48°27'55" E, 120,44 feet, with the northeast line of said Alliance tract, and the
northerly southwest line of said AIL tract;
THENCE N 41 °32'05" E, 60.00 feet, departing said common line, to the POINT OF
BEGINNING;
THENCE over and across said AIL tract the following courses and distances:
N 41a32'05" E, 45.00 feet;
S 48°27'55" E, 15.00 feet;
S 41°32'05" W, 45.00 feet;
THENCE N 48e27'55" W, 15.00 feet to the Point of Beginning and containing 675 square feet
of land more or less.
"Intcgal pars of this document"
I. Desaiptiun
2. Exhibit
Westwood Job No. R0051431 Tracking No. ACFN $847
Denton Nevernber 06, 2024
GAIM0051431.00\2_SRVYIF.SMTSILEGALMR005143 I—LA9.DOCX Page I of 2
TXw'T / i
Conc.h!an.
�4, / rn� °zcoa°iut // V,� l
KP F of '. RPAW.T. / 4�O
/ 059
/0 / , Q`• PO
.,
q
°aF a d
�0
TNDOT !'
ind.lp /�,rpq9
' Point of
7/ Commencing
/ v / �b� ph' �.'•;
Point of 6
' gs. / Beginning ..
/
AlNare Weswt
Ne.24, Ltd.
1051.• 2024-112337
RPR.D, T.
e 27'55"W
15,00,
Basis of Bearing is the Iexos Coordnote
System North Central Zone 4202, NAD 85
IRF - I•on Rod Found
548. 27'55"E
15.00,
ti o0
�y.
( 3N
0 40 Ba
F' �Mi _.-_
GRAPHIC SCALE IN FEET
"Integral parts of the document"
1. Oescrivtion
2. Exhibit
AIL Investment, L.P.,
& AIL West, LLC,
Inst.- 2019-99456
R.P.R.O.C.T.
-_- approx` survey line
\
\
1^
Exhibit of a
15' Waterline Easement
SRL.k.d in the L. A, Buller Survey. Ahstract Number 54,
City of Fort Worth. Denton County. Texas,
-00
p,0
feRELS LS FIRM REG. M. 1001430i CoRy,a ' 0 2024 Westwood V•ofessionol Serx;,c, lnc.
Aj
Denton County
Juli Luke
County Clerk
Instrument Number: 6652
ERecordings-RP
EASEMENT
Recorded On: January 23, 2025 10:50 AM
Number of Pages: 13
" Examined and Charged as Follows: "
Total Recording: $73.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
6652
20250123000202
January 23, 2025 10:50 AM
Jennifer K
Station 18
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project: Westport 24 - Infrastructure
Parcel #: 04
Doe #: CPN 105575, IPRC24-0107
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT DRAINAGE EASEMENT
DATE: Jaa 20r5
GRANTOR: Alliance Westport No. 24, Ltd.
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, SUITE 300 FORT
WORTH, TARRANT COUNTY, TX 76177
AIIIXIUI;0; 63It "1)"O R 111INV7tI1JLJ
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt
and sufficiency of which is hereby acknowledged.
Property:
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of Fort
Worth, Denton County, Texas, and being a portion of that tract of land described by deed to Alliance
Westport No. 24, Ltd., recorded in Instrument Number 2024-112337, Real Property Records,
Denton County, Texas, and being more particularly described by metes and bounds as described on
Exhibit "A".
I. Grantor, for the consideration paid to Grantor and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual
easement for the construction, operation, maintenance, replacement, upgrade, and repair of a
Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental
Permanent Drainage Easement
ACF 8949-dea-WP24- o(W-2024
underground and aboveground attachments, equipment and appurtenances, including, but not
limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon,
under and across a portion of the Property and more fully described in Exhibit "A" attached hereto
and incorporated herein for all pertinent purposes, together with the right and privilege at any and
all times to enter Property, or any part thereof, for the purpose of constructing, operating,
maintaining, replacing, upgrading, and repairing said Facility.
2. In no event shall Grantor (I) use the Property in any manner which interferes in any material
way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within
the easement property a permanent structure or building, including, but not limited to, monument
sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building
permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on
the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost
and expense, including the restoration of any sidewalks, driveways, or similar surface improvements
located upon or adjacent to the Property which may have been removed, relocated, altered, damaged,
or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however,
that Grantee shall not be obligated to restore or replace irrigation systems or other improvements
installed in violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights
and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns
forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever
defend all and singular the easement unto Grantee, its successor and assigns, against every person
whomsoever lawfully claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
See Addendum attached hereto and incorporated herein by reference. In the event of a conflict
between the Addendum and this easement, the provisions of the Addendum shall control.
]SIGNATURES APPEAR ON THE FOLLOWING PAGES]
2
Pcrmancnl Drainage Eaamenl
ACE 8849-0ca•WP24-corw-2024
GRANTOR: Alliance Westport No. 24, Ltd.,
a Texas limited partnership
By: Hillwood Alliance Management II, LLC,
a Texas limited liability company,
its general parrtt�er
0 By: L1A
Name: _�aofl
Title:
STATE OF TEXAS
COUNTY OF TARRANT §
T�fh�is i strument was _acknowledged before me on A a vk u-ar i (p , 20� by
Er IG , ,V (' .of Hillwood Alliance Management II, LLC, a Texas limited
liability company, in its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas
limited partnership, on behalf of said limited partnership.
4 Q i
Lo"' BOWLING
Notary Public, State of Texas
Comm. Expires 10-17-2027 Notary Public, State of Texas
Notary ID 124717681
Permaiwat Drainage Easement
ACI' 88494ca-WP24-eofw-2024
GRANTEE: CITY OF FORT WORTH
Dana BurahAo�F
By: Danaamghdoff(Jan2,20252332 CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: l
Name: Hye Won Kim
Assistant City Attorney
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.
By: Reb an 22, 20251038 C5T)
Rebecca Diane Owen
Planning Manager
iT$;1►` @u1j"Olf"urTal`►%1
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS,
on this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the CITY OF FORT WORTH
and that he executed the same for the purposes and consideration therein expressed and, in the
capacity, therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2025
- a�w
Notary Public in and for the State of TEXAS
�vaYPoe TIFFANY BACON
ao �� Notary Public a
*�* scnictit
STATE OF TEXAS Permanent 4cEnv-2024
ACP RR49-Jca-W I'24-cofiv-2024
,y�OFPy Notary I.D. 128261860
My Comm. Exp. Jan. 20, 2027 '
ADDENDUM
This Addendum to the foregoing City of Fort Worth Permanent Drainage Easement (the "Easement")
modifies the Easement as follows:
Notwithstanding any provision in the Easement to the contrary:
1. The second sentence of Section 1 of the Easement is hereby deleted and the following is
substituted therefor:
The Facility includes all reasonable and customary incidental underground and aboveground
attachments, equipment and appurtenances, including, but not limited to manholes, inlets, headwalls,
rip -rap, channels (lined or earthen), pipelines, junction boxes in, upon, under and across the Property
more fully described in Exhibit "A" attached hereto and incorporated herein for all purposes, together
with the right and privilege at any and all times to enter the Property or any part thereof for the purpose
of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant
and conveyance is made subject to all matters of record affecting the Property.
2. The last sentence of Section 2 of the Easement is hereby deleted and the following is
substituted therefor:
Provided, however, that Grantee shall not be obligated to restore or replace improvements installed
in violation of the provisions of this Easement.
3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which
consent shall not be unreasonably withheld.
4. Grantor reserves and retains the right to grant other rights and easements across, over or under
(but not parallel and overlapping) the Property to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the purpose
set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee
title to the Property and their designees shall retain the following rights with respect to the Property:
(a) to build fences (unless construction of said fence requires a building permit, in which case
Grantor must obtain written consent from Grantee's Director of the Transportation and Public Works
Department), one or more roads, driveways, alleys, and to construct underground utilities across, over
and under the Property; and
(b) to landscape the Property.
Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys,
or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees;
provided, however, the crossing angle of such improvements with the facilities may be reduced to no
less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or
such future owners of the Property in their sole discretion, but in no event shall such fences, roads,
Permanent Drainage Ea Iwnl
ACP 8849-dea-WP24- ftv-2024
alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the
prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities
or landscaping improvements within the Property shall be subject to reasonable minimum horizontal
and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the
Property to landscape the surface of the Property as set forth above shall not give Grantor and any
future owners of the Property the right to place hardscape (such as fountains, walls and retaining
walls) on the surface of the Property without the written consent of Grantee so long as the construction
of such hardscape does not require a building permit. In the event the construction of such hardscape
does require a building permit, Grantor and any future owners must obtain, from Grantee's Director
of the Transportation and Public Works Department, written consent of the construction. Further,
Grantor, at its expense, shall have the right to relocate any facilities installed pursuant to this Easement
provided that the level of service provided by such facilities at the new location will not be impaired
or disrupted in any respect either in the process of such relocation or after the completion thereof.
5. Grantee shall repair any damage to improvements on the Property or surrounding property
and restore the surface of the Property and surrounding property from damage resulting from
Grantee's use of the Property.
6. Grantee shall not use the Property, or permit use of the Property by any other person, in a
manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or
welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said
public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of
its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or
dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a
hazardous substance may have been generated, manufactured or disposed of on or about the Property
by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees,
Grantor may have environmental studies of the Property conducted as it deems appropriate. In the
event such studies reveal that a hazardous substance has been generated, manufactured or disposed
of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee.
7. Except with regard to those arising from the gross negligence or willful act or omission of
Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses
from a User's use of the Property. A "User" is defined to include any person, other than the City,
providing materials or service in connection with the design and construction of the facilities.
8. All notices required or permitted hereby shall be in writing and become effective after being
deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by
some other manner, when actually received. Notices to the parties shall be addressed as follows:
Permanent Drainage Eascmcnt
ACF 8849-dea-W1124-cofw4024
To Grantor: Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
From time to time a party may designate a new address for the purpose of receiving notices hereunder
by giving notice of its new address to the other party in the manner provided above.
9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors
in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the
purposes permitted herein. This easement shall automatically terminate upon dedication of the
Property for use as a right of way for a public road.
10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted
and the following is substituted therefor:
TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights
and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns,
forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all
and singular, the said premises, subject to all matters now of record affecting said premises, unto
Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or
to claim the same or any part thereof, by, through or under Grantor, but not otherwise.
This Easement and Addendum to be effective as of the date first set forth in the Easement.
12. In the event of a conflict between this Addendum and the Easement, the provisions of this
Addendum shall control.
SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Permanent Drainage Eammenl
ACF 8849-dca-WP24-cofw-2024
GRANTOR: Alliance Westport No. 24, Ltd.,
a Texas limited partnership
By: Hillwood Alliance Management II, LLC,
a Texas limited liability company,
its general p rtner
!� By: 7 j
Name: _LRIL f,GaaO
Title: SI.M vv
STATE OF TEXAS §
COUNTY OF TARRANT §
25
This instrument was acknowledged before me on f 2024; by
�`. instrument,
ffiPS- of Hillwood Alliance Management 11, LL , a Texas limited
liability company, in its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas limited
partnership, on behalf of said limited partnership.
LORIBOWLING
il m �-A, I/ \ N-.. Notary Public, State Texas
-`: ` Comm. Expires 10-17.2027
''?o���� No Public, State of Texas
Notary ID 120717861 �'y
Pennnnent Drainage Easement
ACr 8g49-dca-WK4-cofcr-2024
GRANTEE: CITY OF FORT WORTH
Dana i(EJ hAo2CCST
By. Dana BurgFtloll (Jan2 ,20252332 C5T)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Hye Won Kim
Assistant City Attorney
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.
By: RI! aOwen(Jan 22,202510 M CST)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2025
. . . . . . . . . . . . . .
o,�p-RYPve`' TIFFANY BACON
2 Notary Public
• * STATE OF TEXAS
9 GV y Notary I.D. 128261860
My Comm. Exp. Jan. 20, 2027
Notary Public in and for the State of TEXAS
5
Pcnnamot Drainage Emmeal
ACP 8849-dca-WP24-cofw-2024
GRANTEE'S ADDRESS: AFTER RECORDING, RETURN TO:
City of Fort Worth City of Fort Worth
200 Texas Street Transportation and Public Works
Fort Worth, TX 76102 Right of Way and Easements Division
Attention: Dana 13urghdoff 900 Monroe Street, Suite 404
Fort Worth, TX 76102
WITH COPY TO:
Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
PenommV Dminage Easemem
ACF 8849-dea-WP24-wfir-2024
Exhibit "A"
Description of a
15 Foot Drainage Easement
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of
Fort Worth, Denton County, Texas, and being a portion of that tract of land described by deed to
Alliance Westport No. 24, Ltd., recorded in Instrument Number 2024-1 12337, Real Properly
Records, Denton County, Texas, and being more particularly described by meles and bounds as
fbl lows:
COMMENCING at the northwest corer of said Alliance tract, the cast right-of-way line of
Faris) to Market 156 (a 200 foot right-of-way), recorded in Instrument Number 2007-1 10923. and
the southerly northwest corner of that tract of land described by deed to All. Investment, L.P.,
and AIL West, LLC, recorded in Instrument Number 2019-99456, both of said Real Properly
Records, from which a'l'exas Department of Transportation Monument found, in said east right-
of-way line, bears N 41"31'45" F:, 1412.06 feel;
THENCE S 48027'55" Is, 1,024.21 feet, with the northeast line of said Alliance tract, and the
northerly southwest line of said All, tract, to the POINT OF BEGINNING;
THENCE S 48027'55" E, 15.00 feel, continuing with said common line;
THENCE departing said common line, over and across said Alliance tract the following
bearings and d istanees:
S 41 e32'05" W, 10.00 feet;
N 48°27'55" W, 15.00 feet;
THENCE N 41 e32'05" 14, 10.00 feel, to the Point of Beginning and containing 150 square feet
of land more or less.
"Intent pans or this documcm'
I MscritAim.
2. Exhibit
WesHrood Job No. R0051431 Trucking No. ACEN $849
Demon November 06, 2024
G:VOB\00514J 1.0012 ti12V1'llvtiM'I'5\LIiCiA LS11t01151•IJI IiAI IAOCX 11118c 101'2
P Ga`uN .`o+./
°ro
/ 40'Gas Easement
Inst. 2009-N1217
RP.R D.(;T
♦p/ / // / / A!L In/eslment.LP.
& Fp/ / rVL
tt� i ~ oai/ / Con
larpe
line Eoseme
hwest
InsL• 9r
R.P R.O.C. R.O.C.F
rxpaT ' / / k)Prox. survey I neV
20'Gas Easement v
Mst • 2008-16679
of
R.RR.O C.' hell'
Energy Easement
a e
Vol2742, t
762
R.PRO.0
T.
TSIEL5 - LS PRY REG NO '0074;01
N. Ro06RT50N 60MY
A05fe 1553
& AIL West.LLC.
/nsr.' 200-99456
RPR.D.C.T.
1,. A. bUfI.6R 5UKV6Y
A65f• 64
Boss of Beormq ,s the Texas Coordinate
System North Central tone 4202. NAD 83
IK . von Rod Found
\
1./ N \,l
I %
0 100 200
GRAPHIC SCALE IN FEET
••in;egrai Ports of m,s Document"
1. Deiid,pGon
2. Exhibit
Rood Easement "B"
(centerline deednp Lon, wid(n undefined)
\ Mst• 2004-53748
R P R T. toc
(oparox. Tact LON
Alliance Westport
No. 24, Ltd.
Inst.- 2024-112337
R.P.R.D.C.T.
Line Table
L1 S48.27'S5"E 15.00'
L2 S41.32'05"W 10.00'
L3 N48'27'55"W 15.00'
1-4 N41.32'05"E 10.00'
Point of
Beginning
1.41- LLl
LZLP2
Exhibit of a
151 Drainage Easement
Situoted is the A.W Robertson Survey, Abstract Number 1553,
City of Fort Worth, Denton County, Texos.
Ccd Y•lr Lz 2024 west"oo0 Drabs:wool se..m<:. me
u
m
8
Denton County
Juli Luke
County Clerk
Instrument Number: 7487
ERecordings-RP
DEED
Recorded On: January 24, 2025 04:13 PM
Number of Pages: 11
" Examined and Charged as Follows: "
Total Recording: $65.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
7487
20250124000665
January 24, 2025 04:13 PM
Joy R
Station 19
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project: Westport 24 - Infrastructure
Parcel #: 07
Doe #: CPN: 105575. IPRC24-0107
Address:
Lot: Block: Addition:
THE STATE OF TEXAS
COUNTY OF DENTON
DEDICATION DEED
§ KNOW ALL MEN BY THESE PRESENTS:
That AIL INVESTMENT, L.P., a Texas limited partnership and AIL West, LLC, a
Texas limited liability company (collectively "Grantor"), for and in consideration of the
acceptance of the terms, conditions and reservations contained herein by The City of Fort
Worth, Texas, a municipal corporation of Tarrant County, Texas ("Grantee"), and other good
and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, has
GRANTED and CONVEYED, and by these presents does GRANT and CONVEY, unto
Grantee, as a dedication for the uses set forth herein, all of that certain tract of real property
situated in Denton County, Texas described in Exhibit "A" attached hereto and made a part
hereof by reference (the "Property").
This conveyance of the Property is made and accepted subject to the following
(collectively, the "Permitted Exceptions"): (i) the restrictions hereinafter set forth, (ii) the
easements reserved as set forth in Exhibit 'B" attached hereto and made a part hereof by
reference, (iii) all other matters of record affecting the Property that may exist as of the
recordation of this instrument, and (iv) all matters that a current, accurate survey of the Property
would reveal. Grantor shall pay all 2024 ad valorem taxes against the Property.
The Property is conveyed to Grantee to be used only for the following purposes (the
"Permitted Purooses"): the construction, use, maintenance, repair and reconstruction of a public
roadway, drainage facilities, utilities, franchises, pipelines and conduits of whatever kind or
description, both publicly owned and privately owned, where permitted by Grantee. All facilities
constructed on the Property, other than the public roadway, must be buried beneath the surface of
the Property (the "Undereround Facilities"). Appurtenances to the roadway or the Underground
Facilities that cannot be installed underground but can only be installed on the surface of the
Property may be installed on the surface of the Property. Temporary Facilities may be
constructed on the surface of the Property or above the surface of the Property. For purposes of
this agreement, "Temporary Facilities" shall mean only those surface -mounted or above -ground
facilities required to service projects under construction. In no event shall Temporary Facilities
be installed for more than two years. Temporary Facilities shall be removed at the expense of
the party that installs the Temporary Facilities.
Page 1
ACF 8873 Dedication Deed
ded deed — AIL — AIL West - to CoFW
There is excepted from this conveyance and reserved unto Grantor all of the water, oil,
gas and other minerals in, on or under the Property; PROVIDED, HOWEVER, THAT
GRANTOR SHALL NOT EXPLORE FOR, PRODUCE OR MINE SUCH MINERALS IN
ANY MANNER THAT WOULD INTERFERE WITH GRANTEE'S USE OF THE
PROPERTY.
Grantor hereby retains and reserves a possibility of reverter in favor of Grantor pursuant
to which the conveyance hereunder shall be automatically void and the estate granted shall be
automatically terminated and forfeited, without the necessity of any notice (except as expressly
provided in this Dedication Deed), election or re-entry whatsoever, with respect to any portion of
the Property that, for a period of two years is not used for the Permitted Purposes, and Grantor
gives Grantee written notice of such condition and such condition continues to exist 60 days
following the giving of such notice, whereupon, effective as of the expiration of such 60-day
period, all right, title and interest in and to such portion of the Property and all improvements
then existing thereon shall automatically revert to Grantor. It is the express intention of Grantor
and Grantee that Grantor is conveying to Grantee an estate in fee simple determinable in and to
the Property and that the provisions of this paragraph shall constitute conditional limitations
upon the estate conveyed herein and not a covenant or a right of re-entry for breach of condition
subsequent, such that fee simple title to the Property or the portion thereof that is not used for the
Permitted Purposes for a period of two years, together with improvements then existing thereon,
shall automatically revert to Grantor, and no notice (except as expressly provided in this
Dedication Deed), election or re-entry upon the Property shall be required to vest title to the
Property (or portion thereof) and all improvements then existing thereon, in Grantor. Neither the
occurrence of a condition due to an act or failure to act by a third party, nor impossibility or
inability of Grantee to prevent the occurrence of a condition, shall excuse such occurrence or
condition or prevent the automatic termination of the determinable fee estate conveyed hereby.
The rights, options and easements retained or reserved by Grantor in this Dedication
Deed shall be the property of and shall inure to the benefit of Grantor, its successors and assigns,
and are not appurtenant to any tract of property (other than the Property). All provisions of this
Dedication Deed applicable to Grantor and Grantee shall be applicable to their respective
successors and assigns.
Grantor hereby disclaims any warranty, guaranty or representation, oral or written, past,
present or future, of, as, to or concerning (i) the nature and condition of the Property, including,
but not limited to, the suitability thereof for any activity or use; (ii) the condition of any
improvements located thereon; (iii) the compliance of the Property with any laws, rules,
ordinances or regulations of any government or other body. The conveyance of the Property as
provided for herein is made on an "AS IS" basis, and by its acceptance of this Deed and in
consideration of the conveyances by Grantor herein, Grantee aclmowledges that, except as
otherwise specifically stated in this Dedication Deed, GRANTOR MAKES NO
REPRESENTATION, EXPRESS OR IMPLIED, OR ARISING BY OPERATION OF
LAW, INCLUDING, BUT IN NO WAY LIMITED TO, ANY WARRANTY OF
CONDITION, HABITABILITY, MERCHANTABILITY OR FITNESS FOR A
PARTICULAR PURPOSE, ALL OF WHICH WARRANTIES, TO THE FULLEST
EXTENT PERMITTED BY LAW, ARE EXPRESSLY DISCLAIMED.
Page 2
ACF 8873 Dedication Deed
ded deed — AIL — AIL West - to CoFW
TO HAVE AND TO HOLD the Property, subject to the Permitted Exceptions, together
with all and singular the rights and appurtenances thereto in anywise belonging, unto Grantee, its
successors and assigns forever; and Grantor does hereby bind itself, its successors and assigns, to
WARRANT AND FOREVER DEFEND all and singular the Property, subject to the Permitted
Exceptions, unto Grantee, its successors and assigns, against every person whomsoever lawfully
claiming or to claim the same or any part thereof by, through or under Grantor, but not
otherwise.
EXECUTED this 30t'day of UBG eWik�, 2024.
AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company
its general partner
By .
Na 1 _ �. wwfi
Title:rixecumm Qreslaent
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
This instrument was acknowledged before me on D-ea rnW -C 3 C , 2024,
by W � I l I (mv\ 1C . . E I V . P- of AIL GP, LLC, a Texas limited
liability company, on behalf of said limited liability company, in its capacity as general partner
of AIL Investment, L.P., a Texas limited pTeon behalf of said limited partnership.
LORI A. TICKNOR
Notary Public, State of Texas
_� P? Comm. Expires 11.06.2027 ublic, State of Texas
Notary ID 10407366 f
Page 3
ACF 8873 Dedication Deed
ded deed — AIL — AIL West - to CoFW
AIL WEST, LLC,
a Texas limited liability company
By: u �i
NanS WII �uOon
Title: FXP.GLti Ice President
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
This instrument was acknowledged before me on n lC 3 t�. 2024, by
�/� t M hM �. nj>^Ci E , V,P- of AIL West C, a Texas limited liability company, on
behalf of said limited liability company. i r
1
LORI A. TICKNOR Notary Public, State of Texas
Notary Publio, State of Texas
is c
Comm. Expires 11-06.2027
... Notary ID 10407366
Page 4
ACF 8873 Dedication Deed
ded deed — AIL — AIL West - to CoFW
ACCEPTED ON THE TERMS AND
CONDITIONS CONTAINED HEREIN:
The City of Fort Worth, Texas
Barra 8� BV: Dana aurgNdolt (Jan ,20zs t53 csi)
JJ Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: %�
Name: Hye Won Kim
Assistant City Attorney
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.
By: Reba 6we11(Jan 24 2025 09 09 C5
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
TEXAS, on this day personally appeared Dana Burghdoff, Assistant City Manager of the
CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to
the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF
FORT WORTH and that she executed the same for the purposes and consideration therein
expressed and, in the capacity, therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 24th day of
January 20 25 .
TIFFANY BACON
Notary Public
STATE OF TEXAS
Notary I.D. 128261860
MY Comm. Exp: Jan. 20, 2027 "
a�w
Notary Public in and for the State of TEXAS
Page 5
ACF 8873 Dedication Deed
ded deed — AIL — AIL West - to CoFW
GRANTEE'S ADDRESS:
The City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
Attention: Steve Cooke
WITH COPY TO:
AIL Investment, L.P.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: L. Russell Laughlin
AIL West, LLC
9800 Hillwood Parkway, Ste 300
Fort Worth, TX 76177
Attention: L. Russell Laughlin
Page 6
ACF 8873 Dedication Deed
ded deed — AIL — AIL West - to CoFW
Exhibit "A"
Description of a
1.6S4 A-cre Right -of -Way Dedication
BEING a tract of land situated in the L, A, Butler Survey, Abstract Number 64 and the A. W.
Robertson Survey, Abstract Number 1551, City of Fort Worth, Denton County, Texas, and being
a portion of that remainder tract of land described by deed to AIL Investment, L.P., and AIL
West, LLC, recorded in Instrument Number 2019-99456, Real Property Records, Denton
County, Texas, and being more particularly described by metes and bounds as follows:
BEGINNING at a 5/8 inch iron rod with plastic cap stamped "Peloton" set in the west line of
said remainder, in the east right-of-way line of Farm to Market 156 (a 200 foot right-of-way)
r000rded in Instrument Number 2007.110923, being the northwest comer of that tract of land
described by deed to Alliance Westport No, 24, Ltd., recorded in Instrument Number 2024-
112337, said Real Property Records, from which a Texas Deparhnent of Transportation
Momunert found in the east right-of-way line of said FM 156 and the west line of said Alliance
Westport No. 24 tract, bears S 4I031'45"W, 974.17 feet;
THENCE N 41031'45" E, 90.00 feet, with the west line of said remainder and the east right-of-
way line of FM 156 to a 5/8 inch iron rod with cap statnped "Peloton" set, from which a Texas
Department of Transportation Monument found, in the west line of said remainder tract and said
east right-of-way line, bears N 41031'45" E, 1,322,00 feet;
THENCE departing said common ling across said remainder tract the following bearings and
distances;
811.35'51 "E, 50.00 feet, to a 518 inch iron rod with plastic cap stamped "Peloton" set;
S 4M7155" E,1150.73 feet, to a 5/8 inch iron rod with cap stamped "Peloton" set;
S 41°32'05" W, 60.00 feet, to a 518 inchiron rod with cap stamped "Peloton" set in the
north line of said Alliance Westport No. 24 tract;
THENCE N 48027'55" W.1190.73 feet, with said north fine, to the Point of Beginning and.
containing 72,044 square feet or 1,654 aches of land more or less.
"Int"I pars orthis dmomf
1. Description
Z. WiWt
Page 7
ACF 8873 Dedication Deed
ded deed — AIL — AIL West - to CoFW
Basis of 8eorin4 is the Texas Cowdnate System
North Centrol Zone 4202. NAD 83
IRS • Iron Rod Set
MOT Texas Oeportment of
Tronsporlotion
rx0a7 cmrrole
IfmmeN
y0
OJ�v�
Pybk
P ht
V•
AIL Investment, L.P.
& AIL West, LLC,
(remainder)
Inst.- 2019-99456
R.P.R.O.C.T.
ROM fasaveM'B'
1 I (wMerlfM Oeaarlrfron.WiO/n UMK1Me)
III
Ina!! 200453746
I
I
RPAAOT.
i
'Gas EOSCaeN
faOA'ON.P000llml
I RPAAC:7.
I
I —Sr15000'
N41.31'45"E
TRPELS . LS FIRM RED. NO. 1001ab01
F T r 90.00' � I
I
� I � Point of
1 I
Beginning 111'-�
NCI I �>b�
1! 1
1 � TOOTI�Ir
I Cmcrere 1
NdNmvO�
W/itel!£Mrq EmWn1M
vd.2742.Po.7e2
RPRDC.7. 5p
= � 1,654 !acres
068.27'55"W
inst. 20094-W
S40. 27'S5"E ,
Sp.
hPd'LA•1E, -.
o `�c° a•
1150.73'
nso.73•
W/itel!£Mrq EmWn1M
vd.2742.Po.7e2
RPRDC.7. 5p
= � 1,654 !acres
068.27'55"W
inst. 20094-W
S40. 27'S5"E ,
Sp.
hPd'LA•1E, -.
o `�c° a•
1150.73'
nso.73•
`1 N
„a
ms
tj\
o zoo aao
a
' GRAPHIC SCALE IN FEET
"Yntegrol parts of this Document"
_--
\ 1. pesor{ot:on
Exhibit
p
� P/preM and Rxd Easy.
/b PM 6l
��� RPAI2CJ.
OdlM Eosemels
`. \`
3
00
9Ai6RgU256
RPAOC.T.
N
541° 32105"W
R00ER150N 6iSRV6Y
A05T• 1553
Exhibit of a
1.654 Acre
Right-of-way Dedication
Situated in the L. A Butler Survey, Abstract Number 64,
and the A. w. Robertson Survey, Abstract Number 1553,
City of Fort Worth, Denton County. T<xos.
CoovriMt 1 2024 Wesbaoa Prohnio�Su.ices, Inc.
EXHIBIT "B"
EASEMENTS RESERVED
1. Grantor hereby reserves a non-exclusive, assignable, free easement:
(a) across and through all portions of the Property lying beneath the surface of
the Property, to use such subterranean areas for any use that does not interfere with
Grantee's use of the Property;
(b) across and through all air space from a height of 17.5 feet above the
surface of the Property to an infinite height above the surface of the Property, to use such
air space for any use that does not unreasonably interfere with Grantee's permitted use of
the Property. This easement is an easement in gross and is assignable in whole or in part
by Grantor; and
(c) over and across the surface of any portion of the Property not covered by
pavement for the installation and maintenance of landscaping and an underground
landscape irrigation system. Grantor or Grantor's assignee, whichever entity installs any
such landscaping or underground irrigation system, shall have the right and responsibility
to keep such landscaping and irrigation system in good condition and repair. Grantee
shall have no responsibility for any such maintenance. Grantee, at Grantor's expense,
shall have the right to take such action as necessary to stop water from running on the
Property from any leaks in the irrigation system that are not promptly repaired by Grantor
or its assignee.
2. The easements reserved in this Exhibit "B" are easements in gross for the benefit
of Grantor and its successors and assigns.
3. In connection with Grantor's reserved easements described in section 1 above, in
the event Grantor desires to install improvements on, under, over, above, or through the
Property, Grantor shall submit plans to Grantee for such improvements, and such plans, and the
installation of improvements related thereto, shall be subject to Grantee's consent, which shall
not be unreasonably withheld or delayed. Grantor or its assignee shall restore or repair any
damage to the Property resulting from such use by Grantor or its assignee.
4. The person or entity (whether Grantor or an assignee of Grantor) exercising any
right to install any landscaping or facilities pursuant to the easement reserved herein shall
indemnify and hold Grantee harmless from and against any claims or damages (including court
costs and reasonable attorneys' fees) resulting from the construction, installation, maintenance,
use or existence of such landscaping or facilities except such claims or damages that result from
the negligence of Grantee or its employees, agents or contractors. Notwithstanding the foregoing,
Grantor shall not have any liability under this indemnity with respect to any landscaping or
facilities installed by an assignee of Grantor or with respect to any landscaping or facilities
Page 1
ACF 8873 Dedication Deed
ded deed — AIL — AIL West - to CoFW
assigned or conveyed by Grantor to an assignee after installation, provided that Grantor has
given Grantee written notice of such assignment, by certified mail return receipt requested, at
Grantee's address set forth below. Any such assignee (of whom Grantee has been notified as
provided above) shall be automatically deemed to have assumed this indemnity upon such
assignment and Grantor shall be deemed released therefrom. As a condition to the obligations
under this indemnity, Grantee must give the indemnifying party prompt notice of any claim that
may be covered by this indemnity, shall cooperate in the defense thereof, and shall not take any
action, including, but not limited to, a settlement of the claim, that would adversely affect the
defense of such claim without the prior written consent of the indemnifying party. The above
provisions do not restrict in any way the right of Grantee to bring suit under or otherwise enforce
this indemnity in accordance with its terms.
5. By its acceptance of this Dedication Deed, Grantee agrees to execute such fttrther
instruments confirming or evidencing the easements reserved in this Exhibit "B" as Grantor from
time to time may reasonably request, including, but not limited to, any utility easement
documents used by any utility company, although such execution is not necessary for the
exercise of any rights under this easement.
Page 2
ACF 8873 Dedication Deed
ded deed —AIL — AIL West - to CoFW
Denton County
Juli Luke
County Clerk
Instrument Number: 6614
ERecordings-RP
EASEMENT
Recorded On: January 23, 2025 10:04 AM
Number of Pages: 13
" Examined and Charged as Follows: "
Total Recording: $73.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
6614
20250123000152
January 23, 2025 10:04 AM
Jennifer K
Station 18
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project Name: Westport 24 - Infrastructure
Parcel #: 05
Doe #: CPN 105575, IPRC24-0107
THE STATE OF TEXAS
COUNTY OF DENTON
CITY OF FORT WORTH
PERMANENT WATER LINE EASEMENT
DATE: 111 t1 t A (A. P V
1* ,20245
GRANTOR: Alliance Westport No. 24, Ltd.
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, SUITE 300
FORT WORTH, TARRANT COUNTY, TX 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and
sufficiency of which is hereby acknowledged.
PROPERTY:
Being a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of Fort Worth,
Denton County, Texas, and being a portion of that tract of land described by deed to Alliance Westport
No. 24, Ltd., recorded in Instrument Number 2024-112337, Real Property Records, Denton County,
Texas, and being more particularly described by metes and bounds as described on Exhibit A.
Permanent Waler Lira Easement
ACF 8904- water line easempg-WP24-cofn-2024
Page 1
1. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby
grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for
the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Line
Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and
aboveground attachments, equipment and appurtenances, including, but not limited to manholes,
manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of
the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all
pertinent purposes, together with the right and privilege at any and all times to enter the Property, or any
part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing
said Facility.
2. In no event shall Grantor (1) use the Property in any manner which interferes in any material way
or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument sign, pole
sign, billboard, brick or masonry fences or walls or other structures that require a building permit.
However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property.
Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense,
including the restoration of any sidewalks, driveways, or similar surface improvements located upon or
adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a
result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not
be obligated to restore or replace irrigation systems or other improvements installed in violation of the
provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and
appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever;
and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and
singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully
claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between
the Addendum and this easement, the provisions of the Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGESI
Pemunan Water Line Gasentatl
ACF 8904 water line easenten4W 24-cofw-202J
Page 2
GRANTOR: Alliance Westport No. 24, Ltd.,
a Texas limited partnership
By: Hillwood Alliance Management II, LLC,
a Texas limited liability company,
"� its general partner
pf By:
Name: Ettt. FL?nt1
Title: C*A NtP
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
This insqument was acknowledged before me on Xl Ylt,tf (- . � 2Q 5� by
tYyij ?('�.of Hillwood Alliance Management II, LL a Texas limited
liability con any_ in its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas limited
partnership, on behalf of said limited partnership.
LORI BOWLING
Notary public, State of Texas
;'•? Comm. Expires 10.17-2027
Notary 10 124717681
I
tart' Mric, 9—tate of Texas
Pennanmt Water Line Gawnmt
AU 8904. water line eammml-WP24-coAo2024
Par 3
GRANTEE: CITY OF FORT WORTH
By: Dana rghdof((taq'-i025
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Hye Won Kim
Assistant City Attorney
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.
By. RaM1Prca Owen IJxn 22 202510'55 CSTI
Rebecca Diane Owen
Planning Manager
,ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2024.
a�w
Notary Public in and for the State of TEXAS
o�oRYPoa�, TIFFANY BACON
a Notary Public
+ * STATE OF TEXAS
q. aey Notary I.D. 128261860
Pennancat Water Line Ease new
ACF 9904. water line ensetncn1-WP24-cafw-2024
Page 4
" of l ' My Comm. Exp. Jan. 20, 2027
ADDENDUM
This Addendum to the foregoing City of Fort Worth Permanent Water Line Easement (the
"Easement") modifies the Easement as follows:
Notwithstanding any provision in the Easement to the contrary:
1. The second sentence of Section 1 of the Easement is hereby deleted and the following is
substituted therefor:
The Facility includes all reasonable and customary incidental underground and aboveground
attachments, equipment and appurtenances, including, but not limited to valve boxes and vaults, fire
hydrants, air release valves, and vaults, blow -off valves and vaults, meters and meter boxes, service
line connections, pipelines, junction boxes in, upon, under and across the Property more fully
described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the
right and privilege at any and all times to enter the Property or any part thereof for the purpose of
constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant and
conveyance is made subject to all matters of record affecting the Property.
2. The last sentence of Section 2 of the Easement is hereby deleted and the following is
substituted therefor:
Provided, however, that Grantee shall not be obligated to restore or replace improvements installed
in violation of the provisions of this Easement.
3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which
consent shall not be unreasonably withheld.
4. Grantor reserves and retains the right to grant other rights and easements across, over or under
(but not parallel and overlapping) the Property to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the purpose
set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee
title to the Property and their designees shall retain the following rights with respect to the Property:
(a) to build fences (unless construction of said fence requires a building permit, in which case
Grantor must obtain written consent from Grantee's Water Department Director), one or more
roads, driveways, alleys, and to construct underground utilities across, over and under the
Property; and
(b) to landscape the Property.
Grantor and any future owner of the fee title to the Property shall locate any such fences, roads, alleys,
or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees;
provided, however, the crossing angle of such improvements with the facilities may be reduced to no
less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or
such future owners of the Property in their sole discretion, but in no event shall such fences, roads,
alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the
prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities
or landscaping improvements within the Property shall be subject to reasonable minimum horizontal
Penno wnt Waler Line Easement
ACF 8904.%a line casmncnt-WP24•coPv8024
Page 1
and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the
Property to landscape the surface of the Property as set forth above shall not give Grantor and any
future owners of the Property the right to place hardscape (such as fountains, walls and retaining
walls) on the surface of the Property without the written consent of Grantee so long as the construction
of such hardscape does not require a building permit. In the event the construction of such hardscape
does require a building permit, Grantor and any future owners must obtain, from Grantee's Water
Department Director, written consent of the construction. Further, Grantor, at its expense, shall have
the right to relocate any facilities installed pursuant to this Easement provided that the level of service
provided by such facilities at the new location will not be impaired or disrupted in any respect either
in the process of such relocation or after the completion thereof.
5. Grantee shall repair any damage to improvements on the Property or surrounding property
and restore the surface of the Property and surrounding property from damage resulting from
Grantee's use of the Property.
6. Grantee shall not use the Property, or permit use of the Property by any other person, in a
manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or
welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said
public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of
its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or
dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a
hazardous substance may have been generated, manufactured or disposed of on or about the Property
by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees,
Grantor may have environmental studies of the Property conducted as it deems appropriate. In the
event such studies reveal that a hazardous substance has been generated, manufactured or disposed
of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee.
7. Except with regard to those arising from the gross negligence or willful act or omission of
Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses
from a User's use of the Property. A "User" is defined to include any person, other than the City,
providing materials or service in connection with the design and construction of the Facilities.
8. All notices required or permitted hereby shall be in writing and become effective after being
deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by
some other manner, when actually received. Notices to the parties shall be addressed as follows:
To Grantor: Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Fort Worth, Texas
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
From time to time a party may designate a new address for the purpose of receiving notices hereunder
by giving notice of its new address to the other party in the manner provided above.
PemNnenl Wnler Lino Parmnrnl
ACP 9904-venter line euemenl-WP24cafw-2024
Page 2
9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors
in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the
purposes permitted herein.
10. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted
and the following is substituted therefor:
TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights
and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns,
forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all
and singular, the said premises, subject to all matters now of record affecting said premises, unto
Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or
to claim the same or any part thereof, by, through or under Grantor, but not otherwise.
11. This Easement and Addendum to be effective as of the date first set forth in the Easement.
12. In the event of a conflict between this Addendum and the Easement, the provisions of this
Addendum shall control.
]SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Pemmnau Water We Eosemeal
ACF 3904- wale, We enscmwl-WP24.cof,v-2024
Page 3
GRANTOR: Allilaace Westport No. 24, Ltd.,
a Texas limited partnership
By: Hiliwood Alliance Management II, LLC,
a Texas limited liability company,
its generalartner
By.
Name: Peir. J i a n
Title: _on \R
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
11 �a�5
This ms u ent 1 was s $cknowledged before me on , X n uA.l V �O 2924, by
� _ I' F-1! �. V IC ffes.of Hillwood Alliance Management II, LLC, a Texas limited
liability company, in its capacity as general partner of Alliance Westport No. 24, Ltd., a Texas limited
partnership, on behalf of said limited partnership.
LORI BOWLING
€`Y PP`°`Sc Notary Public, State of Texas
il
-0-. �`+'•? Comm. Expires 10-17.2027 Notary Public, State %exasAU
Notary ID 124717681
Ikmranent Water Line Easement
ACF 8904-snwr line ensnment-WI'24-cofiv-2024
Page 4
GRANTEE: CITY OF FORT WORTH
bsuuL Bura6u7u{i
By; DanaDana BurgM1d�'�33 CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: %�Wa—
Name: Hye Won Kim
Assistant City Attorney
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.
By: n.b-, Owen Ilan 2220251055 C5ii
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 20 25
Notary Public in and for the State of TEXAS
o,�pRY PVe`' TIFFANY BACON
2 A Notary Public
*! • STATE OF TEXAS
4 N9 GGGVVV y Notary I.D. 128261860
My Comm. Exp. Jan. 20, 2027
Ferntanem Water Line Eaamnent
ACF 8904- wVe, fne caument-WF24<oflv-2024
page 5
GRANTEE'S ADDRESS:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
GRANTOR'S ADDRESS:
Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
PennNlgt Wafer Line Easement
ACF 8904-water line eammm-W P24cofw-2024
Page 6
Exhibit "A"
Description of a
15 Foot Waterline Easement
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of
Fort Worth, Denton County, Texas, and being a portion ofthat tract of land described by deed to
Alliance Westport No. 24, Ltd., recorded in Instrument Number 2024-1 12337, Real Property
Records, Denton County, Texas, and being more particularly described by metes and bounds as
li>I lows:
COMMENCING at the northwest corner of said Alliance tract, the cast right-of-way line of
I'ann to Market 156 (a 200 foot right-of-way), recorded in Instrument Number 2007-1 10923, and
the southerly northwest corner of that Iraq of land described by deed to AIL Investment, L.P.,
and A11. West, LLC, recorded in Instrument Number 2019-99456, both of said Real Property
Records, from which a Texas Department of Transportation Monument found, in said cast right-
ol=way line, bears N 41*31'45" E, 1412.06 icet;
THENCE S 48027'55" E, 1,127.48 feet, with the northeast line of said Alliance tract, and the
northerly southwest line of said AIL tract, to the POINT OF BEGINNING;
THENCE S 48°27'55" E, 15.00 feet, continuing with said common line;
THENCE departing said common line, over and across said Alliance tract the following
bearings and distances:
S 41°32'05" W, 35.00 feel;
N 48027'55" W, 15.00 feet;
THENCE N 41 °32'05" E, 35.00 feet to the Point of Beginning and containing 525 square feet
of land more or less.
"I"legsal pans of Ilsis doeumwl'
I Dcscoplhul
2. Exhibit
Wesnvood Jab No. R0051431 'I'mcking No. AUN 9904
Demon November 06, 2024
G:UOR\0051431.00\2 SR"l' SM'I'S\1.1ifiAI.S\R111151431 EA 12.00CX rage I ol'2
Basis of Bearing is the Texos Cowcl,ncte
System North Central Zone 4202. NAD 83
IRF • Iron Rod Found
d
y�E 'TxDOT
rnd. Mon.
sb `d ry� 9ex}tA2�
w'f1 Point of/
4�Sfi; ?Ua 0* wCommencing
if,
0
0
e0'�w
d �cph
Cox. Mon. v.es rawer Edsemdr
rnd�b ,nsr• 2069�117217 / fnuRD2 36s7e
RA02 T.
—___—_—_ _ _ `✓/-___-____
caprax. Survey line
A•N
.....................:.. �.
-ODD A
C� Np-�q�C��
19PELS l9 FIRM RiQ x03a7G3C1
Alliance Westport
No. 24. Ltd.
Inst.- 2024-112337
R.P.R.D.C.T.
RL lgl` 'O
A0' 15535URVc�,
J
0 40 80g
GRAPHIC SCPLE IN FEET
e
"Integral ports of this document"
w
1, Description
a
AIL Lwestment, LP.. 2 Exhibit
& AIL West. LLC.
2019-994i6
m
m
a:
A•
0Ur ,,e 5URVEy
2A
A65T' 64
u
Q
m
of�--
N41. 32'0
35.00'
N48e 27'5
15.00'
Exhibit of a
15' Waterline Easement
le 27'55"E
15.00'
105"W%
D• \
Sduoted in the A.W Robertson Survey. Abstract Number 1553
City of Fort Worth. Denton County. Texas eoa.rroe•t12024 wesf.00a RnfeesonctSer.mes me
8
oy
ASS
Denton County
Juli Luke
County Clerk
Instrument Number: 6623
ERecordings-RP
EASEMENT
Recorded On: January 23, 2025 10:14 AM
Number of Pages: 15
" Examined and Charged as Follows: "
Total Recording: $81.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
6623
20250123000160
January 23, 2025 10:14 AM
Kraig T
Station 21
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
Project Name: Westport 24 - Infrastructure
Parcel #: 05
Doe 1h CPN: 105575, IPRC24-0107
THE STATE OF TEXAS
§ KNOW ALL MEN BY THESE PRESENTS
COUNTY OF �c>r�}d� Ii
CITY OF FORT WORTH
PERMANENT WATER LINE EASEMENT
DATE: I\ OOPMUC �"D .2024
GRANTOR: AIL INVESTMENT, L.P.
AIL West, LLC
GRANTOR'S MAILING ADDRESS (including County):
9800 HILLWOOD PARKWAY, SUITE 300
FORT WORTH, TARRANT COUNTY, TX 76177
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
200 TEXAS STREET
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and
sufficiency of which is hereby acknowledged.
PROPERTY:
Being a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of Fort Worth,
Denton County, Texas, and being a portion of that tract of land described by deed to AIL Investment,
L.P., and AIL West, LLC, recorded in Instrument Number 2019-99456, Real Property Records, Denton
County, Texas, and being more particularly described by metes and bounds as described on Exhibit A.
Pummel Water Lip¢ Ememenl
ACF 8905- water line easomenl-AVAIL West- f%,-2024
Page I
1. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby
grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for
the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Line
Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and
aboveground attachments, equipment and appurtenances, including, but not limited to manholes,
manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of
the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all
pertinent purposes, together with the right and privilege at any and all times to enter the Property, or any
part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing
said Facility.
2. In no event shall Grantor (I) use the Property in any manner which interferes in any material way
or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument sign, pole
sign, billboard, brick or masonry fences or walls or other structures that require a building permit.
However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property.
Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense,
including the restoration of any sidewalks, driveways, or similar surface improvements located upon or
adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a
result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not
be obligated to restore or replace irrigation systems or other improvements installed in violation of the
provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and
appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever;
and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and
singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully
claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
See Addendum attached hereto and incorporated herein by reference. In the event of a conflict between
the Addendum and this easement, the provisions of the Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGES]
Permanent Water Line Easement
ACP 8905 -water line easemeobAEAAiL Wost-coAv4024
Page 2
GRANTOR: AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general partner
41— By: (fit q
Name: �Io VVID
Title: 15V
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
This' strument was acknowledged before me on�t•A6(- IS29A by rl V-
�l�►Ot ,
yr p R-of AIL GP, LLC, a Texas limited liability company, on behalf of said limited liability
company, in its capacity as general partner of AIL Investment, L.P., a Texas limited partnership, on
behalf of said limited partnership.
,erp�2, LORE BOWLING
_ i`!R•• •`•.¢'@ State of TellsComm.
Notary Public,
er; Expires 10-17.2027
''.,;'of •,c Notary ID 124717681
J,4�� .
Notary Public, State of T x s
Pennanenl Water Line Easement
ACF 9905 - waler line easement-AMIAIL West- fw-2024
Page 3
AIL West, LLC,
a Texas limited liability company
By: I
Name: Rrc. LweO
Title: 5e&6 VP
ITi7;iMOVA 1f*110DIM_WO1
THE STATE OF TEXAS
COUNTY OF TARRANT
This ' sttument was acknowledged before me on JRJOJ eVYI C62(94' by F- t 1C ICI(brk,
I(P VM.of AIL West, LLC, a Texas limited liability company, on behalf oY said limited
liability company.
LORI BOWLING
cYP= Notary Public, State of Texas
a; Comm. Expires 10.17-2027
Notary ID 124717081
Notary Public, State of T .
Pesmment Water Line Easement
ACF 9905 - water line easement-AIUAIL West-cafw-2024
Page 4
GRANTEE: CITY OF FORT WORTH
Jkt/1G{ �Gt*2 G202 1
$y; Dana eurgnaon uan�:a can
Dana Burghdoff
Assistant City Manager
I:l9 ow9wiomxmviceiaiew/:P►l�J1JmirA11li•!I
By: %
Name: Hye Won Kim
Assistant City Attorney
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.
By Rk9wen(Jan 22,202510M CST)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 2026.
Notary Public in and for the State of TEXAS
nvkyP& TIFFANY BACON
Notary Public
STATE OF TEXAS
Notary I.D. 128261860
lle w My Comm. Exp: Jan. 20, 2027
Peminn(wwm Woe Easement
ACF 9905 - water line casement-ARJAIL West-wfw-2024
Page 5
ADDENDUM
This Addendum to the foregoing City of Fort Worth Permanent Water Line Easement (the
"Easement") modifies the Easement as follows:
Notwithstanding any provision in the Easement to the contrary:
1. The second sentence of Section 1 of the Easement is hereby deleted and the following is
substituted therefor:
The Facility includes all reasonable and customary incidental underground and aboveground
attachments, equipment and appurtenances, including, but not limited to valve boxes and vaults, fire
hydrants, air release valves, and vaults, blow -off valves and vaults, meters and meter boxes, service
line connections, pipelines, junction boxes in, upon, under and across the Property more fully
described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the
right and privilege at any and all times to enter the Property or any part thereof for the purpose of
constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant and
conveyance is made subject to all matters of record affecting the Property.
2. The last sentence of Section 2 of the Easement is hereby deleted and the following is
substituted therefor:
Provided, however, that Grantee shall not be obligated to restore or replace improvements installed
in violation of the provisions of this Easement.
3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which
consent shall not be unreasonably withheld.
4. Grantor reserves and retains the right to grant other rights and easements across, over or under
(but not parallel and overlapping) the Property to such other persons as Grantor deems proper,
provided such other grants do not interfere with the use of the Easement by Grantee for the purpose
set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee
title to the Property and their designees shall retain the following rights with respect to the Property:
(a) to build fences (unless construction of said fence requires a building permit, in which case
Grantor must obtain written consent from Grantee's Water Department Director), one or more
roads, driveways, alleys, and to construct underground utilities across, over and under the
Property; and
(b) to landscape the Property,
Grantor and any future owner ofthe fee title to the Property shall locate any such fences, roads, alleys,
or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees;
provided, however, the crossing angle of such improvements with the facilities may be reduced to no
less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or
such future owners of the Property in their sole discretion, but in no event shall such fences, roads,
alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the
prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities
or landscaping improvements within the Property shall be subject to reasonable minimum horizontal
Permanent Water Line Easement
ACP 9905 • water line ease ment-AalAE. Wmt�ofw•2024
Page 1
and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the
Property to landscape the surface of the Property as set forth above shall not give Grantor and any
future owners of the Property the right to place hardscape (such as fountains, walls and retaining
walls) on the surface of the Property without the written consent of Grantee so long as the construction
of such hardscape does not require a building permit. In the event the construction of such hardscape
does require a building permit, Grantor and any future owners must obtain, from Grantee's Water
Department Director, written consent of the construction. Further, Grantor, at its expense, shall have
the right to relocate any facilities installed pursuant to this Easement provided that the level of service
provided by such facilities at the new location will not be impaired or disrupted in any respect either
in the process of such relocation or after the completion thereof.
5. Grantee shall repair any damage to improvements on the Property or surrounding property
and restore the surface of the Property and surrounding property from damage resulting from
Grantee's use of the Property.
6. Grantee shall not use the Property, or permit use of the Property by any other person, in a
manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or
welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said
public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of
its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or
dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a
hazardous substance may have been generated, manufactured or disposed of on or about the Property
by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees,
Grantor may have environmental studies of the Property conducted as it deems appropriate. In the
event such studies reveal that a hazardous substance has been generated, manufactured or disposed
of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee.
7. Except with regard to those arising from the gross negligence or willful act or omission of
Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses
from a User's use of the Property. A "User" is defined to include any person, other than the City,
providing materials or service in connection with the design and construction of the Facilities.
8. All notices required or permitted hereby shall be in writing and become effective after being
deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by
some other manner, when actually received. Notices to the parties shall be addressed as follows:
To Grantor: AIL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
To Grantee: The City of Foil Worth, Texas
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
Permanent Water Line FAscmmt
ACF 8905 - water line easemrnt-AIUAIL WewwAv-2024
Page 2
From time to time a party may designate a new address for the purpose of receiving notices hereunder
by giving notice of its new address to the other party in the manner provided above.
9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors
in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the
purposes permitted herein.
10. The paragraph in the Easement begi wing "TO HAVE AND TO HOLD" is hereby deleted
and the following is substituted therefor:
TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights
and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns,
forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all
and singular, the said premises, subject to all matters now of record affecting said premises, unto
Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or
to claim the same or any part thereof, by, through or under Grantor, but not otherwise.
11. This Easement and Addendum to be effective as of the date first set forth in the Easement.
12. In the event of a conflict between this Addendum and the Easement, the provisions of this
Addendum shall control.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Penamwnl WalerLine Easement
ACF M5 - Water line easement-AIL/AIL WesbcofW-M
Page 3
GRANTOR: AIL INVESTMENT, L.P.,
a Texas limited partnership
By: AIL GP, LLC,
a Texas limited liability company,
its general partner
44- By: �' 7.t1. �_
Name: i c Fa g'o
Title: Svr
ACKNOWLEDGEMENT
THE STATE Or TEXAS
COUNTY Or TARRANT
his i stru ent was acknowledged before me on �D�PYhb2.f (�, 2QA by
�P G ��( of AIL GP, LLC, a Texas limited liability company, on behalf
of said limited liability company, in its capacity as general partner of AIL Investment, L.P., a Texas
limited partnership, on behalf of said limited partnership.
\W LOBI B0
L NG
NotetY Pobllc� State of Texes
COMM. Expires 1p-17661
+�•o, ia.° Notary 10 1247/7681
'4gnn�.
Notary Public, Statec, State ofTexa(_
Penninent Water Line Easement
ACF 8905 - wter line Casement-AEJAIL Wes4coftw2024
Page 4
AIL West, LLC,
a Texas limited liability company
BY: AA�'A►,C J.
Name: Extc GLRoo
Title: sw
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF TARRANT
This instrument was acknowledged
rwr'(_Elwq_ of AiL
behalf of said limited liability company.
,aavlrpto LORI BOWLING
Notary Public, State of Texas
�
^:, ire Comm. Expires l0-11.202'7
"'t' Notary ID 124717881 • o.,,°uo.
before me on gNember 15, 204� by
West, LLC, a Texas limited liability company, on
Notary Public, State o Te as
Pamanem Wale, Line Easanent
ACF 8905 -rvalor line ensemenl-AIUAIL West.cof v 2024
Page 5
GRANTEE: CITY OF FORT WORTH
By; Dana 9urandorf�Jam N202�3� '33 CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By: %
Name: Hye Won Kim
Assistant City Attorney
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.
By: aemnt�a0we h( 22, 2025 10 53 CST)
Rebecca Diane Owen
Planning Manager
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on
this day personally appeared Dana Burghdoff, Assistant City Manager of the CITY OF FORT
WORTH, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the CITY OF FORT WORTH and that he
executed the same for the purposes and consideration therein expressed and, in the capacity, therein
stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 22nd day of
January 12025
a�w
Notary Public in and for the State of TEXAS
o�PRVPoe�' TIFFANY BACON
a Notary Public
* • STATE OF TEXAS
P Notary I.D. 128261860
�'FoF My Comm. Exp. Jan. 20, 2027
Permanent Water Line Easement
ACF 9905 - water Ifne easement-AiWAE. West a fw-2024
Page 6
GRANTEE'S ADDRESS:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attention: Dana Burghdoff
GRANTOR'S ADDRESS:
AIL Investment, LP
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
AIL West, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Permanent Water Lice Easement
ACP 8905 -wnter line ememeal-AILMIL West-cofiv-2024
Page 7
Exhibit "A"
Description of a
15 Foot Waterline Easement
BEING a tract of land situated in the A.W. Robertson Survey, Abstract Number 1553, City of
Fort Worth, Denton County, Texas, and being a portion of that tract of land described by deed to
AIL Investment, L.P., and AIL West, LLC , recorded in Instrument Number 2019-99456, Real
Property Records, Denton County, Texas, and being more particularly described by metes and
bounds as follows:
COMMENCING at the southerly northwest corner of said AIL tract, the east right-of-way line
of Farm to Market 156 (a 200 foot right-of-way), recorded in Instrument Number 2007-110923,
and the northwest corner of that tract of land described by deed to Alliance Westport No. 24,
Ltd., recorded in Instrument Number 2024-112337, both of said Real Property Records, from
which a Texas Department of Transportation Monument found, in the west line of said Alliance
tract, anti said east right-of-way line, bears S 41e31'45" W, 874.17 feet;
THENCE S 48027'55" E, 1,137.49 feet, with the northeast line of said Alliance tract, and the
northerly southwest line of said AIL tract;
THENCE N 41 °32'05" E, 60.00 feet, departing said common line, to the POINT OF
BEGINNING;
THENCE over and across said AIL tract the following bearings and distances:
N 41 e32'05" E, 45.001'eet;
S 48027'55" E, 15.00 feet;
S 41 n32'05" W, 45.00 feet;
THENCE N 48027'55" W, 15.00 feet to the Point of Beginning and containing 675 square feet
of land more or less.
"Integeal parts of this docmrwnt"
I. Description
2. Exhibit
Westwood lob No. R0051431. Tracking No. ACFB 9905
Denton November 06, 2024
GAIM005 143 1.00\2SRVY\ESMTS\LE0ALS\R005141I BA 13.DGCX Page I of
T,YDOr /
Con .Mon.
vp kg`�y / COO
i
Qa Point of
o f
R`F -1t z-s / Commencing
A, /
TXCOT (Shf /� '
Cax.Man. t �
ind.� A R \
af
P'
*BFELS - LS FIB4 R G W 10074:a.
Basis of Bearing is the Texas Coordinate
System North Central Zone 4202. NAD 83
IRF - Iron Rod Found
AIL Investment, L.P.,
& AIL West, LLC,
Inst.- 2019-99456
R.P.R.D.C.T.
a0or Ox_9_rVey I!rR
0 40 so
GRAPHIC SCALE IN FEE"
"Integral ports of this document"
1. Description
2 Exhibft
z
8
m
0
S48' 27'55"E
.W1lonce wart " h - 15.00,
No.24.0 . � J ,yti
Inst.' 2024-112337
RPRD.C.T. \` J
Point
of o v
Beginning
gig N48°27'55"W 4
15.00'E
z
Exhibit of a Y y,
>`
15' Waterline Easement W
Situated in the A.W. Robertson Survey, Abstract Numbe- 1553
City of Fort Worth. Denton County, Texas. ecy.,.yi 2 20_.. +vea.ow :.mawnmsr.c„ �+c
Denton County
Juli Luke
County Clerk
Instrument Number: 7489
ERecordings-RP
DEED
Recorded On: January 24, 2025 04:14 PM
Number of Pages: 11
" Examined and Charged as Follows: "
Total Recording: $65.00
*********** THIS PAGE IS PART OF THE INSTRUMENT ***********
Any provision herein which restricts the Sale, Rental or use of the described REAL PROPERTY
because of color or race is invalid and unenforceable under federal law.
File Information:
Document Number:
Receipt Number:
Recorded Date/Time:
User:
Station:
7489
20250124000667
January 24, 2025 04:14 PM
Joy R
Station 19
Record and Return To:
Corporation Service Company
STATE OF TEXAS
COUNTY OF DENTON
I hereby certify that this Instrument was FILED In the File Number sequence on the date/time
printed hereon, and was duly RECORDED in the Official Records of Denton County, Texas.
Juli Luke
County Clerk
Denton County, TX
project: Westport 24 - Infrastructure
Parcel #: 01
Doe #: CPN 105575, IPRC24-0107
Address:
Lot: Block: Addition:
DEDICATION DEED
THE STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF TARRANT
COUNTY OF DENTON
That Alliance Wesg1ort Na 24, Ltd., a Texas limited partnership ("Grantor"). for and in
consideration of the acceptance of the terns, conditions and reservations contained herein by
The City of Fort Worth, Texas, a municipal corporation of Tarrant County, Texas
("Grantee"). and other good and valuable consideration, the receipt and sufficiency of which is
hereby acknowledged, has GRANTED and CONVEYED, and by these presents does GRANT
and CONVEY, unto Grantee, as a dedication for the uses set forth herein, all of that certain tract
of real property situated in Tarrant County and Denton County, Texas described in Exhibit "A"
attached hereto and made a part hereof by reference (the "Property").
This conveyance of the Property is made and accepted subject to the following
(collectively, the "Permitted Exceutions"): (i) the restrictions hereinafter set forth, (ii) the
easements reserved as set forth in Exhibit 'B" attached hereto and made a part hereof by
reference, (iii) all other matters of record affecting the Property that may exist as of the
recordation of this instrument, and (iv) all matters that a current, accurate survey of the Property
would reveal. Grantor shall pay all 2024 ad valorem taxes against the Property.
The Property is conveyed to Grantee to be used only for the following purposes (the
"Permitted Purposes"): the construction, use, maintenance, repair and reconstruction of a public
roadway, drainage facilities, utilities, franchises, pipelines and conduits of whatever kind or
description, both publicly owned and privately owned, where permitted by Grantee. All facilities
constructed on the Property, other than the public roadway, must be buried beneath the surface of
the Property (the "Underground Facilities"). Appurtenances to the roadway or the Underground
Facilities that cannot be installed underground but can only be installed on the surface of the
Property may be installed on the surface of the Property. Temporary Facilities may be
constructed on the surface of the Property or above the surface of the Property. For purposes of
this agreement, "Temporary Facilities" shall mean only those surface -mounted or above -ground
facilities required to service projects under construction. In no event shall Temporary Facilities
be installed for more than two years. Temporary Facilities shall be removed at the expense of
the party that installs the Temporary Facilities.
There is excepted from this conveyance and reserved unto Grantor all of the water, oil,
gas and other minerals in, on or under the Property; PROVIDED, HOWEVER, THAT
Page 1
ACF 8942 Dedication Deed
ded deed - WP24 to CoFW
GRANTOR SHALL NOT EXPLORE FOR, PRODUCE OR MINE SUCH MINERALS IN
ANY MANNER THAT WOULD INTERFERE WITH GRANTEE'S USE OF THE
PROPERTY.
Grantor hereby retains and reserves a possibility of reverter in favor of Grantor pursuant
to which the conveyance hereunder shall be automatically void and the estate granted shall be
automatically terminated and forfeited, without the necessity of any notice (except as expressly
provided in this Dedication Deed), election or re-entry whatsoever, with respect to any portion of
the Property that, for a period of two years is not used for the Permitted Purposes, and Grantor
gives Grantee written notice of such condition and such condition continues to exist 60 days
following the giving of such notice, whereupon, effective as of the expiration of such 60-day
period, all right, title and interest in and to such portion of the Property and all improvements
then existing thereon shall automatically revert to Grantor. It is the express intention of Grantor
and Grantee that Grantor is conveying to Grantee an estate in fee simple determinable in and to
the Property and that the provisions of this paragraph shall constitute conditional limitations
upon the estate conveyed herein and not a covenant or a right of re-entry for breach of condition
subsequent, such that fee simple title to the Property or the portion thereof that is not used for the
Permitted Purposes for a period of two years, together with improvements then existing thereon,
shall automatically revert to Grantor, and no notice (except as expressly provided in this
Dedication Deed), election or re-entry upon the Property shall be required to vest title to the
Property (or portion thereof) and all improvements then existing thereon, in Grantor. Neither the
occurrence of a condition due to an act or failure to act by a third party, nor impossibility or
inability of Grantee to prevent the occurrence of a condition, shall excuse such occurrence or
condition or prevent the automatic termination of the determinable fee estate conveyed hereby.
The rights, options and easements retained or reserved by Grantor in this Dedication
Deed shall be the property of and shall inure to the benefit of Grantor, its successors and assigns,
and are not appurtenant to any tract of property (other than the Property). All provisions of this
Dedication Deed applicable to Grantor and Grantee shall be applicable to their respective
successors and assigns.
Grantor hereby disclaims any warranty, guaranty or representation, oral or written, past,
present or future, of, as, to or concerning (i) the nature and condition of the Property, including,
but not limited to, the suitability thereof for any activity or use; (ii) the condition of any
improvements located thereon; (iii) the compliance of the Property with any laws, rules,
ordinances or regulations of any government or other body. The conveyance of the Property as
provided for herein is made on an "AS IS" basis, and by its acceptance of this Deed and in
consideration of the conveyances by Grantor herein, Grantee acknowledges that, except as
otherwise specifically stated in this Dedication Deed, GRANTOR MAKES NO
REPRESENTATION, EXPRESS OR IMPLIED, OR ARISING BY OPERATION OF
LAW, INCLUDING, BUT IN NO WAY LIMITED TO, ANY WARRANTY OF
CONDITION, HABITABILITY, MERCHANTABILITY OR FITNESS FOR A
PARTICULAR PURPOSE, ALL OF WHICH WARRANTIES, TO THE FULLEST
EXTENT PERMITTED BY LAW, ARE EXPRESSLY DISCLAIMED.
Page 2
ACF 8942 Dedication Deed
ded deed — WP24 to CoFW
TO HAVE AND TO HOLD the Property, subject to the Permitted Exceptions, together
with all and singular the rights and appurtenances thereto in anywise belonging, unto Grantee, its
successors and assigns forever; and Grantor does hereby bind itself, its successors and assigns, to
WARRANT AND FOREVER DEFEND all and singular the Property, subject to the Permitted
Exceptions, unto Grantee, its successors and assigns, against every person whomsoever lawfully
claiming or to claim the same or any part thereof by, through or under Grantor, but not
otherwise.
EXECUTED this 2nd day of January, 2025.
Alliance Westport Na 24, Ltd,
a Texas limited partnership
By: Hillwood Alliance Management H, LLC,
a Texas limited liability company,
its generaler
W V
Title:
ACKNOWLEDGEMENT
THE STATE OF TEXAS §
COUNTY OF TARRANT §
1 instument was acknowledged before me on b11LtGt�1 a , 2025, by
y11111( �'m �- 6"Av `. c,. V .?• of Hillwood Alliance M agement I, LLC, a Texas
limited liability company, on behalf of said limited liability company, in its capacity as general
partner of Alliance Westport No. 24, Ltd., a Texas limited partnership, on behalf of said limited
partnership.
, LORI A. TICKNOR V
1 �Notary Puny stars of Texas Notary Public, State of Texas
"�3• � Comm. Expire 11-06-2027
, I
'- ,4 mV Notary ID
10/07306 J
Page 3
ACF 8942 Dedication Deed
ded deed — WP24 to CoFW
ACCEPTED ON THE TERMS AND
CONDITIONS CONTAINED HEREIN:
The City of Fort Worth, Texas
Dasui Sara
By: Dana Bug, 2025 38 CST)
Dana Burghdoff
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY:
By:
�'f4-v .
Name: Hye Won Kim
Assistant City Attorney
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.
9,
By Rebev i wen JanN 203509'306i1
Rebecca Diane Owen
Planning Manager
GT17"'Q111:'/gslIle) 3lu1SCbt
THE STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
TEXAS, on this day personally appeared Dana Burghdoff, Assistant City Manager of the
CITY OF FORT WORTH, known to me to be the same person whose name is subscribed to
the foregoing instrument, and acknowledged to me that the same was the act of the CITY OF
FORT WORTH and that she executed the same for the purposes and consideration therein
expressed and, in the capacity, therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 24th day of
January .2025 .
q�OF�P
TIFFANY BACON
Notary Public
STATE OF TEXAS
Notary I.D. 128261860
My Comm. Exp. Jan. 20, 2027
ate,,.
Notary Public in and for the State of TEXAS
Page 4
ACF 8942 Dedication Deed
ded deed — WP24 to CoFW
.H'Ala U DI DIM 01) d DM
The City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
Attention: Steve Cooke
WITH COPY TO:
Alliance Westport No. 24, Ltd.
9800 Hillwood Parkway, Suite 300
Fort Worth, TX 76177
Attention: Eric Elrod
Page 5
ACF 8942 Dedication Deed
ded deed — WP24 to CoFW
N*.4ll1ijl1MU
(The Pronertv)
Ell rWAG) 7iDi17
Page 6
ACF 8942 Dedication Deed
ded deed — WP24 to CoFW
Description of a
600 Square Foot Right -of -Way Dedication
BEING a tract of land situated in the L. A. Butler Survey, Abstact Number 64, City of Fort
Worth, Denton County, Texas, and being a portion of that tract of land described by deed to
Alliance Westport No. 24, Ltd., recorded in Instrument Number 2024-112337, Real Property
Records, Denton County, Texas, and being more particularly described by metes and bounds as
follows:
BEGINNING at a 5/8 inch iron rod with plastic cap stamped "Peloton" set at the northwest
corner of said Alliance Westport No. 24 ract, in the east right-of-way line of Farm to Market
156 (a 200 foot right-of-way) recorded in Instrument Number 2007-110923, said Real Property
Records, from which a Texas Department of Transportation Monument found in the east right-
of-way line of said FM 156 and the west line of AIL Investment, L.P. and AIL West, LLC.,
recorded in Instrument Number 2019-99456, Real Property Records, Denton County, Texas,
beers N 41031'45"W,1411.99 feet;
THENCE S 48°27' 55" E, 40.00 feet, with the north line of said Alliance Westport No. 24 tract,
to a 518 inch iron rod with cap stamped "Peloton" set;
THENCE N 85020'14" W, 50.00 feet, across said Alliance Westport No. 24 tract, returning to
the east right-of-way line of FM156, from which a TxDot concrete monument found, bears
S 41031'45"W, 844.17 feet;
THENCE N 41°31'45" E, 30.00 feet, to the Point of Beginning and containing 600 square feet
of land, more or less.
`9otwW pwb of this dorummt"
1. DocrWon
2. Exhibit
Pelotm Job No. R0051431 Tracking No. ACF# 8941
Denton November 22, 2024
G:U08)0051431,0012 SRVYULEGM05t431 DE2.DOCx Page I of
m aosis of Beoring is the Texas Compinote System
A North Central Zone 4202,NAD 83
N
, IRS `Iron Rod Set
n TXDOT Texas Department of
Tronsporlolion
b
g
o
1 � � ♦ I U
N�
�d o4a:
I I U—
pry
1 I
Point of
Beginning
I
N41" 31-45"E
30.00' 'as
'x TXDOT Con ele
MMaaenl
'P
1
wf �
V1
nt ' 40'GAS £oean"
pf I 1 J )(W.• 200944365
zf � � Ir rrPrrocr.
I
600 Sa I
,
�
I
I
�I
��
HI
Westwood
tivsirw:ehelralgrls�rtw.lnn -
JGnWIV,N!I,HIC_s'lvVt✓u7 JOB 0Rt1D61491
0 10,0 200
--I
GRAPHIC SCALE IN FEET
v�-
' I A[L Investment. L.P.
' A Alt West, LLC.
1 Irw winderI
I I inst.a 2019-99456
t R.P.R..O•C.T.
I
l
' RMd Easemenl'A,
&Wordm deser1#1m.wrdrh w,de lneW
4x11." 2004.53746 /•
7'55"E
RPR.OL'T.
la/Ip'a../DyW/r0A1\v
MD
---------
y—
Alliance
Westport No. 24, Ltd,
Insk.e 2024-112337 /z, %
I
1
R.P.R.D.C.T.
A W. R00EKS50N SURVEY
AOyt' t553
30' Southwest Pipe[ine Easement
Inst.N 2005-1946
R.P.R,O.C.T.
Exhibit of a
600 Square Foot
Right -of -Way Dedication
Situated In the L. A. Butler Survey, Abstract Number 54,
City of Fort Worth, Denton County, Texas.
"WK BY: W.9fixiss JCHSCIn o BY. T.8ftss (DATE, 11.1824
wmv ..ew<ar
ACFe e942
AGE t12 of 2
.17 o •w
1*14all 111IIamIil
IaMs13J131a&Ion] Ma)119lgE
Grantor hereby reserves a non-exclusive, assignable, free easement:
(a) across and through all portions of the Property lying beneath the surface of
the Property, to use such subterranean areas for any use that does not interfere with
Grantee's use of the Property;
(b) across and through all air space from a height of 17.5 feet above the
surface of the Property to an infinite height above the surface of the Property, to use such
air space for any use that does not unreasonably interfere with Grantee's permitted use of
the Property. This easement is an easement in gross and is assignable in whole or in part
by Grantor; and
(c) over and across the surface of any portion of the Property not covered by
pavement for the installation and maintenance of landscaping and an underground
landscape irrigation system. Grantor or Grantor's assignee, whichever entity installs any
such landscaping or underground irrigation system, shall have the right and responsibility
to keep such landscaping and irrigation system in good condition and repair. Grantee
shall have no responsibility for any such maintenance. Grantee, at Grantor's expense,
shall have the right to take such action as necessary to stop water from running on the
Property from any leaks in the irrigation system that are not promptly repaired by Grantor
or its assignee.
2. The easements reserved in this Exhibit "B" are easements in gross for the benefit
of Grantor and its successors and assigns.
3. In connection with Grantor's reserved easements described in section 1 above, in
the event Grantor desires to install improvements on, under, over, above, or through the
Property, Grantor shall submit plans to Grantee for such improvements, and such plans, and the
installation of improvements related thereto, shall be subject to Grantee's consent, which shall
not be unreasonably withheld or delayed. Grantor or its assignee shall restore or repair any
damage to the Property resulting from such use by Grantor or its assignee.
4. The person or entity (whether Grantor or an assignee of Grantor) exercising any
right to install any landscaping or facilities pursuant to the easement reserved herein shall
indemnify and hold Grantee harmless from and against any claims or damages (including court
costs and reasonable attomeys' fees) resulting from the construction, installation, maintenance,
use or existence of such landscaping or facilities except such claims or damages that result from
the negligence of Grantee or its employees, agents or contractors. Notwithstanding the foregoing,
Grantor shall not have any liability under this indemnity with respect to any landscaping or
facilities installed by an assignee of Grantor or with respect to any landscaping or facilities
Page 1
Exhibit B
ACF 8942 Dedication Deed
ded deed— WP24 to CoFW
assigned or conveyed by Grantor to an assignee after installation, provided that Grantor has
given Grantee written notice of such assignment, by certified mail return receipt requested, at
Grantee's address set forth below. Any such assignee (of whom Grantee has been notified as
provided above) shall be automatically deemed to have assumed this indemnity upon such
assignment and Grantor shall be deemed released therefrom. As a condition to the obligations
under this indemnity, Grantee must give the indemnifying party prompt notice of any claim that
may be covered by this indemnity, shall cooperate in the defense thereof, and shall not take any
action, including, but not limited to, a settlement of the claim, that would adversely affect the
defense of such claim without the prior written consent of the indemnifying party. The above
provisions do not restrict in any way the right of Grantee to bring suit under or otherwise enforce
this indemnity in accordance with its terms.
5. By its acceptance of this Dedication Deed, Grantee agrees to execute such further
instruments confirming or evidencing the easements reserved in this Exhibit "B" as Grantor from
time to time may reasonably request, including, but not limited to, any utility easement
documents used by any utility company, although such execution is not necessary for the
exercise of any rights under this easement.
Page 2
Exhibit B
ACF 8942 Dedication Deed
ded deed — WP24 to CoFW
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements to
serve Intermodal Parkway
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN:104135
Revised July 1, 2011
New Roadway
Geotechnical Engineering Report
April 22, 2024 1 Terracon Project No. 94245152
Prepared for:
Hillwood Alliance Services, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, Texas
Iierracon
Explore with us
Nationwide ■ Facilities
■ Environmental
■ Geotechnical
Terracon.com ■ Materials
r ierracon
1801 Handley Ederville Road
Fort Worth, Texas 76118
P (817) 268-8600
Terracon.com
April 22, 2024
Hillwood Alliance Services, LLC
9800 Hillwood Parkway, Suite 300
Fort Worth, Texas
Attn: Eric Elrod
P: (817) 224-6021
E: eric.elrod@hillwood.com
Re: Geotechnical Engineering Report
New Roadway
Southeast of FM 156
Fort Worth, Texas
Terracon Project No. 94245152
Dear Mr. Elrod:
We have completed the scope of Geotechnical Engineering services for the above
referenced project in general accordance with Terracon Proposal No. P94245152 dated
March 13, 2024. This report presents the findings of the subsurface exploration and
provides geotechnical recommendations concerning earthwork and the design and
construction of the proposed roadway.
We appreciate the opportunity to be of service to you on this project. If you have any
questions concerning this report or if we may be of further service, please contact us.
Sincerely,
Terracon
Sushanta Bhusal, E.I.T.
Senior Staff Engineer
Cheryl C. Pedraza, P.E.
Geotechnical Department Manager
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway i Fort Worth, Texas r ierracon
April 22, 2024 i Terracon Project No. 94245152
Table of Contents
Introduction.................................................................................................... 1
ProjectDescription.......................................................................................... 1
SiteConditions................................................................................................ 2
Geotechnical Characterization......................................................................... 2
EngineeringRecommendations........................................................................ 3
GeneralSite Grading................................................................................. 4
FillMaterial Types..................................................................................... 4
Fill Placement and Compaction Requirements ................................................ 5
Lime/Sulfate Induced Heave....................................................................... 5
Pavement Subgrade Preparation................................................................. 6
Pavement Design Parameters..................................................................... 6
Roadway Pavement Thickness..................................................................... 7
PavementJoints....................................................................................... 8
Pavement Drainage................................................................................... 8
Construction Observation and Testing.......................................................... 8
Pavement Maintenance.............................................................................. 9
GeneralComments.......................................................................................... 9
Figures
GeoModel
Attachments
Exploration and Testing Procedures
Site Location and Exploration Plans
Exploration and Laboratory Results
Supporting Information
Note: This report was originally delivered in a web -based format. Blue Bold text in the
report indicates a referenced section heading. The PDF version also includes hyperlinks
which direct the reader to that section and clicking on the .0rerracon logo will bring you
back to this page. For more interactive features, please view your project online at
client.terracon.com.
Refer to each individual Attachment for a listing of contents.
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
Introduction
r ierracon
This report presents the results of our subsurface exploration and Geotechnical
Engineering services performed for the proposed project. The purpose of these services is
to provide information and geotechnical engineering recommendations relative to:
■ Subsurface conditions
■ Groundwater conditions
■ Site preparation and earthwork
■ Pavement thickness and construction
The geotechnical engineering Scope of Services for this project included the advancement
of borings, laboratory testing, engineering analysis, and preparation of this report.
Drawings showing the site and boring locations are shown on the Site Location and
Exploration Plan, respectively. The results of the laboratory testing performed on soil
samples obtained from the site during our field exploration are included on the boring logs
in the Exploration and Laboratory Results section.
Project Description
Our initial understanding of the project was provided in our proposal and was discussed
during project planning and our final understanding of the project conditions is as follows:
Item Description
Project The project includes design and construction of approximately
Description 1,600 linear feet of roadway. The road will be classified as
collector by the City of Fort Worth.
Finished grades will be within t5 feet of existing grades, and
Grading/Slope final slopes are planned with an inclination of 4H:1V (Horizontal:
Vertical) or flatter.
Pavements The roadways will consist of portland cement concrete placed
over a lime treated subgrade.
Traffic (per the
city of Fort Worth Annual ESALs: 100,000
Pavement Design Total ESALs: 3,000,000
Manual)
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas r ierracon
April 22, 2024 1 Terracon Project No. 94245152
We should be notified if any of the stated information is inconsistent with the planned
construction, especially the grading limits, as modifications to our recommendations may
be necessary.
Site Conditions
The following description of site conditions is derived from our site visit in association with
the field exploration and our review of publicly available geologic and topographic maps.
Item
Description
The proposed roadway is located on the east side of FM 156 and
Parcel
about 1,000 feet north of Bold Ruler Road in Fort Worth, Texas.
Information
Latitude / Longitude (approximate): 33.011951N / 97.334861W
See Site Location
Existing
None, vacant land
Improvements
Current Ground
Grassy vegetation
Cover
Based on elevations provided by Westwood Professional
Existing
Services, the elevations along the proposed roadway slope down
Topography
toward the southeast with elevation changes of about ±16 feet.
The site is situated within the Fort Worth Limestone geologic
Geology
formation.
Geotechnical Characterization
We have developed a general characterization of the subsurface conditions based upon
our review of the subsurface exploration, laboratory data, geologic setting and our
understanding of the project. This characterization, termed GeoModel, forms the basis of
our geotechnical calculations and evaluation of the site. Conditions observed at each
boring are indicated on the individual logs. The individual logs can be found in the
Exploration and Laboratory Results and the GeoModel can be found in the Figures
attachment.
As part of our analyses, we identified the following model layers within the subsurface
profile. For a more detailed view of the model layer depths at each boring location, refer
to the GeoModel.
Facilities I Environmental I Geotechnical I Materials 2
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas r ierracon
April 22, 2024 1 Terracon Project No. 94245152
Model Layer Name General Description
Layer
Clay Fat Clay(CH) and Lean Clay (CL), dark brown, brown,
1
and tan, with limestone layers; stiff to hard
The boreholes were observed while drilling and after completion for the presence and level
of groundwater. The water levels observed in the boreholes can be found on the boring logs
in the Exploration Results and are summarized in the following table.
Approximate Depth to Approximate Depth to
Boring Groundwater While Groundwater After
Drilling (ft) 1 Drilling (ft) 1
B-2 9 8
1. Below ground surface at the time the borings were advanced
Groundwater was not observed in the remaining borings while drilling, or for the short duration
the borings could remain open. These groundwater observations provide an indication of the
groundwater conditions present at the time the borings were drilled. Groundwater conditions
may be different at the time of construction.
A relatively long period may be necessary for a groundwater level to develop and stabilize in a
borehole. Long-term observations in piezometers or observation wells sealed from the influence
of surface water are often required to define groundwater levels. Long-term groundwater
monitoring was outside the scope of services for this project.
Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall,
runoff and other factors not evident at the time the borings were performed. Groundwater
levels during construction or at other times in the life of the structure may be higher or
lower than the levels indicated on the boring logs. The possibility of groundwater level
fluctuations should be considered when developing the design and construction plans for
the project.
Engineering Recommendations
Earthwork is anticipated to include clearing and grubbing, excavations, and engineered fill
placement. The following sections provide recommendations for use in the preparation of
specifications for the work.
The near surface overburden soils could become unstable with typical earthwork and
construction traffic, especially after precipitation events. The effective drainage should be
completed early in the construction sequence and maintained after construction to avoid
potential issues. If possible, the grading should be performed during the warmer and drier
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas ierracon
April 22, 2024 1 Terracon Project No. 94245152
time of the year. If grading is performed during the winter months, an increased risk for
possible undercutting and replacement of unstable subgrade will persist. Additional site
preparation recommendations including subgrade improvement and fill placement are
provided in Earthwork.
General Site Grading
A grading plan was not provided for the roadway alignment. We anticipate up to 5 feet
of cuts and fills to be necessary to achieve final grades. Based on the conditions
encountered in the borings, excavations will encounter fat and lean clays.
During excavations, applicable OSHA standards should be followed based on soil types
and noted consistencies. The soils will need to be sloped or braced during construction.
A fill against excavated slopes should be placed in relatively horizontal lifts. When
placing fill on existing slopes that are steeper than about 6H:1V, the fill should be
benched into the slope. This breaks up potential slide planes and permits relatively
horizontal lift placement. Any lift that becomes desiccated, rutted, or disturbed should
be reworked prior to placing a subsequent lift.
Prior to placing any fill, the areas to receive fill will need to be stripped and grubbed to
remove all vegetation, root balls, deleterious material, and debris. Any over excavation
required to remove the root balls, deleterious material, and debris should be backfilled
with properly placed and compacted fill as discussed in Fill Placement and Compaction
Requirements. The subgrade should then be proof rolled. Any soft or pumping areas
should be excavated to firm ground and properly backfilled. The subgrade should be
scarified to a minimum depth of 8 inches and uniformly compacted as discussed in Fill
Placement and Compaction Requirements. The fill materials should then be spread in
loose, relatively horizontal lifts, less than 9 inches in thickness, and uniformly
compacted to the same criteria. If filling is suspended and the subgrade becomes
desiccated or rutted, it should be reworked prior to placement of a subsequent lift.
Fill Material Types
Fill materials should meet the following requirements.
Material Type
Description
Free of vegetation, organic material,
On -Site Soils debris, and rocks greater than 4
inches in maximum dimension.
Appropriate Use
■ General site grading
■ Pavement subgrade
■ Utility trench backfill
Facilities I Environmental I Geotechnical I Materials 4
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
Material Type Description
Clay soil free of hazardous chemicals,
vegetation, organic material, debris,
Imported Fill and rocks greater than 4 inches in
maximum dimension, with a liquid
limit (LL) of 65 or less
Fill Placement and Compaction Requirements
r ierracon
Appropriate Use
■ General site grading
■ Pavement subgrade
■ Utility trench backfill
We recommend that all fill be observed and tested for moisture content and compaction
during placement. Should the results of the in -place density tests indicate the specified
moisture or compaction limits have not been met, the area represented by the test must
be reworked and retested as required until the specified moisture and compaction
requirements are achieved.
Recommendations for compaction are presented in the following table. Fills should be
placed at a maximum loose lift thickness of 6 and 9 inches for hand -operated and heavy
compaction equipment, respectively.
Item
On -site soils or imported
fills and lime treated
subgrades
Compaction 1
A minimum of 95%
maximum standard
Proctor dry density (ASTM
D698)
Lime/Sulfate Induced Heave
Moisture Content 1
In the range of 0 to +4
percentage points of
optimum moisture
Sulfate tests performed at the time of our investigation indicate sulfate contents of less
than 100 ppm for the samples tested. Additional sulfate testing should be performed on
the surface soils once final grading in completed. When the sulfate concentrations are
less than 3,000 ppm, the subgrade soils are considered suitable for lime treatment in
the conventional manner using a single lime application. A double lime application,
extended mellowing period (3 to 7 days), and mellowing moisture contents 3 to 5
percentage points above optimum moisture content should be considered if the sulfate
concentrations are greater than about 3,000 ppm. Imported fill material should be
tested for soluble sulfate to evaluate the suitability of soils for lime stabilization.
Facilities I Environmental I Geotechnical I Materials 5
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas r ierracon
April 22, 2024 1 Terracon Project No. 94245152
Pavement Subgrade Preparation
Subgrade materials encountered consisted of clay soils. These soils are subject to loss of
support with the moisture increases that can occur beneath paving. The clay soils react
with hydrated lime, which serves to improve and maintain their support value. Lime
treatment is recommended beneath pavement sections. We recommend that a minimum
of 9 percent lime by dry weight (54 pounds per square yard for 8-inch depth) be used to
treat the subgrade soils at this site. The lime should be thoroughly mixed and blended
with the top 8 inches of the subgrade (TxDOT Item 260).
The lime modified subgrade should be uniformly compacted as discussed in Fill
Placement and Compaction Requirements. Pavement subgrades should be protected
from traffic or ponding water. They should be moist cured until the pavement is placed.
Site grading is generally accomplished early in the construction phase. However, as
construction proceeds, the subgrade may be disturbed due to utility excavations,
construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not
be suitable for pavement construction and corrective action will be required. The
subgrade should be carefully evaluated at the time of pavement construction for signs of
disturbance or excessive rutting. If disturbance has occurred, pavement subgrade areas
should be reworked, moisture conditioned, and properly compacted to the
recommendations in this report immediately prior to paving.
Support characteristics of subgrade for pavement design do not account for shrink/swell
movements of an expansive clay subgrade, such as soils encountered on this project.
Thus, the pavement may be adequate from a structural standpoint, yet still experience
cracking and deformation due to shrink/swell related movement of the subgrade.
Pavement Design Parameters
Pavement design for this project is based on procedures outlined by AASHTO for
concrete paved roads and pavement design parameters prescribed by the City of Fort
Worth's Pavement Design Manual dated January 29, 2015 (Revised December 14, 2015).
The following input parameters were used in the pavement section analysis for a
collector road.
Facilities I Environmental I Geotechnical I Materials 6
Geotechnical Engineering Report
New Roadway i Fort Worth, Texas
April 22, 2024 i Terracon Project No. 94245152
Input Parameters for Collector Roads
Annual ESALs/Total ESALS
Growth factor
Design life
Initial serviceability, PO
Terminal serviceability, Pt
Reliability, R
Overall standard deviation, SO
Load transfer ("J" factor)
Drainage coefficient
Modulus of elasticity of concrete
Modulus of rupture of concrete
Modulus of reaction of subgrade soil
Roadway Pavement Thickness
r ierracon
Value
100,000/3,000,000
1.5%
25 years
4.5
2.25
90%
0.39
3.0
1.0
4,000 ksi
620 psi
200 pci
The following table provides our estimated minimum thickness of PCC pavements.
Portland Cement Concrete Design
Thickness (inches)
Layer Planned Roadway
PCC
Compacted Lime Treated
Subgrade
Total Pavement Thickness
16
Facilities i Environmental I Geotechnical i Materials 7
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas r ierracon
April 22, 2024 1 Terracon Project No. 94245152
Pavement Joints
Design Parameter Recommendation
Maximum Joint Spacing' 15 feet each way
For 8-inch-thick pavements - No 3, Grade 60
reinforcing steel bars at 18 inches on -center each -
Distributed (Thermal)Stee12 way
It is imperative that the distributed steel be
positioned accurately in the pavement cross section.
Minimum Dowel Size 1 inch
Dowel Spacing4 12 inches on center
Dowel Length' 20 inches (contraction joint)
24 inches(expansion joint)
1. In general accordance with ACI 33021, Table 3.7 Spacing Between Joints
2. In general accordance with the City of Fort Worth Pavement Design Manual dated
January 29, 2015 (Revised December 14, 2015), Table 4.1 Pavement Reinforcement
3. In general accordance with the City of Fort Worths Pavement Design Manual dated
January 29, 2015 (Revised December 14, 2015, Table 4.3 Expansion Joint Minimum
Dowel Size
4. In general accordance with the City of Fort Worth standard pavement details.
Dowel bars should be provided across all joints. All joints should be constructed per the
City of Fort Worth's Pavement Design Manual dated January 29, 2015 (Revised
December 14, 2015). The pavement joints should be properly maintained throughout the
life of the pavement.
Pavement Drainage
Pavements should be sloped to provide rapid drainage of surface water. Water allowed to
pond on or adjacent to the pavements could saturate the subgrade and contribute to
premature pavement deterioration.
Construction Observation and Testing
The earthwork efforts should be monitored under the direction of the Geotechnical
Engineer. Monitoring should include documentation of adequate removal of, vegetation,
any debris/ deleterious materials, trees, tree roots, and topsoil, proof -rolling and
mitigation of areas delineated by the proof -roll to require mitigation.
Each lift of compacted fill should be tested, evaluated, and reworked as necessary until
approved by the Geotechnical Engineer prior to placement of additional lifts as outlined in
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas r Terracon
April 22, 2024 1 Terracon Project No. 94245152
Fill Placement and Compaction Requirements and as recommended in the following
table.
Material Type Frequency of In -Place Moisture and Density
Tests
Pavement areas
At least 1 test per 5,000 sf of area per compacted
lift with a minimum of 3 tests per lift
Trench backfill At least 1 test for every 100 linear feet per lift of
compacted trench backfill
Daily reports documenting activities, test results and list on non -conforming tests should
be provided to the team. The imported fill should be sampled and tested on a regular
basis to confirm that it does meet the properties recommended in this report.
In addition to the documentation of the essential parameters necessary for construction,
the continuation of the Geotechnical Engineer into the construction phase of the project
provides the continuity to maintain the Geotechnical Engineer's evaluation of subsurface
conditions, including assessing variations and associated design changes.
Pavement Maintenance
The pavement sections represent minimum recommended thicknesses and, as such,
periodic upkeep should be anticipated. Preventive maintenance should be planned and
provided for through an on -going pavement management program. Maintenance activities
are intended to slow the rate of pavement deterioration and to preserve the pavement
investment. Pavement care consists of both localized (e.g., crack and joint sealing and
patching) and global maintenance (e.g., surface sealing). Even with periodic maintenance,
some movements and related cracking may still occur, and repairs may be required.
General Comments
Our analysis and opinions are based upon our understanding of the project, the
geotechnical conditions in the area, and the data obtained from our site exploration.
Variations will occur between exploration point locations or due to the modifying effects
of construction or weather. The nature and extent of such variations may not become
evident until during or after construction. Terracon should be retained as the Geotechnical
Engineer, where noted in this report, to provide observation and testing services during
pertinent construction phases. If variations appear, we can provide further evaluation and
supplemental recommendations. If variations are noted in the absence of our observation
Facilities I Environmental I Geotechnical I Materials 9
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas r Terracon
April 22, 2024 1 Terracon Project No. 94245152
and testing services on -site, we should be immediately notified so that we can provide
evaluation and supplemental recommendations.
Our Scope of Services does not include either specifically or by implication any
environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or
identification or prevention of pollutants, hazardous materials or conditions. If the owner
is concerned about the potential for such contamination or pollution, other studies should
be undertaken.
Our services and any correspondence are intended for the sole benefit and exclusive use
of our client for specific application to the project discussed and are accomplished in
accordance with generally accepted geotechnical engineering practices with no third -party
beneficiaries intended. Any third -party access to services or correspondence is solely for
information purposes to support the services provided by Terracon to our client. Reliance
upon the services and any work product is limited to our client and is not intended for
third parties. Any use or reliance of the provided information by third parties is done solely
at their own risk. No warranties, either express or implied, are intended or made.
Site characteristics as provided are for design purposes and not to estimate excavation
cost. Any use of our report in that regard is done at the sole risk of the excavating cost
estimator as there may be variations on the site that are not apparent in the data that
could significantly effect excavation cost. Any parties charged with estimating excavation
costs should seek their own site characterization for specific purposes to obtain the specific
level of detail necessary for costing. Site safety and cost estimating including excavation
support and dewatering requirements/design are the responsibility of others. Construction
and site development have the potential to affect adjacent properties. Such impacts can
include damages due to vibration, modification of groundwater/surface water flow during
construction, foundation movement due to undermining or subsidence from excavation,
as well as noise or air quality concerns. Evaluation of these items on nearby properties
are commonly associated with contractor means and methods and are not addressed in
this report. The owner and contractor should consider a preconstruction/precondition
survey of surrounding development. If changes in the nature, design, or location of the
project are planned, our conclusions and recommendations shall not be considered valid
unless we review the changes and either verify or modify our conclusions in writing.
Facilities I Environmental I Geotechnical I Materials 10
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
Figures
Contents:
GeoModel
r ierracon
Facilities I Environmental I Geotechnical I Materials
New Roadway
Southeast of FM 156 1 Fort Worth, TX
Terracon Project No. 94245152
GeoModel
P ferracon
1801 Handley Ederville Rd
Fort Worth, TX
71u
B:-1
708 .......
...............................
:......................................................................
:................................... :.......
706 .......
...................................................................:...................................:.....................................
704 .......
702 .......
j.................................................
...............................................................................................
..
%
..
B-2 3.
aT700
.......
...........................................
............................... ...................................................:.......
J
10
698...........................................................
..........................
rn
f
0
1
1
694..........:...............................................
...............:...........
...........................................................
a
B-4
�
692...........:................................................
...............,...........
w
9
690............
...................................
:....................°............... :...........�o.............:...................
..................................:...................
........:.......
686 ..........
:.......................................................................:
..................................
:...................
684.....................................................................................................................................110
689
This is not a cross section.
This is intended to display the Geotechnical Model only. See
individual logs for more detailed conditions.
Model
Layer
Layer Name
General Description
Legend
Fat Clay (CH) and Lean Clay (CL), dark brown, brown and
® Fat Clay ❑ Lean Clay
1
Clay
tan, with limestone layers; stiff to hard
�7 First Water Observation
-SZ- Second Water Observation
Groundwater levels are temporal. The levels shown are representative of
the date and time of our exploration. Significant changes are possible
over time.
Water levels shown are as measured during and/or after drilling. In
some cases, boring advancement methods mask the presence/absence
of groundwater. See individual logs for details.
NOTES:
Layering shown on this figure has been developed by the geotechnical
engineer for purposes of modeling the subsurface conditions as
required for the subsequent geotechnical engineering for this project.
Numbers adjacent to soil column indicate depth below ground surface.
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
Attachments
r ierracon
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
Exploration and Testing Procedures
Field Exploration
Number of Borings
M
Approximate Boring
Depth (feet)
10
r Terracon
Location
Planned Roadway
Boring Layout and Elevations: Terracon personnel provided the boring layout and
Westwood Professional Services staked the borings. Ground surface elevations were
provided by Westwood Professional Services.
Subsurface Exploration Procedures: We advanced the borings with a truck -mounted
rotary drill rig using continuous flight augers (solid stem and/or hollow stem, as
necessary, depending on soil conditions). Samples were obtained at 2 feet intervals in
the upper 10 feet. In the push tube sampling procedure, a seamless steel tube with a
sharp cutting edge was pushed hydraulically into the soil to obtain a relatively
undisturbed sample. In the split -spoon sampling procedure, a standard 2-inch outer
diameter split -spoon sampler was driven into the ground by an automatic hammer. The
number of blows required to advance the sampling spoon the last 12 inches of a normal
18-inch penetration is recorded as the Standard Penetration Test (SPT) resistance value
We observed and recorded groundwater levels during drilling and sampling. The
groundwater levels are shown on the attached boring logs. For safety purposes, all
borings were backfilled with auger cuttings after their completion.
The sampling depths, penetration distances, SPT resistance values (N-values), and other
sampling information was recorded on the field boring logs. The samples were placed in
appropriate containers and taken to our soil laboratory for testing and classification by a
Geotechnical Engineer. Our exploration team prepared field boring logs as part of the
drilling operations. These field logs included visual classifications of the materials
observed during drilling and our interpretation of the subsurface conditions between
samples. Final boring logs were prepared from the field logs. The final boring logs
represent the Geotechnical Engineer's interpretation of the field logs and include
modifications based on observations and tests of the samples in our laboratory.
Laboratory Testing
The project engineer reviewed the field data and assigned laboratory tests. The
laboratory testing program included the following types of tests:
■ Water (moisture) content
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas r ierracon
April 22, 2024 1 Terracon Project No. 94245152
■ Liquid limit, plastic limit, and plasticity index
■ Unconfined compressive strength of soil
■ Soluble sulfates
■ Lime series testing
The laboratory testing program often included examination of soil samples by an
engineer. Based on the results of our field and laboratory programs, we described and
classified the soil samples in accordance with the Unified Soil Classification System.
The results of the laboratory tests are presented on the individual boring logs, tables, or
graphs in Exploration and Laboratory Results.
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
Site Location and Exploration Plans
Contents:
Site Location Plan
Exploration Plan
Note: All attachments are one page unless noted.
w ierracon
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
Site Location
Wrerracon
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
Exploration Plan
Wrerracon
Facilities I Environmental I Geotechnical I Materials
Exploration and Laboratory Results
Contents:
Boring Logs (B-1 through B-4)
Summary of Soluble Sulfate Tests
Lime Series Test
Note: All attachments are one page unless noted.
New Roadway
Southeast of FM 156 1 Fort Worth, TX
Terracon Project No. 94245152
Boring Log No. B-1
p, Location: See Exploration Plan N a)
T J j0 T
u Latitude: 33.01290 Longitude:-97.33620
N Q JL..i N O_ N
0 a N E v�
E (7 rj 0 U)
O
Depth (Ft.) Elevation: 708.5 (Ft.)
FAT CLAY fCHI trace calcareous nodules,
brown, very stiff
— 3.75 (HP)
0 706.5 _
LEAN CLAY fCLI, with limestone layers and —
calcerous deposits, tan, stiff to hard 6-4-4
— N=8
j
20-21-50/5"
10.0 698.5 10—
4.5+ (HP)
Boring Terminated at 10 Feet
See Exploration and Testing Procedures for a description of field and laboratory
procedures used and additional data (If any).
See Supporting Information for explanation of symbols and abbreviations.
Notes
Ground surface elevation provided by Westwood Professional Services
r ierracon
1801 Handley Ederville Rd
Fort Worth, TX
Strength Test
a
Atterberg
o
u Limits
v c N c
v .-Fa
O1 LL-PL-PI
LL
a
Q v ct
o�in
U
Water Level Observations
Groundwater not encountered during drilling
Borehole dry at completion of drilling
Advancement Method
Dry Auger
24.4 53-23-30
15.8
14.5
12.8
14.9
Abandonment Method
Boring backfilled with soil cuttings upon completion.
41-17-24
Drill Rig
CME 45 Truck
Hammer Type
Automatic
Driller
StrataBore
Logged by
B. Partain
Boring Started
03-20-2024
Boring Completed
03-20-2024
Facilities I Environmental I Geotechnical I Materials
New Roadway
Southeast of FM 156 1 Fort Worth, TX as ierracon
Terracon Project No. 94245152 1801 Handley Ederville Rd
Boring Log No. B-2 Fort Worth, TX
p, Location: See Exploration Plan a) Strength Test Atterberg
v O Q g Limits
>' J >
u -97.3350° v S
v
�, m� t ��_
o m v au N o v o 0 .� LL-PL-PI a"
Depth (Ft.) Elevation: 700.1 (Ft.) +/- ~ U
FAT CLAY (CHI, dark brown, very stiff
3.0 (HP) 24.0
0 698.1 _
LEAN CLAY JCLI, with limestone layers, tan, —
very stiff to hard
— 4.5+ (HP) 19.2 43-21-22
j 7 9 0.9
5-- N=19
—� 4.5+ (HP) 18.9
16-14-13
17.8
0.0 690.1 X N-27
Boring Terminated at 10 Feet 1Q
See Exploration and Testing Procedures for a description of field and laboratory Water Level Observations Drill Rig
procedures used and additional data (If any). Groundwater encountered @9' while drilling CME 45 Truck
See Supporting Information for explanation of symbols and abbreviations. Groundwater observed @8' at completion of drilling Hammer Type
Automatic
Driller
Notes Advancement Method Strata Bore
Ground surface elevation provided by Westwood Professional Services Dry Auger Logged by
B. Partain
Boring Started
Abandonment Method 03-20-2024
Boring backfilled with soil cuttings upon completion.
Boring Completed
03-20-2024
Facilities I Environmental I Geotechnical I Materials
New Roadway
Southeast of FM 156 1 Fort Worth, TX as ierracon
Terracon Project No. 94245152 1801 Handley Ederville Rd
Boring Log No. B-3 Fort Worth, TX
p, Location: See Exploration Plan a) Strength Test Atterberg
v O Q g Limits
>' Juf>O
u Latitude: 33.0114° Longitude:-97.3342° @ o > L a +� v a�i
v
m� t ��_
o m v E of N o v o p .2 LL-PL-PI a"
Depth (Ft.) Elevation: 699.9 (Ft.) +/- ~ U
LEAN CLAY (CLI, dark brown, very stiff —
NJ 3.0 (HP) 21.0 44-20-24
.0 697.9 _
LEAN CLAY (CLI, with limestone layers, tan,
stiff to hard
2.0 (HP) UC 1.55 6.9 18.3 109
j5 — 3.75 (HP) 19.5
42/ 12"
— . 4.25 (HP) 27.4
0.0 689.9
Boring Terminated at 10 Feet 10 —32/ 12",
See Exploration and Testing Procedures for a description of field and laboratory Water Level Observations Drill Rig
procedures used and additional data (If any). Groundwater not encountered during drilling CME 45 Truck
See Supporting Information for explanation of symbols and abbreviations. Borehole dry at completion of drilling Hammer Type
Automatic
Driller
Notes Advancement Method Strata Bore
Ground surface elevation provided by Westwood Professional Services Dry Auger Logged by
B. Partain
Boring Started
Abandonment Method 03-20-2024
Boring backfilled with soil cuttings upon completion.
Boring Completed
03-20-2024
Facilities I Environmental I Geotechnical I Materials
r ierracon
New Roadway
Southeast of FM 156 1 Fort Worth, TX
Terracon Project No. 94245152
Boring Log No. B-4
p,
Location: See Exploration Plan
N
a)
T J
u
Latitude: 33.01070 Longitude:-97.33330
j0
T
U
Q
E
v
E (7
N
rj 0
O
U)
Depth (Ft.) Elevation: 692.1 (Ft.) +/-
//�
FAT CLAY (CH), dark brown to brown, stiff to
■
very stiff
t
686.1
FAT CLAY (CH), brown, stiff to very stiff
0 682.1 1
Boring Terminated at 10 Feet
See Exploration and Testing Procedures for a description of field and laboratory
procedures used and additional data (If any).
See Supporting Information for explanation of symbols and abbreviations.
Notes
Ground surface elevation provided by Westwood Professional Services
1801 Handley Ederville Rd
Fort Worth, TX
Strength Test
a Atterberg
o u Limits
u, S
v c N c
v .-Fa
LL
O1 LL-PL-PI a
Q v ct
o�in
U
2.25 (HP) 35.0 76-29-47
1.75 (HP) UC 1.04 4.7 26.3 97
2.0 (HP) 26.5
2.75 (HP) UC 0.83 2.2 26.6 97 69-24-45
4.0 (HP)
24.4
Water Level Observations
Drill Rig
Groundwater not encountered during drilling
CME 45 Truck
Borehole dry at completion of drilling
Hammer Type
Automatic
Driller
Advancement Method
Strata Bore
Dry Auger
Logged by
B. Partain
Boring Started
Abandonment Method
03-20-2024
Boring backfilled with soil cuttings upon completion.
Boring Completed
03-20-2024
Facilities I Environmental Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
SUMMARY OF SOLUBLE SULFATE TESTS
Depth
Boring
(ft)
B-1
0-2
B-2
2-4
B-3
0-2
B-4
0-2
B-4
4-6
Soluble Sulfate - TEX-145-E
,r ierracon
Soluble Sulfates
(ppm)
<100
<100
<100
<100
<100
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas
April 22, 2024 1 Terracon Project No. 94245152
LIME SERIES TEST
% Lime Vs PI
50
M
35
K
= 30
N
25
U
in 20
a
15
ierracon
10
5
0
p 2 4 6 8 10 12 14
Lime
Facilities I Environmental I Geotechnical I Materials
Supporting Information
Contents:
General Notes
Unified Soil Classification System
Note: All attachments are one page unless noted.
New Roadway
Southeast of FM 156 1 Fort Worth, TX
Terracon Project No. 94245152
Sampling
General Notes
Water Level
Water Initially
'Shelby
SplitSpoon
N
Encountered
Tube
Water Level After a
Specified Period of Time
Texas
Water Level After
Specified Period Time
Cone
a of
Penetrometer
Cave In
Encountered
Water levels indicated on the soil boring logs are the
levels measured in the borehole at the times indicated.
Groundwater level variations will occur over time. In
low permeability soils, accurate determination of
groundwater levels is not possible with short term
water level observations.
Descriptive Soil Classification
lFrerracon
1801 Handley Ederville Rd
Fort Worth, TX
M Field Tests W
N Standard Penetration Test
Resistance (Blows/Ft.)
(HP) Hand Penetrometer
(T) Torvane
(DCP) Dynamic Cone Penetrometer
UC Unconfined Compressive
Strength
(PID) Photo -Ionization Detector
(OVA) Organic Vapor Analyzer
Soil classification as noted on the soil boring logs is based Unified Soil Classification System. Where sufficient laboratory data exist to classify the soils
consistent with ASTM D2487 "Classification of Soils for Engineering Purposes" this procedure is used. ASTM D2488 "Description and Identification of
Soils (Visual -Manual Procedure)" is also used to classify the soils, particularly where insufficient laboratory data exist to classify the soils in accordance
with ASTM D2487. In addition to USCS classification, coarse grained soils are classified on the basis of their in -place relative density, and fine-grained
soils are classified on the basis of their consistency. See "Strength Terms" table below for details. The ASTM standards noted above are for reference
to methodology in general. In some cases, variations to methods are applied as a result of local practice or professional judgment.
And Elevation Notes
Exploration point locations as shown on the Exploration Plan and as noted on the soil boring logs in the form of Latitude and Longitude are
approximate. See Exploration and Testing Procedures in the report for the methods used to locate the exploration points for this project. Surface
elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface
elevation was approximately determined from topographic maps of the area.
Strength Terms
Relative Density of Coarse -Grained Soils
Consistency of Fine -Grained Soils
(More than 50% retained on No. 200 sieve.)
(50% or more passing the No. 200 sieve.)
Density determined by Standard Penetration Resistance
Consistency determined by laboratory shear strength testing, field
visual -manual
procedures or standard penetration resistance
Standard Penetration or
Unconfined Compressive Standard Penetration or
N-Value
Consistency
Strength
N-Value
(Blows/Ft.)
Qu (tsf)
(Blows/Ft.)
Very Loose 0 - 3
Very Soft
less than 0.25
0 - 1
Loose 4-9
Soft
0.25 to 0.50
2-4
Medium Dense 10 - 29
Medium Stiff
0.50 to 1.00
4-8
Dense 30 - 50
Stiff
1.00 to 2.00
8 - 15
Very Dense > 50
Very Stiff
2.00 to 4.00
15 - 30
Hard
> 4.00
> 30
Relevance of Exploration and Laboratory Test Results
Exploration/field results and/or laboratory test data contained within this document are intended for application to the project as described in this
document. Use of such exploration/field results and/or laboratory test data should not be used independently of this document.
Facilities I Environmental I Geotechnical I Materials
Geotechnical Engineering Report
New Roadway I Fort Worth, Texas hierracon
April 22, 2024 1 Terracon Project No. 94245152
Unified Soil Classification System
Criteria for Assigning Group Symbols and Group Names Using
Soil Classification
Laboratory Tests A
Group
Group Name B
Symbol
Clean Gravels:
Cu>_4 and 1:5Cc:53 E
GW
Well -graded gravel F
Gravels:
More than 50% of Less than 5% fines c
Cu<4 and/or [Cc<1 or Cc>3.0] E
GP
Poorly graded gravel F
coarse fraction
Fines classify as ML or MH
GM
Silty gravel F, G•"
retained on No. 4 Gravels with Fines:
Coarse -Grained Soils: sieve More than 12% fines C
Fines classify as CL or CH
GC
Clayey gravel F, G•"
More than 50% retained
on No. 200 sieve Clean Sands:
Cu>_6 and 1<_Cc<_3 E
SW
Well -graded sand I
Sands:
50% or more of Less than 5% fines °
Cu<6 and/or [Cc<1 or Cc>3.0] E
SP
Poorly graded sand I
coarse fraction
passes No. 4 sieve Sands with Fines:
Fines classify as ML or MH
SM
Silty sand G• "• I
More than 12% fines °
Fines classify as CL or CH
SC
Clayey sand c• "• I
PI > 7 and plots above "A" line'
CL
Lean clay K• `• "'
Silts and Clays: Inorganic:
PI < 4 or plots below "A" line
ML
Silt K• �, M
Liquid limit less than
50
LL oven dried
Organic Clay K, L• M, "
Fine -Grained Soils: Organic:
< 0.71
LL not dried
OL
Organic silt K• L, M, o
50% or more passes the
No. 200 sieve
PI plots on or above "A" line
CH
Fat clay K• I•"
Silts and Clays: Inorganic:
PI plots below "A" line
MH
Elastic silt K• L• M
Liquid limit 50 or
more Organic:
LL oven dried
< 0.75
OH
Organic clay K• L, M, P
K• L, M,
LL not dried
Organic silt Q
Highly organic soils: Primarily organic matter, dark in color,
and organic odor
PT
Peat
A Based on the material passing the 3-inch (75-mm) sieve.
" If fines are organic, add 'with
organic fines" to group name.
e If field sample contained cobbles or boulders, or both, add "with
I If soil contains >_ 15% gravel,
add "with gravel" to group name.
cobbles or boulders, or both" to group name.
' If Atterberg limits plot in shaded
area, soil
is a CL-ML, silty clay.
c Gravels with 5 to 12% fines require dual symbols: GW-GM well-
K If Soil contains 15 to 29% plus No. 200, add "with sand" or
graded gravel with silt, GW-GC well -graded gravel with clay, GP -GM
"with gravel," whichever is predominant.
poorly graded gravel with silt, GP -GC poorly graded gravel with clay.
L If Soil contains >_ 30% plus No.
200 predominantly sand, add
Sands with 5 to 12% fines require dual symbols: SW-SM well-
"sandy" to group name.
graded sand with silt, SW -SC well -graded sand with clay, SP-SM
"If soil contains >_ 30% plus No.
200, predominantly
gravel, add
poorly graded sand with silt, SP-SC poorly graded sand with clay.
"gravelly" to group name.
E Cu = D6o/Dio Cc = (D,p)2
" PI >_ 4 and plots on or above "A"
line.
° PI < 4 or plots below "A" line.
D10 x D.
P PI plots on or above "A" line.
F If soil contains >_ 15% sand, add "with sand" to group name.
Q PI plots below "A" line.
G If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM
60 1 1 1 I
For classification of fine-grained
soils and fine-grained fraction
50 of coarse -grained soils P`N
a Equation of "A!'- line
Horizontal at PI=4 to LL=25.5.
X 40 — then PI=0.73 (LL-20)
w Uhoc
❑ Equation of "" -line G
? Vertical at LL=16 to PI=',
30 then PI=0.9 (LL-8)
� ,� hoc
a 20 G
� MH or OH
D-
10
7 CL - ML
4 -- ML or OL
0
0 10 16 20 30 40 50 60 70 80 90 100 110
LIQUID LIMIT (LL)
Facilities I Environmental I Geotechnical I Materials
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Paving, Drainage, Water, Sewer, Street Light & Traffic Signal Improvements to
serve Intermodal Parkway
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN:104135
Revised July 1, 2011
FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 2/4/2025
I erete
I Class AJSidewe�, ADA Ramos, Driveways,Curb/Gutter
Median Pavement)
19/9/2022 03 30 OU
Mirz Ue Ip,
American Covcrete Company
30CAF029
3000 psi C.for Sidewalk. & ADA Ramps
3-5" Slump; 3-6% Av
1612412124 03 3001
Mi. De, p
Big Town Concrete
302050-1
3000 psi Concrete for Cubs and Sidewalks
31" Slump, 3-6%Ab
19/9/2022 03 30 00
M. De I,
Bumco Tex..
30U101AG
3000 psi Co ,c Ie M, for Flatwork
3-5" Slump; 3-696 -
14/12024 03 30 00
Mi. Dls
Bumco Texas
3OU500BG
3000gsi Concrete Mu for Sidewalks
3-5" Slump, 3-6% Ai,
19/92022 033000
Mm Design
Carder Concrete
FWCC502001
3006 psi for Sidewalk., Driveways, Ramps, Cmb &Gutter, Elatwork
3-5" Slump; 3-6 Ai,
19/92022 03 30 00
Mi. Design
Carder ConmUe
FWCC502021
3500 psi concrete for Sidewalks, Drivewaj'�, Ramps, Cmb &Gutter
3-5" Slump. 3fi%Air
19/92022 03 30 00
M. Design
Chisholm Trail Redi Ma
C13020AE
3000 psi Concrete for Driveways, Cmb &Gutter
3-5" Slump; 4.5-7.5%Au
19/92022 03 30 0
M& Des'
City Conmete Comp?4)'
30HA20R
3000 psi Concxeta Mi, fr Bloc ' Sidewalks, F7stwork, Pads
3-5" Slump, 36%Air
19/92022 033000 0
Ma Degrg�n
Cow Town Redi Min
253-W
3000 psi Concrete Mix Sidewa0. ,ADA Ramps, Driveways, Curb &Gutter, Safety End Treatments, Nov-TxDOT RGammg Wall.
3-5" Slump; 3-6% Av
19/92022 03 30 00
Miz DIP,
Cow Town Redi Mi.
250
3000 psi ConmUe Mi. f., Sidewalks, Driveways, ADA Ramps
3-5" Slump, 36%Air
19/9/2022 03 30 00
M. Desrgo
Cow Town R.MLx
350
3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps
3-5" Slump; 3-6% Ai,11/29/2024
03 30 00
Mu DeslP,p
Estrada Ready Mi.
R3050AEWR
5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes
3-5" Slump, 36%Air
19/9/2022 03 30 00
M. Design
GCH Concrete Services
GCH4000
4000 psi Concrete for for Sidewalks, Ramps, Headwalls, mkts, and Storm Dram S.3-5"
Slump; 3-6 n' %A
19/9/2022 03 30 00
Miz D.0
Holcim - SOR, Inc
1261
3000 psi Concrete Mix f., Sidewalks
3-5" Slump, 36%Air
19/23/2024 03 30 00
M. Design
Hokim - SOR, Inc.
5177
3000 Ni Concrete M. for Sidewalks, Curbs and Gutters
3-5" Slump; 36%An
19/9/2022 03 30 00
Mu Desjp
Holcim - SOR, Inc.
5409
4000 Ni Concrete Mu for Sidewalks, inlets
3-5" Slump, 36%Air
14n2023 03 30 00
M. Design
Liquid Stove
C301D
3,000 psi Concrete for Sidewalks, Approaches, and Driveways
3-5" Slump; 36%Ai,
19/92022 033000
3 30 00
Mi. Design
Martin Marietta
R2136214
3,000 psi Concrete for Sidewalks & Ramps
3-5" Slump, 36%Air
19/92022 033000
M. Design
Mart. Marietta
R2136014
3,000 psi Concrete for Sidewalks & Ramps
3-5" Slump; 36%Air
14/12023 03 3000
Mi. Des�p
Martin Marietta
R2136N14
5.00 sacks / 3,000oncrete fr Sidewalks
3-5" Slump. 3-6%Ab
16/12023 03 3000
M. De I,
Marts Marietta
R2136FL20
3,000 psi Cof _Ti,iSrdewally; and Ramp.
3-5" Slump; 3-6%Au
16/1/2023 03 30 00
Mac Desp
Marlin M.M.
R2136N20
3,000 psi Concrete fr Sidewalks and Rampns
3-5" Slump. 3-6%Ab
11122022 03 3000
M. Desrg,
Man. Marietta
R2141K24
4,000 p.r Covcrete for Ju,aio, Boxes, Sidewahrs and Ramps
3-5" Slump; 3fi%Au
14/7/2023 03 30 00
Mi. Design
Marlin Marietta
R2136K14
3,000 psi conmae f,, sidewalks and rumps
31" Slump, 36%Air
19/9/2022 03 30 00
M. Design
Mart. M—uu
R2131314
3,000 psi Co—te for Sidewalk, & Ramps
3-5" Sh—p; 3fi%Air
19/92022 03 30 00
Mi. Design
Marlin Marietta
R2132214
3,000 psi Concrete for Sidewalks & Ramps
31" Slump, 36%Air
19/9/2022 03 30 00
M. Design
Mart. Marieta
D9490SC
3,000 psi Concrete for Sidewalks & Ramps
3-5" Slump; 4.5-7.5%An
110/42023 03 30 00
Mu Des�p
NBR Readyy Mi,
CLS A-YY
5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Cud, & Gutter
3-5" Slump, 36%Ate
110/4/2023 03 30 00
Mac Design
NBR R,aAy Mix
CLS A -NY
5 00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
3-5" Slump; 3-6%At,
17/102023 03 30 00
Mi. Desinq
M u
30A50MR
5 SK / 3,000 psi Concrete for Sidewalks
3-5" Slump, 36%Ate
11/18/2023 03 30 00
M. Design
Rapid Redi M.
RRM5020A
3000 psi Concrete f Curb, Gutter, Driveways, Sidewalk, Ramps
3-5" Slump; 3-6%An'
11242023 03 30 00
Mu Des1F
Rapid Redi Mi.
RRM5525A
3600 psi Concrete for Sidewalks, Approaches, ADA Ramps
3-5" Slump, 36%Air
19/9/2022 -33 30 00
M. Design
Redi-Mix
IOL11504
6 00 Sacks / 4,000 Ni Concrete Mix for Sidewalks, Curb & Gutter, Sewer Mauhom, Inlets, & Junction Boxes
3-5" Slump; 36%Air
110242024 -D3 30 00
Mu D-01
SRM Concrete
30850
3000 psi Concrete for Sidewalks & ADA Ramps
3-5" Slump, 36%Air
110/24/2024 133 30 00
M. Design
SRM Covcrete
30350
3000 Ni Concrete for Sidewalks & ADA Ramps
3-5" Slump; 3-6%Air
110/182024 -D3 30 00
Mu D-0
SRM Concrete
30050
3000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Cud, and Gutter, Driveways, Barrier Ramp
3-5" Slump, 36%Air
33000
19/9/2022033000
M. De.igo
Tarrant Covcrete
FW5025A
3000 Ni Concrete Mu f., Curb & Gutter, Driveway., Sidewalks, ADA Ramps
3-5" Slump; 36%Air
19/9/2022 -33 30 00
Mi. D.i¢p
Taaa¢t Concrete
CP5020A
3000 psi Covcrete Mix for Cuff and Gutter
3-5" Slump, 36%Air
110/102022 033000
M. Design
Tarrant Concrete
TCFW5020A
3000 psi Concrete f., Sidewalks
3-5" Slump; 3-6%A,,
19/9/2022 -33 3000
Mi. De101
Tam.it Concrete
FW5525A2
3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp, Cuff and Gutter
3-5" Slump, 3-6%Ab
19/9/2022 -33 3000
M. D-I,
Tim Ready M.
3020AE
3000 psi C.iu=te for Sidewalk.
3-5" Slump; 3-6%Au
19/9/2022 -03 3000
Mi. Me p
True Grit Rd i Mix
0250.230
3000 si Concrete Mix for F'latwork, Cmb & Gutter, D i em. Sidewalks, ADA Ramos
31" Slump, 36%Ab
9/92022 sae. 00
D,s6�es,
i Mi.
0250.2301
3000 psi Concrete Mix f Cub & Gutter, Driveways, Sidewalks, ADA Rumps
31" Slump, 36%Ab
/In� .Y��i,
Junction
Boxes, casemen/tt ¢. Collars. Lichtoart Foundations)
19/92022 03 30 00
Mae Drsug,
America, loncrete Company
40CNF06'
4000 psi Covcrete for Manholes & Ubhty Stu,t
3-5" Slump; 0-3%Au
19/9/2022 03 3000
Mix M p
Bumco Texas
40U500BG
4000 psi Concrete Mix fm Storm Drain Structures, Drwewa Screen Walls, Collars
3-5" Slump. 3-6%Ab
19/92022 03 30 00
M. D-I,
Cow Tow, Red, M.
255-2
3000 psi Co i=te Mix for Inlets, Thrust Block.g, Co,cree vcas meet
3-5" Slump; 3-6%Au
19/9/2022 03 30 00
Mi. Design
Cow Town Redi Mi.
355
3000 psi Concrete Mix fire Liles, Thm,t BI-km, Conmete Encasement
31" Slump, 36%Ab
19/9/2022 03 30 00
M. Design
Cow Town Redi M.
255
3500 psi Concrete Mix for Flatwork, I.]..' Th—t Bldg Concrete Encasement
3-5" Slump; 3fi%Au
19/9/2022 03 30 00
Mi. Design
Cow Town Redi Mi.
270
5000 psi Conmee Mix fr Cast -in -Place Box Culverts
31" Slump, 36%Air
19/9/2022 03 30 00
M. Design
Cow Town Redi M.
370
5000 psi Concrete Mix for Cast -.-Place Box Culverts
3-5" Slump; 3-6%Au
19/92022 03 30 00
Mu DIP
Cow Town Redi Mi.
353
3000 psi Concrete Mi. for Sidewalks, ADA Ramoqss, Driveways, Curb & Gutter, Safety End Treamre , Nov-T.DOT Retaining Wags
31" Slump, 36%Ate
19/9/2022 033000
Mi: DmIiu
Cow Town Redi M.
257
3600 psi Concree mixfor V,11y Gutters, Lightpole Foundations
3-5"Slum; 3-6%At,
19/9/2022 03 30 00
Miz D-01
Cow Town Redi M&
357
3600 psi Conmee Mi. fr Valle Gutters, Lightpole Foundations
3-5" slum, 36%Air
19/9/2022 03 30 00
M. Design
H.1a. SOR, lac.
1701
4000 psi Concrete Mix for Stprm�min Swcmres, Sanitary Sewer Manholes, Junction Box
3-5" Slump; 3-6%An'
19/9/2022 033000
Mix D-01
Holcim-SOR , Ina
1551
3000psi Co uu, M&fr Blockvl$
3-5"Slump, 3-%Air
3 30 00
19/92022 033000
M. Design
Holcmi - SOR, lac.
5409
4000 psi Concrete Mix for Sidewalks, Inlets
3-5" Slump; 3-6%An'
14272023 03300 0
Mu DeslP,p
Liquid Smne
C361DNFA
3,600 psi Concrete for Retaining wall, drivewa ,junction box apron, approach
3-5" Slump, 36%Air
3 30 00
I9/92022 033000
M. Design
Mart. Marietta
R2141230
4,000 psi Concrete for Manholes, Inlets & He.Aw.M, Valve Pads
3-5" Slump; 36%Av
3 30 00
18/42023 033000
Mu D-01
Marlin Marietta
R2141R24
5.53 Sacks / 4,000 psi Covcrete for Junction Box, Box Culvert, Sidewalks and Ramos.
3-5" Slump, 36%Air
1112M023 033000
M. Design
Mart. Marietta
R2146R33
60l Sacks/4,000psi Concrete Mix for CIPSewer Manholes
3-5" Slump; 36%Air
111202023 033000
Mi. Desi¢p
Martin Marietta
R2146K33
6.01 Sacks/4,000 psi Covcrete Mu for CIP Sewer Manholes.
3-5"Slum; 36%Air
19/9/2022 03 30 00
M. Design
Mart. Marietta
R2142233
3,600 psi Concrete for Manholes, inlets & Headwalls
3-5" Slump; 4.5-7.5%An
19/92022 03 3000
Mi. Desk
Marlin Marietta
R2136224
3,600 psi Concrete f Curb lulets
31" Slump, 3-6%Ab
19/9/2022 03 3000
M. De I,
Martin Marietta
R2141233
3,600 psi Covcrete for Storm Structure., inlet., Blmk.g & E,caseme,t
3-5" Slump; 3-6%Au
19/9/2022 03 30 00
Mi. Des�9p
Marlin Marietta
R2146038
4,500 Ri Concrete fin inlets, Stmm Dmin Stm ,s
31" Slump, 3-6%Ab
110242024 03 3000
M. Desrg,
Mart. Marietta
R2146K34
4000 psi Co,crete fr inlets, M.iholes, Headwalls, Thmst Blocks, Cullum
3-5" Slump; 3-6%Au
19/122023 033000
Mi. Design
NBRR7a Mix
CISPI-YY
6.00 Sacks/4,000��{{ggii Co u,te fr C.11m, Manholes, Box Culverts
31" Slum, 36%Air
19/92022 03 30 00
M. Design
NBR Ready Mix
TX C-YY
3000 psi Concrete Rxix for Curb lulets
3-5" Slum; 3fi%Air
19/92022 03 30 00
Mix Desigu
NB Read Mix
TX C-NY
3000 psi Conmee Mix f., Cud, lnlels
31" Slump, 36%Air
11/182023 03 30 00
Mu, Desreo
Rapid Redi .
RRM5320A
3000 psi Concrete fin Blacking
3-5" Slump; 3-6%At,
11/182023 03 3000
M. Design
Rapid Redi M,c
RRM6020ASS
4000 psi Concrete f., Strom Dim Structures
3-5" Slump; 3-6%Au
FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 2/4/2025
I Concrete (Continued)
I10/24/2024
03 30 00
Mu Des�P1,
SRM Concrete
4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars
3-5" Slump. 3-6% Ai,
110/24/2024
03 3000
Ma Des eo
SRM Concrete
40U'l
4000 psi Comae for Inlets, Manholes, Headwalls, Thmat Blocks, Collars
3-5" Slump; 3-6%Au
I9/l6/2024
03 30 00
Mu D:,p
SRM Concrele
�403'0
35050
3500 psi Concrete for Tluuat Blocks and Collars
3-5" Slump. 3-6% A'v
I9/9/2022
03 30 00
es,gn
TarrantCncrete
FW5320A
3000 psi Concrete Mix for Blockg
3-5"Slump; 36% Aa
10/]0/2022
03Ma
JM.D
Des fnewaDa,Culverts,Dr�led
par Concrete for Manholes
3-5" Slump; 3fi%A ,
waDs, N�`
Sha ocreteTCFW6025A24000
Willed
I Drilled Shafts
:919/2022 03 00
Ma Design
Bumco Texas
36U500BG
3600 os, Concrete Ma for L¢him¢ and Traffic Sins] Foundations (Dulled Shafts)
5.5-7.5" Slump; 3-6% Av
I6/21/2023 03 30 00
Mu Des�P1,
Cow Town Redi Mu
360-DS
3600 osi Concrete for Dnff d ShaNLiehtine and Traffic Si ao,l Foundation (Drilled Sh:fb
5.5-7.5" Slump. 3-6% At
I10/30/2024 03 30 00
Ma Design
Estrada Ready Ma
R36575AEWR
3600 osr Concrete for Dolled ShaR/Luthtm¢ and Traffic S,¢ne1 Foundation!Drilled Shafts)
5.5-7.5" Slump; 3-6%An
I12/52022 03 30 00
Mu Des0
Hold. - SOR Inc
1822
3600 vsi Concrete for (Dr lW Shafb)/Liehtine and Traffic Sianal Foundations
5.5-7.5" Slump.0-3%Ate
I9/92022 03 3000
Ma Design
Holcun - SDR, Inc
1859
4000 osr Concrete for fDrRled Shaftsld.i¢hhn¢snd Traffic Si¢nal Foundehons
5.5-7.5" Slump; 3-6% An
I4n/2023 03 300
Mu Des�P1,
L�:d Stone
C361DHR
3.600 osi Concrete for (DrM,d Shuft)/Liehtine and Traffic Slenal Foundations
5.5-7.5" Slump. 3-6% Ai,
I6272023 03 3000
Ma Design
Manm Manate
U2146N41
6.44sacks / 3.600 osi Concrete for (Drilled Shafts) / Lr¢htm¢ and Tmffc S,¢ne1 Foundehons
5-7" Slump; 3-6% Av
16272023 03 300
Mu Des�P1,
Martin Marietta
U2146K45
6.65 sacks / 3.600 vsi Concrete for (Drilled Shafts) / Liehting and Trefic Signal Foundations
5-7" Slump. 3-6%Ate
I8222024 03 30 00
Ma Design
NBR Ready Ma
135K2524
3500 osi Concrete for !Drilled Shaft) Li¢htoole Foundehons
5.5" Slump; 3-6% Av
I8222024 0``3 30 00
Ma De'a n
NBR Ready Ma
135K0524
3500 vsi Concrete for (DrMW Shaft) Liehtvole Foundations
5.5" Slump; 3-6%An
I Vther Applications
I9/9/2022 03 30 00
Mi Design
Ca der Concrete
FWCC602001
4000 psi Concrete fr Storm Dmin Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive AWm hes
3-5" Slump. 3-6%Ate
I9/9/2022 03 3000
Ma Design
City Conaete Company
40LA2011
4000 par Comae Ma for Stoma Dram Structures
3-5" Slump; 3-6%Au
I9/9/2022 03 300
Mu Des�P1,
Cow Town Redi Mu
260-2
3600 osi Concrete Mu for Box Culverts, Headwalls
3-5" Slump, 3-6% Av
I9/92022 03 3000
Ma Design
Cow Town Rah Ma
360-1
3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls
3-5" Slump; 3-6% Au
I9/9/2022 03 30 00
Mi. Design
Cow Town Redi M&
260-1
3600 g/si Concrete Mix for Headwalls
3-5" Slump. 3fi% Air
I1292024 03 30 00
Ma Design
Estrada Ready Mix
R3655AEWR
550 Sacks / 3,600 psi Comae for HeAwAs, Wmgwalls, and Culverts
3-5" Slump; 3-6%Air
I9/92022 03 30 00
Mu Desiga
GCH Concrele Services
GCH4000
4000 psi Concmte for for Sidewalks, Ramps, Headwalls, hdels, and Storm Draw Swctures
3-5" Slump. 3-6% At,
I9/92022 03 30 00
Ma Design
Hold. - SOP_ Inc.
1851
4500 psi Concise fm Stoon Dram Structures, Hand Placed Pavmg
3-5" Slump; 3-6%Ate
I4/12023 03 30 00
Mu D-01
Mann, Marietta
3 JOLBP
3,600 nQ�i Concrele for Reta�' -'9y Walls
3-5" Slump, 4-7%At,
I8/30/2023 03 30 00
Ma Desrgo
Martm Manata
R2141R30
5 85 SK/ 4,000 psi Concrete im Box Culverts & Headwalls
3-5 , SlumP; 3-6% Ah
I9/92022 03 30 00
Mu D-01
Mann, Marietta
R2146035
4,000 psi Concrete for Manholes, inlets &Headwalls, Valve Pads
3-5" Slump, 3fi% Air
I9/9/2022 03 30 00
Ma Design
SRM Covmi,
40050
4,000 psi Covaete for Headwalla, Raammg Wall, Collars
3-5" Slump; 3fi%Air
I9/92022 03 30 00
Mh' Desp
SRM Concrete
35022
3,600 pai Concrete for ]unction Box, Rdan,n,g Walls
3-5" Slump, 3fi%Ate
I4/12024 03 30 00
Ma Design
SRM Concrete
45050
4500 psi Concrete for Storm Structures
3-5" Slump; 36%Air
I9/92022 033.000 00
Mi,Des�"P
Tarrant Concrete
FW6020A2
4000 psi Concrete Mu for Sturm Draw Structures
3-5" Slump, 36%Air
I lass P (Mae... Placed Pavin¢)
1624/2024 3213 13
Mix Desp
B? Town Concrete
360060-1
3600 psi Concrde fr Machine Placed Pavl9P
L 3" Slump. 3-6%Ate
I6242024 32
Ma Dedgv
Big Town Concrete
362060-1
3600 psi Conaae for Mach —Placed Pavmg
t-3"Slump; 3-6%Au
I9/9/2022 32 13 l3
Mi. Desp
Carder C.—de
FWCC552091
3600 psi for Machine Placed Paving
l-3" Slamp. 3-6%Ate
I9/92022 3213 13
Ma Design
Carder Comae
FWCC602091
4000 psi for Machme Placed Pavmg
1-3" Slump; 3-6% Aa
I9/9/2022 32 13 13
Mix Desigp
Ciry Comae Comp?nv
36LA2011
3600 pin Concrete Mix for Machine Placed Paving
L-3" Slump. 36% Air
I9/92022 33 13 l3
Ma Design
Cow Town Redi Min
257-M
3600 psi Conaae Mix for Machme Placed Paving
1-3" Slump; 3-6 Air
111/142022 3213 L3
Mix Desi¢a
Cow Town Rath Mix
357-M
36001si Concrete Mi !.,Machine Placed Paving
13 "Slump. 36%Air
I9/92022 3213 l3
Ma Design
Cow Town Rati Ma
260-M
4000 psi Cncrae Mix for Machme Placed Paving
1-3" Slump; 3-6 At,
I9/92022 32 13 13
Mix Design
Cow Town Redi Mix
360-M
4000P�i Concrete Mix fin Machine Placed Pavii'44��
L 3" Slump, 3-6 Air
I2/62024 321313
Ma Design
Estrada Ready Mix
TD3655AEWR
5505acks/ 3,600 psi Cortese li Machine Placed Pavmg
1-3"Slump; 3-6%Av
I8/4/2023 321313
Mix Des�p
Mann, Marietta
Q214IR27
5.69 sacks/4,000 psi Concrete for Machine Placed Paving
13"Stamp, 36%A'v
I11/2/2022 32 13 13
Ma Design
Mertm Maoata
Q214IK30
4,000 psi Concrete for Machme Placed Paving
1-3" Slump; 36o AQ
I10/42023 321313
M&Des�p
NB R Ready Mix
TXCSP-YY
5.50 Sacks/3,600 psi Concrele for Machine Placed Paving
13"Slump, 36%Ate
I10/4/2023 32 13 13
Ma Dong i
NBR Ready Mix
TX C SF -NY
5 50 Sacks / 3,600 psi Concrete for Machme Placed Pavmg
1-3" Slump; 36% Air
I10242024 321313
Mix Desi1
SRM Concrete
40068
4000 psi Concrete for Machine Placed Paving
1-3"Slump, 36%Air
I10/24/2024 321313
Ma Desopi
SRM Cpnmt,
40825
4000NiConcretefn Machine Placed Pav mg
1-3" Stamp;36%Ah
19/162024 321313
Mu Des�p
SRM Concie[e
40@5
4000 psi Concrete for Machine Placed Paving
1-3"Slump, 36%Air
I l0/182024 32 13 13
Ma Dea,go
SRM Coi aete
35023
3600 psi Concrete for Machme Placed Pavmg
1-3" Slump; 36% Air
I9/92022 32 13 13
Mu Design
Tarrant Concrete
FW5520AW
3600 psi Concrete for Machine Placed Paving
1-3" Slump, 36%Ate
I9/92022 32 13 13
Ma Design
Tme Got Rah Ma
0255.2301
3600 psi Comae Ma for Machme Placed Paving
l-3" Slump; 3 5-6 5 % Av
I9/9/2022 13 13
Ma Deai
Tme Got Red, Ma
0260.2302
4000 psi Conaae Ma for Machme Placed P-on,
l-3" Slump; 3 5-6 5% Au
9
I Class R (Ham I Placed � ¢)
I9/9/2022 3213 13
Mix Dew
American Concrete Company
45CAF076
4500 psi C.—de for Hand Placed Paving
3-5" Slani" 3-'%Ate
I52/2023 32 13 13
Ma Dedgv
Big D Concrete
CM14520AE
4500 psi Comae for Hand Placed Pavmg
3-5" Slump; 3-6%Au
I9/9/2022 32 13 l3
Mu Desp
B? Town Concrele
452065-1
4500 osi hand placed ,in
31" Slamp, 3-6%Ate
I9/92022 32 13 l3
Ma Des,gn
Big Town Concrete
450065-1
4500 pai hand placed pavaig
3-5" Slump; 3-6% Aa
I9/9/2022 32 13 l3
Mix Desigp
Bumco Tenors
45U500BG
4500 psi Concrete Mix fr Hand Placed Paving, Sturm Suneones
3-5" Slumo, 36%Air
I9/92022 32 13 13
Ma Des n,
Corder Comae
FWCC602021
4500 psi concrete for Hand Placed Paving
3-5" Slump; 3-6%Air
I9/92022 32 13 L3
Mix Design
City Concrete Coi�i�ppany
4SNA206
4500 psi Concrete Mu fr Hand Placed Paving
3-S" Slump. 36% At,
I9/92022 3213 l3
Ma Design
Cow Town Rali Ma
265
4500 psi Cnaae Mix fr Hand Placed Paving
3-5" Slump; 36%Ate
I9/92022 321313
Mix D-01
Cow Town Redi Mix
365
4500 i Concrete Mu fr Hand Placed Pavi'4�
3-5"SI—P,36%Air
I.19/2024 321313
Ma Desreo
Estrada Ready Mix
R4560AEWR/
600 Sacks/4,500 psi Conc fi Hand Placed Pavmg
3-5"SIumP;46%Ah
I9/9/2022 32 13 13
Mix DIPp
GCH Concrete Services
GCH4500
4500 psi Concrete Hand Placed Paving
3-5" Slump, 36% Air
I10/4/2024 321313
Ma Deni;a
Holemn SOR, Inc.
5507
4500 psi Concise Hand Paced Paving
3-5"Slump; 36%An'
I9/92022 32 13 13
Mh' Des
Hold. - SOR, Me.
1851
4500 psi Conaae for Stom, Dian, Structures, Hand Placed Pavia
3-5" Slump, 36% A'v
I1122022 32 13 13
Mi. Design
Mann, Marietta
R2146N35
6.11 sacks /4,500 psi arncrete fin, Hand Pl wPaving, hdds, Mlles, Headwalls
3-5" Slump, 36%Air
FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 2/4/2025
I Coserete(Con'inued)
18/4/2023 32 13 13
Mac -es ,
Marlin Marietta
R2146R36
6.17 / 4,500 psi Concrete fr Hand Placed Pavmg
31" Slamp, 3-6%Air
I 1 l/22022 32 13 13
Mu Desigv
Mart, Maneita
R2146N36
4,500 psi Concmte for Head Placed Pavmg
3-5" Slump; 3-6% Au
11l/2/2022 32 13 l3
Mac Dee'
Marlin Male,
R2146K36
4,500 Concreta fr Hand Placed Pav' a
Placed
3-5" Slump. 3-6% Av
15222023 321313
Ma Design
Mari, Marietta
R2146K37
6.22 sack/4,500 pa Concrete for Head Pavmg
3-5"Slump; 3-6%Au
112/22/2023 32 13 l3
Mi. Deaigp
Marlin Marie,
R2146R44
6.60 Sachs / 4,500 psi Concrete Mix fr Hand Placed Paving
3-5" Slam,. 36% Air
112/22/2023 32 13 l3
Ma Deaga
Mahn Marlette
R2146K44
6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Pavmg
3-5" Slump; 36% Air
111/152022 32 13 l3
M. DesiPA
Marlin Marie,
R2146136
4,500 ,ei Covcrete fr Hand Placed Paving
3-S" Slump. 36%Air
I11/1 S/2022 321313
Ma Deagn
Mat, Maneta
R2146K36
4,500 psi C..—te for Hand Placed Pavivg
3-5"Slump;3fi%A,
19/92022 32 13 13
Mu Desl�p
Marlin Marietta
R2147241
4,500 psi Concrete for Hand Placed Paving
3-5" Slamp, 4.5-7.5%Air
19/9/2022 3213 L3
Ma Desgn
Mat, Marietta
R2146236
4,500 psi Concrete for Hand Placed Pavmg
3-5" Slump; 3fi% An
19/9/2022 32 13 13
Mu Des1P,p
Marlin Marietta
R2146036
4,500 psi Concrete for Hand Placed Paviaa, Wets
3-5" Slump, 36%Air
19/9/2022 32 13 13
Ma Destgo
Mat, Maneta
R2146242
4,500 psi Covcrete for Hand Placed Pavmg
3-5" Slump; 3fi% Air
19/92022 32 13 13
Mu Des1P,p
Marlin Marietta
R2146042
4,500 psi Concrete for Hand Placed Pavio\
3-5" Slump, 36% Air
110/4/2023 32 13 13
Mu Des,ga
NBR Ready Mu
CLS P2-YY
6 50 Sacks / 4,500 Ni Concrete for Hevd led Pavmg
3-5" Slump; 3fi% Ah
110/42023 321313
M&Deem
NBR Ready Mix
CLS P2-NY
6.50 Sacks/4,500 psi Coacrte for Hand Placed Paving
3-5"Slump, 36%Air
17/10/2023 32 13 13
Mu Design
Osbum
45A60MR
6SK/4,500 psi Concrete for Hand Placed Paving
3-5"Slump; 3fi%Air
11/24/2023 321313
Mu Desi�p
Rapid Redi Mu
RRM6320ARP
4500pei Coacretefa Hand Placed Paving
3-5"Slump, 36%Air
11/13/2023 321313
Ma Desigo
SRM Covcrete
45023
4500 psi Concrete for Hevd Placed Pavmg
3-5"Stump; 3fi%Air
19/92022 32 13 13
Mu Design
SRM Concrete
45000
4500 psi Concrete for Hand Placed Paving
3-5" SI.— 36%Au
I10242024 32 13 l3
Mu Desigv
SRM Covcrete
45350
4500 psi Cmrree for Hand Placed Pavmg
3-5" Slump; 3-6%Au
110/24/2024 32 13 l3
Mi. Delp
SRM Concrete
45850
4500 psi Concrete for Hand Placed Paving
3-5" Slamp, 3-6%Air
110/182024 321313
Ma Desigv
SRM Covcrete
45050
4500 psi Covcrete for Hand Placed Pavmg
3-5"Slump; 3-6%Av
19/9/2022 32 13 l3
Mi. Design
Ta,aat Concrete
FW6020AHP
4500 psi Concrete Mix fr Hand Placed Paving
3-5" Slamp. 3-6 Av
19N2022 32 13 l3
Ma M iga
Tartavt Covcrete
FW60AHP
4500 pa Cmade Ma for Head Placed Pavivg
3-5" Slump; 3fi%Au
19/92022 32 13 l3
Mi. Design
Tavant Concrete
TCFW6020AHP
4500 psi Concrete Mix fr Hand Placed Paviaa
3-S" Shav,, 3-%Air
19/92022 3213 L3
Ma Deagn
Titan Ready Mix
TRC4520
4500 psi Concrete for Hand Placed Pavmg
3-5" Slump; 3fi% Aa
19/92022 32 13 l3
Mie Design
True Grit Redi Mie
0260.2301
4500 psi Concrete Mu fr Hand Placed Paving
3-S" Slum,.36% Air
19110. 3213 13
Ma Deagn
T1ue Grit Red1 Ma
0265 2301
4500 psi Concrete Mix fr Valley Gutters, Head Placed Paving
3-5" Slump; 3.5-6 5%At,
19/92022 321313
Mix Des
True Grit Redi Mix
270.230
5000 psi Concrete for Head Placed Paving
3-5"Slump, 36%Air
110/92024 32 13 13
M. Destgp
Wildcatter
4520AI
4500 psi Concrete for Head Placed Paving
3-5" Slam,, 36%Air
1 h". HES
(� 77h Earl, Stre th Psvina)
19/92022 3213 13
U. Design
Big D Concrete
14500AE
4500 psi Concrete f,, High Early Strength Pavmg
3-5" Slump; 3-6% Au
19/9/2022 32 13 13
Mu Des ,
Bumco Texas
55U120AG
4000 psi Concrete Mix for High Earl, Strength Paving
3-5" Slamp. 3-6%Air
19/92022 3213 13
M. Desigv
Cow Towv Redi Ma
370-INC
4500 psi Covcrete for HES Pavmg
3-5" Slump; 3-696 An
19/92022 32 13 l3
Mu Desigp
Cow Tower Rath Mu
375-NC
5000 psi Concrete for HES Paviag
3-5" Slamp, 36%Ah
19/92022 3213 13
Ma M iga
Cow Town Ro& M.
370-NC
4500 pa C.—de fr HES Pavmg
3-5" Slump; 3fi% Au
'1/182023 321313
Mix Desiga
Cow Town Redi Mix
380-NC
4500 g�i Conrreefr HESPav�' °
3-S"Slump.36%Air
11292024 3213 l3
Ma Deagn
Estrada Ready Mix
4575AESC
7 50 Sacks / 4,500 psi 13,000 p (a) 3-day) Covcrete fr HE$ Pavmg
3-5" Slump; 3fi% Av
19/92022 321313
Mix D-01
Holcim -SOR Inc.
2125
5000 psi Concrete for HES Paviaa
3-5"Slump. 36%Air
11/24/2023 3213 13
Ma Deaga
Liquid Stone
C45 tDHR-A
4500psi Covcrete for HES Pavmg
3-5" Slump; 3fi% At,
14/72023 32 13 13
Mix D-01
Madill Marietta
R2161K70
6,000 psi (3,000 psi R 24 hrs.) fr HES Paving
3-5" Slam,, 36%Air
12/10/2023 32 13 l3
Ma De aga
SRM Covcrete
50310
5,000 psi Covncrete for HES Pavmg
3-5" Slump; 3fi% Air
19/9/2022 32 13 13
Mis Des'gp
SRM Covcrete
40326
4,500 (3,000 \' 3-0ayyss) psi Coacrele for HES Paving
3-5" Slump, 36%Air
19/92022 32 13 13
Mu Design
TaranI Concrete
FW6520AMR
4500 (3000 psi (d, 3daw) psi HES Pavmg
3-5" Slump; 3fi% An
19/92022 32 13 13
Ma Descp�
T-1 Covcrete
FW7520AMR
4500 (3000 psi (a, 3daw) psi Covcrete HES Pavmg
3-5" Slump; 3fi% "a
I glass S (Bridge
Top Slabs of Direct
Traffic Cutrerts, Approach Slab&)
19/9/2022 32 13 13
Miz Des
Cow Towu Redi Mix
260
4000 psi Covcrete Miz fr Bri��Fl/e Slabs, Box Culvete, Headwalls
3-5" Slump. 3-6%Air
19/9/2022 32 13 13
M. Desigv
Cow Towv Redi M.
360
4000 psi Covcrete Mu for Br tlge Slabs, Box Culverts, Headwalls
31" Slump; 3-6% Au
19/92022 32 13 l3
Mu Des ,
Cow Town Redi Mu
365-STX
4000 psi Concrete for Bridge slabs, t,� slabs ofdiml traffic culverts, apt ach slabs-TXDOT Class S-No Fly Ash
3-5" Slamp. 3-6%Air
11292024 321313
Moe Desiga
Estrada Ready Mix
R4060AEWR
6.00 Sacks/4,000 pa C.—de fr Bridge Slabs, Top Slabs, and App� cli Slabs
4-6 Slump; 3fi%Au
15/3/2023 32 13 l3
Mil Della
Malin Marietta
M7842344
4,000 Concrete fr Bddge Deck
3-5" Slam,. 4.5-7.5%Air
14/12023 3213 l3
Ma Deaga
Mahn Maneta
R2146P33
6.01 s>u'ks / 4,000 psi Covcrete for Bridge Deck
3-5" Shrmp; 3fi% Air
14/152024 32 13 l3
Mu Desiga
NBR Readyy Mix
TX S-NY
S.SO Sacks / 4000yysi Concrete Mix for Class S Slab Paviaa -No Fly Ash
3-S" Slum,. 36% Air
14/152024 32 13 l3
Mvc Deagn
NBR Ready Mix
TX S-yy
4.50 Sacks / 4000axi Concrete Mix for Class S Slab Pavmg
3-5" Slump; 3fi% At,
15/52023 3213 13
Ma Desig�n
SRM Covcrete
D100008553CB
4,000 psi Concrete for Bdiidge Approach Slab, Deck Slab
3-5" Slump; 3fi%Air
I ipn—is Ba&etrweh Re pair
14/1Air
2022 03 34 16
Mix Dcs
IH�co
osr Con"w
577"
19/92023 \1_1416
Mi, D,,IN„hr
Texas
08Y450BA
800 Ma fo Ht a fr eah Rape?
Sllump. 3 61%A%ir
I oatro]led
Low Sireaat Material
19/9/2022 03 34 13
Mac Design
B—
OIY690BF
100 psi Concrete Moe for Flowabk Fill
Flowable; 8 5-11.5%Air
19/9/2022 03
Mac Desp
Carder Coaarete
FWCC359101
50-150pal Flowable PW-CLSM
3-5"Slam(, 8-12%Air
19/9/2022 0334 L3
Ma Desigv
Ceder Covcrete
FWFF237501
So- 150ps,Flowable Fdl-CLSM
Flowable;15-11.5%Air
19/9/2022 0334 L3
Mix Des'pp
City Concrete Comp,a4y
11-350-FF
50-150p Coaorete Cor Flowable PiO-CLSM
Plowable, 8-12%Air
19/92022 11 34 l3
Ma Desiga
Cow Town Red, Mhe
M.#9
70 pa Rlo able Pdl-CLSM
7-9"Slamp; 8-11%Air
110/42023 0334 13
Mi. Design
NBR Ready Mix
FTW FLOW FILL
150nsi concrete Cor —able
7-10"Stu 8-12%Air
19/9/2022 03 34 13
Mi.Des—
Tairea[Concrete
FWFF150CLSM
50- 0 psi Flowable Fill -CLSM
£Towable, 2%Ah
14/l/2023 31 37 00
Mbe Des,gn
Rt 41030
4,000 psi Concrete for R,pmp
3-5" 51— ; 3-6%Au
1313700
14/l/2023 31 37 00
Moe D.-
(Martin Mane to
R2146033
4.000 psi Concrete for R.-
3-5" Slump; 3-6%Au
1 A�Ihall Pavia?
19/92022 3112 16
M ve Design
Aust, Asphalt
FTSB117965
FT5BI17965 PG64-22 Type B F,e Base
19/9/2022 32 12 16
Mu Des ,
Austin Asphalt
FT B139965
FFHH 39965 PG64-22 TyYVIk Fine Hase
19/92024 321216
Ma Desigv
Aust, Asphalt
FT]B1172
FP1B117.2PG64-22TypeB F,e Be.
15/12024 32 12 l6
Mix Desiap
Reynolds As1{halt
340-DG-B P
340-DG-B PG64-22 Ty1� B Base Course
19/92022 3212 l6
Ma Deaga
Reyaolds Asphalt
1112B
11012B PG64-22 TypeB A,e Base
19/92022 32 12 16
Mix Desiga
Reynolds AA halt
1612B
1612B PG64-22 Tom�,, &&B Pine Base
112/52022 331216
Ma Deaga
Suntnount Fav,g
3076BV6422
3076BV6422 P2(; 2i Type B Fine Base
19/92022 32 12 16
Mix Desl�p
Samnoant Paving
341-BRAP6422ERG
341-BRAP6422ERG PG64-22 T e H Fine Hase
19/92022 3212 16
Ma Deaga
TXBIT
37-211305-20
37-211305-20 PG64-22 Type B e Base
19/9/2022 32 12 16
Mix Des�f,
TXHIT
44-211305-17
44-211305-17 PG64-22 Type H Fine Base
19/9/2022 32 12 16
Mi. Desigo
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Pine Base
FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 2/4/2025
I Asphalt(Continued)
19/92022 32 12 16
Mix Des�af
TXBIT
64-224125-18 PG
64-224125-18 PG70-22 Type D Fine Surface
I4/l/2024 32 12 l6
1
Ma Des�e
TXBIT
344 MAGSP-D 70-22XR
344 MACSP-D 70-22XR SAC A-R Tvce D Fme Surface
19/9/2022
eteemble
321320
a i 77 Su�ace
DW$-Pavers
Pme Hall Bnck(Wmston Smem,NG)
Taade
19/92022
321320
DWS-Pavers
Wtem Bik Co.(11—ton, TX)
Demcmle Warm,¢ Pavers
I9/92022
321320
DWS-Composite
Armor ile
Pic
19/9/2022
321320
DWS -Composite
ADA Solutions (Wihningmn, MA)
HeritagBrick CIE Composite Paver
I4/72023
321320
DWS-Pavers
ADA Solutions(Wilmington, MA)
DetectaWemmg Pavers
I SWcone Joint Sealant
199/2022
32 13 73
Join[ Sealant
Dow
890SL
8905E -Cold �etp°�nlied Sit�'e Component, Sibcone Joint Sealant
ASTM D5893
I9/92022
32 13 73
lomt Sealant
To—
90OSL
900SL - Cold 1pPl. Sm� Co. Sihcone Jomt Sealant
ASTM D5893
ld Jp�onrnt,
-Cold�h'ed, conetJoint
ASTM D589
19 9/2022
32 13 73
Joint Sealant
Curb.
RoadSaver Silicone
RoodSaveroSifi—cSe gle Component, Si Sealant
ASTM D58933
I UtWty Trench Embedment Sand
t. �s
Utili }}�� Both druent Send
ASTM 31
I9/9/2 022
33 OS l0
Embedment Sand
Crouch Materals
Utd{tyEmbedmrnt Send
ASTM C33
19/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utdi}}_��Embedment Sand
ASTM C33
I9/92022
330510
Embedment Sand
FandLDm Movers
Utmincubedmrnt Sund
ASTM C33
19/92022
3305 10
Embedmem Send
Tm Top Marts Manetm
UbhN Embedment Send
ASTM C33
1 Storm Sewer- Manholes & Bases/Frames & Covers/Standard JRound)11-01 13
19282018 3305 13
McMOIe Flames and CO1,1
AxuCast (Crovia Steel Company, LTD)
NIB C #220605
MHRC #220605 (Size -•e24" Dia.)
ASTM A48 AASHTO M306
19282018 33 OS 13
Manhole Cover
Neenah Foundry
NF-1274-T91
NF-1274-T91 (Size - 32" Die)
ASTM A48 AASHTO M306
1928/2 18 3305 13
Manhole Frames end Covers
Neenah Foundry
NF-1743-LM (Hlvged)
NF-1743-LM (Hinged) (Sze- 32" D.)
ASTM A48 AASHTO M306
1928/2 18 3305 13
Manhole Frame
Neenah Foundry
NF-1930-30
NF-1930-30 (Size - 32.25" Die)
ASTM A48 AASHTO M306
I9282018 330513
Manhole Fum and Covers
Neenah Foundry
R-1743-HV
R-1743-HV(S�ze-32"Din)
ASTM A48 AASHTO M306
14/3/2019 3305 13
Manhole Fre to a and Covers
SIP htdustries++
2279ST
2279ST (Size - 24" Die )
ASTM A48 AASHTO M306
I4/32019 330513
Manhole Fo—and Covers
SIP fiohrtnes++
2280ST
2280ST(S--32"Din)
ASTM A48 AASHTO M306
110/8/2020 3305 13
Manhole Frames and Covers
EJ (FomtaQy East Jordan too, Works)
EI033 M/A
EJ 1033 Z2/A (Size -32 25" Dia)
ASTM A536 AASHTO M306
13/8/2024 3305 13
Cmb Inlet Covers
SIP fiolm nes++
2296T
2296T (Sze-' 24" Too.)
ASTM A48 AASHTO M306
16/182024 3305 13
Curb Inlet Covers
SIP fiolm nes ++
2279STN
2279STN (S ze-24" Due.)
ASTM A48 AASHTO M306
—Note: Alf— developmert(artd
new insmllan'ort me.ho/e lids
shall meet the minimum 304rtch opening regm ementes Decked in OVSpecification 33 0513. Any smaller opening sins will only be allowed for ermim, manholes that require replacemertefiames a.d covers
I Storm Sewer- Inlet & St m r, s 33-05-13
110/8/2020 33 49 20
Cmb lidets
Fonema
FRT-l0x3-005-PRECAST'" (Smc-10' X 31
ASTM C913
I N.020 33 49 20
Curb Inlets
Tortenm
FRT-l0x3-006-PRECAST'" (Stze-10' X 31
ASTM C913
110/82020 334 20
Curl, Inlets
Fortema
FRT-10x4.5-407-ERECAST`e (Size -10' X 4 51
ASTM C913
110/8/2020 334 20
Curb klcts
Romaine
FRT_,th l 5-020-PRECAST" (S--10' X 4.5)
ASTM C913
110/8/2020 33 3920
Manhole
Fonema
41
FRT-0X4-00
AST C913
110/82020 33 39 20
Manhole
Tom,
- CAST-� E (Srzi.-44XX 4)
PRT-0X4 �j�CA$� �f
ASTM C913
110/82020 33 39 20
Manhole
Fonema
FRT-5X54 0-PRECAST-TOP (Si. - 5' X 51
ASTM C913
110/82020 333920
Manhole
Fortema
FRT-5X54 0-PRECAST-BASE(Size -5'X 5)
ASTM C913
110/8/2020 333920
Manhole
Fonema
FRT6X6-011-PRECAST-TOP(Size-6'X 61
AS C913
110/8/2020 33 39 20
Manhole
I—FRT_6X64
1 PRECAST -BASE (Si. -6' X 6)
AS C913
13/19/2021 33 49 20
Curb Inlets
Thompson P�e Group
TPG-I OX3405-PRECAST INLET" (Size -10' X 31
AS 615
I3/19/2021 33 49 20
C. Inlets
Thompson Pme Group
TPG-ISX3-0OS-PRECAST INLET" (Suz -15' X 3)
AS 615
13/19/2021 33 49 20
Curb Inlets
Thompson Pipe Group
TPG-2OX3-005-PRECAST INLET" (Size -20' X 7)
AS 615
13/19/2021 33 39 20
Manhole
Thompson Pipe Group
TPG-0X4-009-PRECAST TOP (Sue -4' X 4)
AS 615
13/19/2021 33 39 20
Manhole
Thompson Pipe Group
TPG-0X4-009-PRECAST BASE (Size -T X 41
AS 615
13/19/2021 33 39 20
Mavhole
Thump— Pipe Group
TPG-0X4-012-PRECAST 4-FT RISER (Sue -4' X 4)
AS 615
13/19/2021 33 39 20
Manhole
Thompson Pipe Group
TPG-5X5-010-PRECAST TOP (Size - 5' X 51
AS 615
13/19/2021 33 39 20
Manhole
Thump— Pipe Group
TPG-5X5-010-PRECAST BASE (SRO - 5' X 51
AS 615
13/19/2021 33 39 20
Msuhole
Thompson Pipe Group
TPG-5X5412-PRECAST 5-1T RISER (Size- 5'X 51
AS 615
13/19/2021 333920
Manhole
Thompson Pipe Group
6
TPGX6-0ll-PRECAST TOP (S=-6'X 61
ASTM 615
13/19/2021 33 39 20
Manhole
Thompson Pipe Group
TPG6X6-011-PRECAST BASE (Si.- 6' X 61
AS 615
13/19/2021 33 39 20
Manhole
Thompson Pipe Group
TPG6X6-012-PRECAST 6-FT RISER (S-- 6' X 6)
AS 615
13/19/2021 333920
Manhole
Thompson Pipe Group
TPG-7X7-011-PRECAST TOP (St. -TX 7)
ASTM 6l5
13/19/2021 333920
Manhole
Thompson Pipe Group
TPG-7X7-011-PRECAST BASE(Soc - TX 7)
ASTM fi15
13/192021 33 392
Manhole
Thompson P�e Group
TPG-7X7-012-PRECAST 4-FT RISER (Size - TX 71
ASTM 615
13/192021 333920
Manhole
Thompson Pipe Group
TPG-8X8-01]-PRECAST TOP (S=-8'X 8)
ASTM 615
13/19/2021 33 39 20
Manhole
Thompson P�e Group
TPG-8X841 l-PRECAST BASE (Size - 8' X 81
ASTM 615
13/192021 33 39 20
Manhole
Thompson Pyle Group
TPG-8X8-012-PRECAST 5-FT RISER (Sze- 8' X 8)
ASTM 615
13/192021 33 49 20
Drol�lnle[
Thompson P�e Group
TPG-0X4-0O8-PRECAST INLET (Size -4' X 41
ASTM 615
I3/192021 33 49 20
Inlet
Drop13/19/2021
Thompnson Pipe Group
TPG-5X5-0PRECAST-PRECAST INLET (Sve - 5' X 5)
ASTM 615
33492q
em
Pipe Group
L%Le�4'X �b1
AS
I8/282023 334910
Man6o
Oldcasden
PPrecast 46xjtacE�
AS C478
18282023 334910
3 49 10
Manhole
Oldcasde
Precast 5'. 8' Smmt Junction Box (Size -5' X 81
AS C478
18/28/2023 334910
MaMote
Oldc ale
Prxest4'x4'Smrmlunc—Box(Sae-4'X4)
AS C478
18/28/2023 33 49 10
Manhole
Oldcastle
Precast 5' x 5' Stomt Junction Box (Size -5' X 5)
ASTM C478
18/28/2023 33 49 10
MaMote
Old —do
Precast 6' x 6' Storm J m.,_ Box (Sae - 6' X 6)
AS C478
18282023 33 49 10
Manhole
Old —tie
Precast 8' x 8' Stomt Junction Box Base (Sae - 8' X 8)
AS C478
18/28/2023 33 49 10
MaMole
Old —do
Precast 5'.8' Storm Junctmn Box Base (Size - 5' X 8)
AS C478
18282023 33 49 10
Manhole
Rinker Materials
Reintbrmd 48" Diameter Spread Footin¢ Manhole (Size -4' X 41
AS C433
18/28/2023 333920
Curb Inlet 10k3'Riser
Thompeov Pipe Group
Inlet Riser(Sae-3FT)
AS C913-16
18282023 333920
Curb Inlet 15'x 3'Riser
Thompson Pipe Group
mle[Riaer (Sae-3 FT)
AS C913-16
18/28/2023 333920
Curb Inlet 20'x3'Risx
Thump —Pipe Group
Inlet Riff (Soo,-3 FT)
AS C913-16
11/12/2024 33 49 20
Drop Inlet
AmeriTex Pipe &Products
Drop Inlet (4' X 4)
AS C913
11/12/2024 33 49 20
Drop Inlet
Am,,T" Pipe &Products
Drop Inlet (5' X 51
AS C913
11/19/2024 33 49 20
Manhole
AmeriTex Pipe &Products
Precast 4k4' Storm Junction Box
ASTM C913
3 49 20
11/19/2024 334920
Manhole
AmenTex Pipe &Products
Prxast 5S5' Storm Junctlon Box
ASTM C913
11/19/2024 33 49 20
Manhole
AmeriTex P�e &Products
5' Precast Tersition MH (4' MH on the top of 5' JB)
ASTM C913
11/19/2024 33 49 20
Manhole
A. -Tex Pipe &Products
Precast 6W Storm Jmo, . Box
ASTM C913
11/19/2024 33 49 20
Manhole
Acr_Tex Pie &Products
6' Precast Tersition MH (4' MH on the top of 6' JB)
ASTM C913
11/19/2024 33 49 20
Manhole
A. -Tex Pyle &Products
Precast 8'x8' Storm luncticm Box
ASTM C913
11/192024 33 49 20
Manhole
AnicuTex Pipe &Products
8' Precast Tersition MH (4' MH on the top of 8' JB)
ASTM C913
3 49 20
11/192024 334920
M.Oh le
AmeriTex Pipe &Products
Tvue C Sh mi Dmitt Manhole on Box (4' MH on the top of RCB)
ASTM C913
17/162024 33 49 20
Lliib Inets
Air —Tex Pipe &Products
10x3 Prxast" (S ze 10' x 31
ASTM C913
17/16/2024 334920
Q lidets
Air —Tex Pipe &Pmducta
I Sx3 Prxast"' (S ze I5' x 31
ASTM C913
•*Note: Pre aielevare Opovedfor the agelpode ofthe velure(basin)only. Stage Hp -don of Me
s.ruc—o, required ro be oroin-place.
No ecopdons to Mis requirementsha(I be allowed.
FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 2/4/2025
I y$torm Sewer-�ives & Boxes 3345-13
14/9/2021 3341 13
Sm. Drain Pipes
Advanced D x—ge Systems, Inc (ADS)
ADS HP Storm Polvmowleme (PP) Pine (S--12"- 60")
ASTM F2881 & AASHTO M33o
1828/2023 3341 10
Storm Dram Pipes
Rinker Matenals
Reinforced Concrete Pipe Tongue and Groove Joint Ptpe (Sze- 21" or larger)
ASTM C76, C655
18/22023 334110
Culvert Be.
Rinker Materials
Reinforced Concrete Box Culvert(Sze - Various)
ASTM C789, C850
110/122023 3341 10
Storm Doom Pipes
AmenTex Pipe &Pmduas
Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Size -15" or Img)
ASTM C76, C506
110/12/2023 344110
Culvert Be,
AmmTez Pippe&Pmduots
Reiufrced Concrete Box Culvert (size -Various))
ASTMC1433,C1577
110/18/2 23 3541 10
Stom Dram Pipes
The T_ Co.
Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Size -15" or lmger)
ASTM C76, C506
110/18/2 23 3341 10
Cohen Be.
The Tumer Co.
Reinforced Concrete Box Culvert (size- Vanous)
ASTM C1433,C1577
14/12/2 24 3341 10
Storm Dmm Pipes
Thompson Pipe Group
Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Soee Vanous)
ASTM C76, C506
16252024 3341 10
Culvert Box
Oldcastle
Reinfrced Conceta Be. Culvert
ABTM C1433,C1577
16/25/2024 3341 10
So— Diain Pipes
Oldcastle
Reinforced Concrete Pipe Tongue and Groove Joint PiW (Size Various)
ASTM C76, C506
Revision Removed Argos, Ingram, Redi-Mix, Chwley DW (1-29-2025)
CFW Lighting Approved Products List
CFW Product Name Manufacturer I Manufacturer Product Name & Description
Residential -Standard
MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC Galvanized
MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Type 11 Pole
Makers Sales and Marketing, LLC
Black
DB01373(page 1 of 6)-Shoe Base Pole Type 11,
Valmont Industries, Inc
Galvanized
Makers Sales and Marketing, LLC
Type 33B, 36" Rise Simplex 8' Arm, Galvanized
Makers Sales and Marketing, LLC
Type 33B, 36" Rise Simplex 8' Arm, Black
Type 33B Arm
Valmont Industries, Inc
D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-
Acuity Brands Lighting, Inc.
MP-NL-P7-AO-RFD325607
American Electric Lighting, ATBO-P101-Mvolt-R4-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD325606
Residential Luminaire
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK-
Acuity Brands Lighting, Inc.
MP-NL-P7-AO-RFD325609
American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD325608
McFarland Cascade
CREOSOTE 30/35 FOOT TIMBER POLE
Timber Pole
Bayou Forest Products
30-35' .80 CCA Green Timber Pole
Makers Sales and Marketing, LLC
Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized
Wood Pole Arm
Makers Sales and Marketing, LLC
Wood Pole Arm, 36" Rise Simplex 8' Arm, Black
Valmont Industries, Inc
DB01373(page 6 of 6)-Wood Pole Arm, Galvanized
Arterial -Standard
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC
Galvanized
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Type 18 Pole
Makers Sales and Marketing, LLC
Black
DB01373(page 2 of 6)-Shoe Base Pole Type 18,
Valmont Industries, Inc
Galvanized
Makers Sales and Marketing, LLC
Type 33A, 60" Rise Simplex 8' Arm, Galvanized
Makers Sales and Marketing, LLC
Type 33A, 60" Rise Simplex 8' Arm, Black
Type 33A Arm
Valmont Industries, Inc
D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322792
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322794
Arterial Luminaire
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322793
Acuity Brands Lighting, Inc.
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK-
M P-N L-P7-AO-RFD322795
McFarland Cascade
CREOSOTE 35/40 FOOT TIMBER POLE
Timber Pole
Bayou Forest Products
30-35' .80 CCA Green Timber Pole
Makers Sales and Marketing, LLC
Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized
Wood Pole Arm
Makers Sales and Marketing, LLC
Wood Pole Arm, 60" Rise Simplex 8' Arm, Black
Valmont Industries, Inc
DB01373(page 5 of 6)-Wood Pole Arm, Galvanized
Decorative -Pedestrian
Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4
Washington 10' Pole
Acuity Brands Lighting, Inc.
RFD110736
Holophane, CLA14FT J20DMODC03BK RFD325026, AB-
Washington 14' Pole
Acuity Brands Lighting, Inc.
16-4 SPEC RFD325026
Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7
Washington Luminaire
Acuity Brands Lighting, Inc.
FRGL RFD338699
Washington Globe
Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7
Luminaire
Acuity Brands Lighting, Inc.
AO RFD-315548
Oleander Type A Pole
Acuity Brands Lighting, Inc.
Holophane, PDA 12S5L20POBBK-MOD
Oleander Type B Pole
Acuity Brands Lighting, Inc.
Holophane, PDA20S5L20P08BK-MOD
Oleander Type B Arm
Acuity Brands Lighting, Inc.
Holophane, OHC 151N 2A TN BK
Holophane, AUCL2 P40 30K AS BK L3 N P7 AO
Oleander Luminaire
Acuity Brands Lighting, Inc.
RFD338741
Berry 12' Pole
Acuity Brands Lighting, Inc.
Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400
Berry 20' Pole
Acuity Brands Lighting, Inc.
Holophane, PD20S5J20P11BK RFD338816
Berry Arm
Acuity Brands Lighting, Inc.
Holophane, VLC 271N 1A TN QSM BK
Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7
Berry Luminaire
Acuity Brands Lighting, Inc.
AO SH
Banner Arms
Acuity Brands Lighting, Inc.
Holophane, BA-241N-2A-CO-S4J-BL-075P-BK
System
Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651
Cantex Inc.
specifi cations and NEMA TC2, Rated for 90°C Cable,
Sunlight Resistant, 10' Lengths and 20' lengths
Rigid Nonmetallic Schedule 80 Electric Conduit, Meets
UL 651 specifications, RUS listed, NEMA TC-2 and
Heritage Plastics
NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather
Conduit
Resistant
PVC Rigid Schedule 80 Conduit, Conforms to UL 651
Atkore-Heritage Plastics
and NEMA TC 2, Sunlight Resistant, Listed for 90°C
conductors or cable
Schedule 80 PVC Rigid Nonmetallic Conduit, Extra
Prime Conduit, Inc
Heavy Wall EPC-80, Sunlight resistant, Rated for use
with 90°C conductors, Meets UL651
Splice Kit With Connector NSi Industries, LLC
Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK
Series
Copper Wire/Conductor
Southwire
Encore Wire
Encore Wire
Service Wire Co
Advanced Digital Cable Inc
Aluminum Wire -Triplex Priority Wire & Cable, Inc
Fuse & Fuse Holder
Edison
Edison
Cooper
EATON
EATON
Connector Thomas & Betts
Metered Pedestal 120-240V Electrol Systems, Inc
WE Manufacturing & Controls
Metered Pedestal 240- Electrol Systems, Inc
480V WE Manufacturing & Controls
Ground Box
Kearneys
Photocell
Shorting Caps
MacLean Highline
Oldcastle
Type XHHW-2 copper conductor, 600V
TYPE XHHW-2 / RW90, copper conductor, Superslick
Elite, 600V/1000V
THHN / MTW / THWN-2 Copper conductor, 600V
Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT
Rated
XHHW-2 Low Smoke Halogen Free, Cross -linked
Polyethylene Insulated 14 AWG-750 MCM, 600 Volts,
90°C Dry and wet
Triplex Overhead Aluminum Conductor
General Purpose, Midget Class MEN Fuses, Voltage
Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps,
Interrupting Rating: 10,000 RMS Amps @ 125V
Modular Ferrule Fuse Blocks for Midget Class and CC
Fuses
In -line fuse holders for Single -Pole 13/32" x 1 1/2"
Fuses HEB-AA
Bussmann Series, HEB breakaway and non -breakaway
in -line fuse holders for UL 13/32" x 1-
1/2"supplemental fuses
Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time -
delay supplemental fuses
Wire Joints for Copper Conductor, Cat No: 54615,
54620, 54625-TB, 54635, 54640, 54630
TY A (120/240) 100(NS)AL(E)PS(U)
TY A 120/240 100(NS)AL(E)PS(U)
TY A (240/480) 100(NS)AL(E)PS(U)
TY A 240/480 100(NS)AL(E)PS(U)
Polymer Concrete, PHA132412X0002: TIER 22 (X) 22,
500lbs
Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 -
TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING
NUT
Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 -
Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING
NUT
NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N
Series
Dark To Light, DLL Elite, Electronic Locking, Type
Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480
Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U
Interim Products
Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL
DURA-STR10A-3K-120-3-GR-SCL
Arterial Luminaire TRASTARINC.
FORT WORTH.
Approval Spec No.
Classsification
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
Model No.
National Spec
Updated: 11-6-24
Size
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
33 05 13
Profile Gasket for 4' Diam. MH.
Press -Seal Gasket Corp.
2504G 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 WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13)
1/26/99
33 39 13
Fiberglass Manhole
Fluid Containment, Inc.
I
Flowtite
ASTM 3753
Non -traffic area
08/30/06
33 39 13
Fiberglass Manhole
L.F. Manufacturing
Non -traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
*
33 05 13
(Manhole Frames and Covers
I Western Iron Works, Bass & Hays Foundry f
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-R817S
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
30" ERGO XL Assembly
10/14/13
33 05 13
30" Dia. MH Ring and Cover (Hinged & Lockable)
East Jordan Iron Works
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.
CAP-ONE-30-FTW, Composite, w/ Lock
09/16/19
33 05 13
30" Dia. MH Ring and Cover
Composite Access Products, L.P.
w/o Hing
30" Dia.
10/07/21
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
Pamtight
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
33 05 13
Manhole Frames and Covers
(SIP)Serampore Industries Private Ltd.
300-24-23.75 Ring and Cover
ASTM A 48
24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev
1/8/13)
*
33 39 10
Manhole, Precast Concrete
Hydro Conduit Corp
SPL 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
Manhole, 32" Opening and Flat top, (No
09/03/24
33 39 10
Manhole, Precast Concrete
Oldcastle Precast Inc.
Transition Cones)
ASTM C 478
48" to 84" I.D.
06/09/10
33 39 10
Manhole, Precast (Reinforced Polymer)Concrete
US Composite Pipe
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
ASTM C-478; ASTM C-923;
03/07/23
33 39 20
Manhole, Precast Concrete
AmeriTex Pipe and Products, LLC
48" & 60" I.D. Manhole w/32" Cone
ASTM C-443
03/07/23
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
P3 Polymers, RockHardscp
48" & 60" I.D. Manhole w/32" Cone
04/28/07
Manhole, Precast (Reinforced Polymer) Concrete
Amitech USA
Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
For use when Std. MH cannot be
12/29/23
33 39 20
Wastewater Access Chamber
Quickstream Solutions, Inc.
Type 8 Maintenace Shaft (Poopit)
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Svstems/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 1
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification I
Manufacturer
Model No.
National Spec
Size
Water & Sewer
- Manholes & Bases/Rehab Svstems/NonCementitious
05/20/96
E1-14
Manhole Rehab Systems
Sprayroq,
Spray Wall Polyurethane Coating
ASTM D639/D790
12/14/01
Coating for Corrosion protection(Exterior)
ERTECH
Series 20230 and 2100 (Asphatic Emulsion)
Structures Only
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
33 05 16, 33 39 10,
RR&C Dampproofing Non-Fibered Spray
For Exterior Coating of Concrete
03/19/18
33 39 20
Coating for Corrosion protection(Exterior)
Sherwin Williams
Grade (Asphatic Emulsion)
Structures Only
Water & Sewer
- Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16)
*
33 05 13
Manhole Insert
Knutson Enterprises
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
South Western Packaging
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
Noflow-Inflow
Made to Order - Plastic
ASTM D 1248
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
Lifesaver - Stainless Steel
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
TetherLok - Stainless Steel
For 24" 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
8" - 12" (Sewer Only)
Applications 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/Evoxv 33-39-60 (01/08/13)
02/25/02
Epoxy Lining System
Sauereisen, Inc
SewerGard 210RS
LA County #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
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
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18
33-31-70
Air Release Valve
A.R.I. USA, Inc.
D025LTP02(Composite 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
SPL i«o. #95 ra,...hol #99 Pip
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Concrete Pipe & Products Co. Inc.
ASTM C 76
Sewer - Pipe Enlarcment Svstem (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/Fiberclass Reinforced/ 33-31-13(1/8/13)
7/21/97
33 31 13 Cent. Cast Fiberglass (FRP)
Hobas Pipe USA, Inc.
Hobas Pipe (Non -Pressure)
ASTM D3262/D3754
03/22/10
33 31 13 Fiberglass Pipe (FRP)
Ameron
Bondstrand RPMP Pipe
ASTM D3262/D3754
04/09/21
33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP)
Thompson Pipe Group
Thompson Pipe (Flowtite)
ASTM D3262/D3754
ASTM D3262, ASTM D3681,
03/07/23
33 31 13 Fiberglass Pipe (FRP)
Future Pipe Industries
Fiberstrong FRP
ASTM D4161, AWWA M45
ASTM D3262, ASTM D3517,
09/03/24
33 31 13 Fiberglass Pipe (FRP)
Superlit Boru Sanayi A.S.
Superlit FRP
ASTM 3754, AWWA C950
* From Original Standard Products List 2
FORT WORTH.
Approval Spec No. I Classsification
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe
06/09/10 E1-9 Reinforced Polymer Concrete Pipe
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High -density polyethylene pipe
* High -density polyethylene pipe
* High -density polyethylene pipe
High -density polyethylene pipe
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe
10/22/14 33-11-12 DR-14 PVC Pressure Pipe
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
*
33-31-20
PVC Sewer Pipe
12/23/97*
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
05/06/05
33-31-20
PVC Solid Wall Pipe
04/27/06
33-31-20
PVC Sewer Fittings
*
33-31-20
PVC Sewer Fittings
3/19/2018
33 31 20
PVC Sewer Pipe
3/19/2018
33 31 20
PVC Sewer Pipe
3/29/2019
33 31 20
Gasketed Fittings (PVC)
10/21/2020
33 31 20
PVC Sewer Pipe
10/22/2020
33 31 20
PVC Sewer Pipe
10/21/2020
33 3120
PVC Sewer Pipe
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Manufacturer Model No. National Spec Size
Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Phillips Driscopipe, Inc.
Opticore Ductile Polyethylene Pipe
ASTM D 1248
8"
Plexco Inc.
ASTM D 1248
8"
Polly Pipe, Inc.
ASTM D 1248
8"
CSR Hydro Conduit/Pipeline Systems
McConnell Pipe Enlargement
ASTM D 1248
Pipelife Jetstream
PVC Pressure Pipe
AWWA C900
4" thru 12"
Royal Building Products
Royal Seal PVC Pressure Pipe
AWWA C900
4" thru 12"
J-M Manufacturing Co., Inc. QM Eagle)
SDR-26 (PSI 15)
ASTM D 3034
4" - 15"
Diamond Plastics Corporation
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Lamson Vylon Pipe
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Vinyltech PVC Pipe
SDR-26 (PSI 15)
ASTM D3034
4" thru 15"
Vinyltech PVC Pipe
Gravity Sewer PS 115
ASTM F 679
18"
J-M Manufacturing Co, Inc. (JM Eagle)
PS 115
ASTM F 679
18" - 28"
Diamond Plastics Corporation
PS 115
ASTM F-679
18" to 48"
Harco
SDR-26 (PS 115) Gasket Fittings
ASTM D-3034, D-1784, etc
4" - 15"
Plastic Trends, Inc.(Westlake)
Gasketed PVC Sewer Main Fittings
ASTM D 3034
Pipelife Jet Stream
SDR 26 (PS 115)
ASTM F679
1811- 24"
Pipelife Jet Stream
SDR 26
ASTM D3034
4"- 15"
GPK Products, Inc.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26
ASTM D3034
4" - 15"
Sanderson Pipe Corp.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26 PS 115
ASTM F-679
1811- 36"
* From Original Standard Products List 3
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification
Manufacturer
Model No.
National Spec
Size
Water - Appurtenances
33-12-10 (07/01/13)
09/03/24
33-12-10
Double Strap Saddle
Ford Meter Box Co., Inc.
202B
V-2" SVC, up to 16" Pipe
01/18/18
33-12-10
Double Strap Saddle
Romac
202NS Nylon Coated
AWWA C800
V-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, Inc]. 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"
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
L22-77NL
AWWA C800
2"
FB600-6-NL, FB1600-6-NL, FV23-666-W-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, L22-66NL
AWWA C800
1-1/2"
FB600-4-NL, FBI600-4-NL, B I 1-444-WR-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, B22444-WR-NL, L28-44NL
AWWA C800
I"
B-25000N, B-24277N-3, B-20200N-3, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, , H-1552N, H142276N
ANSI/NSF 372
2"
B-25000N, B-20200N-3, B-24277N-3,H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, H-14276N, H-15525N
ANSI/NSF 372
1-1/2"
B-25000N, B-20200N-3,H-15000N, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15530N
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 Clamp
4" to 30"
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW37C-12-IEPAF FTW
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW39C-12-IEPAF FTW
08/30/06
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW65C-14-IEPAF FTW
Class "A"
Concrete Meter Box
Bass & Hays
CM1337-1312 1118 LID-9
Concrete Meter Box
Bass & Hays
CMB-I8-Dual 1416 LID-9
Concrete Meter Box
Bass & Hays
CM1365-1365 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
*
EI-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
111, 2" & 3"
Water - Dry Barrel Fire Hvdrants 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
Shop Drawings No. 6461
10/14/87
E-1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Centurion
AWWA C-502
Shop Drawing FH-12
01/15/88
E1-12
Dry Barrel Fire Hydrant
Mueller Company
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 W1367
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
Magnetic Drive Vertical Turbine
Hersey
Magnetic Drive Vertical
AWWA C701, Class 1
3/4" - 6"
* From Original Standard Products List 4
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
�Classsification I
Manufacturer I
Model No.
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR14
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR18
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR14
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR18
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR14
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR18
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 14
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 18
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 14
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 18
9/6/2019
33 11 12
PVC Pressure Pipe
Underground Solutions Inc.
DR14 Fusible PVC
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR18
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR14
9/6/2019
33 11 12
PVC Pressure Pipe
Sanderson Pipe Corp.
DR14
Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13)
07/23/92
E1-07
Ductile Iron Fittings
Star Pipe Products, Inc.
*
E1-07
Ductile Iron Fittings
Griffin Pipe Products, Co.
*
E1-07
Ductile Iron Fittings
McWane/Tyler Pipe/ Union Utilities Division
08/11/98
E1-07
Ductile Iron Fittings
Sigma, Co.
02/26/14
E1-07
MJ Fittings
Accucast
05/14/98
E1-07
Ductile Iron Joint Restraints
Ford Meter Box Co./Uni-Flange
05/14/98
E1-24
PVC Joint Restraints
Ford Meter Box Co./Uni-Flange
11/09/04
E1-07
Ductile Iron Joint Restraints
One Bolt, Inc.
02/29/12
33-11-11
Ductile Iron Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
02/29/12
33-11-11
PVC Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
03/06/19
33-11-11
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/10/98
E1-07
MJ Fittings(DIP)
Sigma, Co.
10/12/10
E1-24
Interior Restrained Joint System
S & B Techncial Products
08/16/06
E1-07
Mechanical Joint Fittings
SIP Industries(Serampore)
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
Mechanical Joint Fittings
Mechanical Joint Fittings
Mechanical Joint Fittings, SSB Class 350
Mechanical Joint Fittings, SSB Class 351
Class 350 C-153 MJ Fittings
Uni-Flange Series 1400
Uni-Flange Series 1500 Circle -Lock
One Bolt Restrained Joint Fitting
Megalug Series 1100 (for DI Pipe)
Megalug Series 2000 (for PVC Pipe)
Sigma One-Lok SLC4 - SLC10
Sigma One-Lok SLCS4 - SLCS12
Sigma One-Lok SLCE
Sigma One-Lok SLDE
Bulldog System ( Diamond Lok 21 & JM
Mechanical Joint Fittings
PVC Stargrip Series 4000
DIP Stargrip Series 3000
EZ Grip Joint Restraint (EZD) Black For DIP
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe
National Spec
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C153 & C110
AWWA C 110
AWWA C 153, C 110, C III
AWWA C 153, C 110, C 112
AWWA C153
AWWA Clll/C153
AWWA C111/C153
AWWA C111/Cll6/C153
AWWA C111/Cll6/C153
AWWA C111/C116/C153
AWWA C111/C153
AWWA C111/C153
AWWA Clll/C153
AWWA C153
ASTM F-1624
AWWA C153
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA CI I I
ASTM A536 AWWA CI I I
Updated: 11-6-24
Size
4"-1 6"
16"-18"
4"-1 6"
16"-18"
4"-12"
16"-24"
4"-12"
1 6"-24"
4"-28"
16"-24"
4" - 8"
16" - 24"
4"- 12"
4'1- 12'1
4"-12"
4" to 36"
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
4" - 24"
4" to 12"
4" to 24"
3"-48"
4"-12"
16"-24"
* From Original Standard Products List 5
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
I Classsification
I Manufacturer
Water - Pives/Valves
& Fittincs/Resilient Seated Gate
Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears
American Flow Control
12/13/02
Resilient Wedge Gate Valve
American Flow Control
08/31/99
Resilient Wedge Gate Valve
American Flow Control
05/18/99
Resilient Wedge Gate Valve
American Flow Control
10/24/00
E1-26
Resilient Wedge Gate Valve
American Flow Control
08/05/04
Resilient Wedge Gate Valve
American Flow Control
05/23/91
E1-26
Resilient Wedge Gate Valve
American AVK Company
01/24/02
E1-26
Resilient Wedge Gate Valve
American AVK Company
*
E1-26
Resilient Seated Gate Valve
Kennedy
*
E1-26
Resilient Seated Gate Valve
M&H
*
E1-26
Resilient Seated Gate Valve
Mueller Co.
11/08/99
Resilient Wedge Gate Valve
Mueller Co.
01/23/03
Resilient Wedge Gate Valve
Mueller Co.
05/13/05
Resilient Wedge Gate Valve
Mueller Co.
01/31/06
Resilient Wedge Gate Valve
Mueller Co.
01/28/88
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
10/04/94
Resilient Wedge Gate Valve
Clow Valve Co.
11/08/99
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
11/29/04
Resilient Wedge Gate Valve
Clow Valve Co.
11/30/12
Resilient Wedge Gate Valve
Clow Valve Co.
05/08/91
E1-26
Resilient Seated Gate Valve
Stockham Valves & Fittings
*
E1-26
Resilient Seated Gate Valve
U.S. Pipe and Foundry Co.
10/26/16
33-12-20
Resilient Seated Gate Valve
EJ (East Jordan Iron Works)
08/24/18
Matco Gate Valve
Matco-Norca
Water - Pives/Valves
& Fittincs/Rubber Seated Butterflv
Valve 33-12-21 (07/10/14)
*
E1-30
Rubber Seated Butterfly Valve
Henry Pratt Co.
*
E1-30
Rubber Seated Butterfly Valve
Mueller Co.
1/11/99
E1-30
Rubber Seated Butterfly Valve
Dezurik Valves Co.
06/12/03
E1-30
Valmatic American Butterfly Valve
Valmatic Valve and Manufacturing Corp
04/06/07
E1-30
Rubber Seated Butterfly Valve
M&H Valve
03/19/18
33 1221
Rubber Seated Butterfly Valve
G. A. Industries (Golden Anderson)
09/03/24
33 1221
Rubber Seated Butterfly Valve
American AVK Company
Water - Polvethvlene Encasement 33-11-10 (01/08/13)
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
09/06/19
33-11-11
Polyethylene Encasment
Model No.
Series 2500 Drawing # 94-20247
Series 2530 and Series 2536
Series 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ductile Iron)
42" and 48" AFC 2500
American AVK Resilient Seaded GV
Series A2361 (SD 6647)
Series A2360 for 18"-24" (SD 6709)
Mueller 30" & 36", C-515
Mueller 42" & 48", C-515
16" RS GV (SD D-20995)
Clow RW Valve (SD D-21652)
Clow 30" & 36" C-515
Clow Valve Model 2638
Metroseal 250, requirements SPL #74
EJ F1owMaster Gate Valve & Boxes
225 MR
Valmatic American Butterfly Valve.
M&H Style 4500 & 1450
AWWA C504 Butterfly Valve
AWWA C504 Butterfly Valve Class 250B
Flexsol Packaging Fulton Enterprises
Mountain States Plastics (MSP) and AEP Ind. Standard Hardware
AEP Industries Bullstrong by Cowtown Bolt & Gasket
Northtown Products Inc. PE Encasement for DIP
National Spec
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C 509, ANSI 420 - stem,
AWWA/ANSI C115/An21.15
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C105
AWWA C105
AWWA C105
AWWA C105
Updated: 11-6-24
Size
16"
30" and 36"
20" and 24"
16"
4" to 12"
42" and 48"
4" to 12"
20" and smaller
4" - 12"
4" - 12"
4" - 12"
16"
24" and smaller
30" and 36"
42" and 48"
4" - 12"
16"
24" and smaller
30" and 36" (Note 3)
24" to 48" (Note 3)
4" - 12"
3" to 16"
4" to 16"
24"
24"and smaller
24" and larger
Up to 84" diameter
24" to 48"
30"-54"
24" - 48"
8 mil LLD
8 mil LLD
8 mil LLD
8 mil LLD
Water - Samplinc 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 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed
�-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$�
10/21/20
04/09/21
04/09/21
Water - Automatic Flusher
Automated Flushing System
Automated Flushing System
Automated Flushing System
HG6-A-IN-2-BRN-LPRR(Portable)
Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent)
Kupferle Foundry Company Eclipse #9800wc
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