Loading...
CM-2016-1165 - 8/12/2016a nrupaunm Forth ROW -U-35 (Rev. 06/15) Page 1 STANDARD UTILITY AGREEMENT U -Number: U14658 District: Austin County: Williamson Federal Project No.: NH 1602(148) Highway: IH 35 ROW CSJ: 0015-09-189 From: FM 3406 Highway Project Letting Date: 6/16/16 To: RM 1431 This Agreement by and between the State of Texas, acting by and through the Texas Transportation Commission, ("State"), and City of Round Rock, ("Utility"), acting by and through its duly authorized representative, shall be effective on the date of approval and execution by and on behalf of the State. WHEREAS, the State has deemed it necessary to make certain highway improvements as designated by the State and approved by the Federal Highway Administration within the limits of the highway as indicated above; WHEREAS, the proposed highway improvements will necessitate the adjustment, removal, and/or relocation of certain facilities of Utility as indicated in the following statement of work: (1) Along the ROW of the southbound frontage road, rt of sta 21209+12, install 101' of 12" DI water pipe; (2) Along the ROW of the southbound frontage road, rt of sta 21189+80, install 128' of 18" DI water pipe; (3) Along the ROW of the southbound frontage road, rt of sta 21198+15, install 89' of 18" DI water pipe; (4) Along the ROW of the southbound frontage road, rt of sta 21209+08, install 135' of 8" PVC sanitary sewer pipe, install 76' of 6" PVC sanitary sewer pipe and install 4 - 4' diameter manholes; and more specifically shown in Utility's plans, specifications and estimated costs, which are attached hereto as Attachment "A". WHEREAS, the State will participate in the costs of the adjustment, removal, and/or relocation of certain facilities to the extent as may be eligible for State and/or Federal participation. WHEREAS, the State, upon receipt of evidence it deems sufficient, acknowledges Utility's interest in certain lands and/or facilities that entitle it to reimbursement for the adjustment, removal, and relocation of certain of its facilities located upon the lands as indicated in the statement of work above. NOW, THEREFORE, BE IT AGREED: The State will pay to Utility the costs incurred in adjustment, removal, and/or relocation of Utility's facilities up to the amount said costs may be eligible for State participation. All conduct under this agreement, including but not limited to the adjustment, removal and relocation of the facility, the development and reimbursement of costs, any environmental requirements, and retention of records will be in accordance with all applicable federal and state laws, rules and regulations, including, without limitation, the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act, 42 U.S.C. §§ 4601, et seq., the National Environmental Policy Act, 42 U.S.C. §§ 4231, et seq., the Buy America provisions of 23 U.S.C. § 313 and 23 CFR 635.410, the Utility Relocations, Adjustments, and Reimbursements provisions of 23 CFR 645, Subpart A, and with the Utility Accommodation provisions of 23 CFR 645, Subpart B. Utility shall supply, upon request by the State, proof of compliance with the aforementioned laws, rules and regulations prior to the commencement of construction. The Utility agrees to develop relocation or adjustment costs by accumulating actual direct and related indirect costs in accordance with a work order accounting procedure prescribed by State, or may, with the State's approval, accumulate actual direct and related indirect costs in accordance with an established accounting procedure developed by Utility. Bills for work hereunder will be submitted to State not later than 90 days after completion of the work. fcy Inittar- Date TxDOT Utility Initial Date Form ROW -U-35 (Rev. 06/15) Page 2 When requested, the State will make intermediate payments at not less than monthly intervals to Utility when properly billed and such payments will not exceed 90 percent (90%) of the eligible cost as shown in each such billing. Intermediate payments shall not be construed as final payment for any items included in the intermediate payment. Alternatively, State agrees to pay Utility an agreed lump sum of $N/A as supported by the attached estimated costs. The State will, upon satisfactory completion of the adjustments, removals, and/or relocations and upon receipt of a final billing, make payment to Utility in the agreed amount. Upon execution of this agreement by both parties hereto, the State will, by written notice, authorize the Utility to perform such work diligently, and to conclude said adjustment, removal, or relocation by the stated completion date. The completion date shall be extended for delays caused by events outside Utility's control, including an event of Force Majeure, which shall include a strike, war or act of war (whether an actual declaration of war is made or not), insurrection, riot, act of public enemy, accident, fire, flood or other act of God, sabotage, or other events, interference by the State or any other party with Utility's ability to proceed with the relocation, or any other event in which Utility has exercised all due care in the prevention thereof so that the causes or other events are beyond the control and without the fault or negligence of Utility. The State will, upon satisfactory completion of the relocation or adjustment and upon receipt of final billing prepared in an approved form and manner, make payment in the amount of 90 percent (90%) of the eligible costs as shown in the final billing prior to audit and after such audit shall make an additional final payment totaling the reimbursement amount found eligible for State reimbursement. This agreement in its entirety consists of the following elements: 1. Standard Utility Agreement; 2. Plans, Specifications, and Estimated Costs (Attachment "A"); 3. Utility's Accounting Method (Attachment "B"); 4. Utility's Schedule of Work and Estimated Date of Completion (Attachment "C"); 5. Statement Covering Contract Work — ROW -U-48 (Attachment "D"); 6. Eligibility Ratio (Attachment "F"); 7. Betterment Calculation and Estimates (Attachment "G"); 8. Proof of Property Interest — ROW -U -1A, ROW -U-1 B, or ROW -U-1 C (Attachment "H"); 9. Inclusion in Highway Construction Contract (if applicable) (Attachment "I"); and 10. Utility Joint Use Acknowledgment - ROW-U-JUA and/or Utility Installation Request - Form 1082 (Attachment "E"). All attachments are included herein as if fully set forth. In the event it is determined that a substantial change from the statement of work contained in this agreement is required, reimbursement therefore shall be limited to costs covered by a modification or amendment of this agreement or a written change or extra work order approved by the State and Utility. This agreement is subject to cancellation by the State at any time up to the date that work under this agreement has been authorized and that such cancellation will not create any liability on the part of the State. However, the State will review and reimburse the Utility for eligible costs incurred by the Utility in preparation of this Agreement. The State Auditor may conduct an audit or investigation of any entity receiving funds from the State directly under this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the State Auditor, under the direction of the Legislative Audit Committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. The Utility by execution of this agreement does not waive any of the rights which Utility may have within the limits of the law. Initial Date ` 1 i \ial Date TxDOT Utility Form ROW -U-35 (Rev. 06/15) Page 3 It is expressly understood that the Utility conducts the adjustment, removal, or relocation at its own risk, and that TxDOT makes no warranties or representations regarding the existence or location of utilities currently within its right of way. The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party represented. The parties hereto agree that this Agreement is amended in accordance with Attachment I. UTILITY Utility: By: Title: Date: rint or Type Name EXECUTION RECOMMENDED: G� Austin Distrl t " THE STATE OF TEXAS Executed and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. By:� Date: 67 9'- 67- 20716 For locally -executed agreements, ROW Administrator recommends execution; otherwise District Engineer (or designee) . " For locally -executed agreements, District Engineer (or designee) approves and executes; otherwise ROW Division Director. �'& lkwo J1_\Xk Initial Date!ilniiial-� Date TxDOT ! Utility Attachment 66 A Plans, Specifications, and Estimated Costs INDEX OF SHEETS xT .0 DESCWTaN 429 COYER SHEET 430 ROUND ROCK UTILITY RELOCATION OUANTITY SHEET 431 WATER/WASTEWATER NOTES 432 9ATEM W 01 PLAN L PROFILE 433 WATERLNE 07 PLAN L PROFILE 434 WATERLINE 08 PLAN L PROFILE 435-437 WATERLINE DETAILS 438 WASTEWATER LINES 01 L 02 PLAN L PROFILE 439-442 WASTEWATER DETAILS WILLIAMSON COUNTY IH 35 FEDERAL AID PROJECT NUMBER PROJECT NUMBER CSJ: 0015-09-180 3/7/16 CITY OF ROUND ROCK WATER & WASTEWATER UTILITY PLANS ilitvg --p I p.. AT. TDPE Ftrm No312 HALFF N- L f OATE AEn E.. WT. �fd y �J�,r , NOAH S. SNAFFEA I�frl� ENGINEERS, LTD. 11D sr= I 107722 ,4 �tiTNsMR° _ s i9a �...: �n.0 lNprcn.Ya Tnuoul.Ym ALL Po LxT9 11ESFAYEO SHEET 1 OF 14 429 im SUMMARY OF CRY OF ROUND ROCK UTILRY RELOCATION WANTRIES 400 AO T 058 0% 70 70% 70 56 T060 7060 70 0 7060 6006 6001 8002 W. NN TO 6059 .71 6020 6-1 6033 M31 NOS 607 022 6023 6024 LOCATION COxG,ENT -I' WE(1YL01 PIPE Itp•). DI _ 1vEi BTND ST. CUTE RESpDy WG TRENCH VA MN IXOTELTKIN PIPE (6-),d EN[ASEYGSEMENT C LL EN 350 C1A55350, CLASS RA (JEOWT)(ALL (JOINrnTj CONNELTbN CO ECTIDN VALVE(GATE) VALVE FlRE CONC. PRECAST PREUST CNLT EXT PIPE6•PVC WEB •PVL 6RVI X PR FO PWE Ll II-D DEPTHS'1 (1 �gPMEL jALL OEPTHS) DEPTHS) 3 pNX 13• tp• X1p• 16� IGATE)(I NYDRANIS FORVDM.% --ST BA,4p•DM. WKPBS, pp• SDR46 SM46 DK BY LF LF LF LF LF LF EA EA EA EA EA LF EA EA EA LF LF WATERLINE 01. PLANd 0 101 21 0 0 101 0 2 0 0 1 0 0 0 0 0 0 0 PROFILE SHEET 4 OF 14 WATERLINE O]. PLAN d 0 132 0 4 0 0 128 0 2 1 0 1 0 0 0 0 0 0 PROFILE SHEET 5 OF 14 WATERLINE 08, PLAN d 0 89 00 0 0 89 0 2 0 0 0 0 0 0 0 0 0 PROFILE SHEET 6 OF 14 WASTEWATER LINES d02 SHEET IO PLAN &PROF I 14 ]] D 0 I�LL 0 0 0 0 0 0 4i 3 1 1 76 135 14 OF 14 14 199 ?? 4 20 101 31] 2 0 1 1 1 4] 3 1 1 76 135 SUMMARY OF EROSION CONTROL OUARTRIES FOR ROUND ROCK UTILITY RELOCATIONS 'PERPLAN, PROPOSED DIRECT BURY IV WELDED STEEL PIPE CONFORMING TO ASTM A134 WILL BE PATO UNDER THUS REM BID COME. 164 164 1. 168 LOCATION NOT 6041 6043 1 BROADCAST SEED(PERYI DRILLSEEDING DRILLSEEDING VEGETATNE 'URBAN) (CLAY) (TEMP)(WARM) REMP)(CWL) WATERING WASTEWATER LINES U1 d 02 BY SY BY MG PLAN&PROFILESHEETIO 189 94.5 94.5 9 OF1,1 SEE DRAINAGE 5MP FOR 189 95 95 9 PLACEMENT ® wi6 Texas Oepanfinent of Transportation �bi!Ltylp ol HTEPE ALFF IN 35 WILLIAMSON CO. RAMP REV ROUND ROCK UTILITY RELOCATION QUANTITY SHEET aMs 1. PID mor. Id for �maina does M 'Cr ... A C -W. min dada -1. or D«1M 'on I ... A Cr100, miry rhes 2001. r- eervlwa Ir N Neat 2. P,Do materld for Meaa�l a res OrwN°moW Mill De PVL I1♦pYY♦ C-900. n pprrhr�s Iso1, or WcrM tiro e�M oe We -1 22.1-l'C A. OA -261. ":.-All., : ron i♦:u [--100, or, rhea 2001. 3 d 10rr°ineaea°onf or it °CDove'neniysi ono a tizf'�M°r� «M aapo*�`o+-I, co erffor 1 of 11- - pavement and De O - of 31 Debr nuograde. 2. 1 1. ymmt bade slbl D• Dac11b bon DIM u.Y♦ C -mo. Mn. rhea 5. m DID' and fIt11Ms Yal M .rxmoad .Irn minlmam 8-mR Poly Ong- orb eede0 rirn OucT t- N Baud -D- Dy tM Clty G. iR1[ani111tor stlol contort 1M MY hapector, at 218-5555 to mty TI. -IM mq notty Nm ai leant 13 now. prror to crime to •arotlM 1rMa. 1. .`1i rn-n roI ane DO conrret• run [mr Don rlrb mD o-1 Al. top °ID rq of fIGxOI°oecslnMon- aMC rot pe ob as s DdreO revere. B. TM Cm121tr Inyat It" O Duh eater DOrmlt orn- I D1+Gwne arts 9. fOf TNa Mrnet milt M «tried It Doglas Dly OI rM 11, -11. oar cMdaeO rlfnrtn`�e Cliy 1otlNo�aW RD Ik°fhw-t rl tebDno- 218-5555 e IC. TM Contractor. at nb arDerba. atwl p.+orm........tlon of as f R`aW RORock, epee A- aevlMe 11.1 is - «eeDtmee Dy its C111 II. Songllrb tope - De Noupnr W to ] flit - maw and enm D. 1z. M Contrawor, or nl�a � per ae`n0ralre oluernrd�ros'rD:A. Fra uw or a :osier Mee co°Metr�cre°neoreld nm�D�o.^ewe'e�l Dem corm tine° D- sTo.ROutlItY dieted N ae W' tea11110 does De moNtOreedrby Clty o1 I]. Tie °Confrpct11a coorolrbre taerinp vivo its CIfY o1 Rouno Rock ha forml °f1 e-i11ZaiIDM1 lo, to ou°Iltyn l�eelDq orapr°eslslai0 t*3 rq 11. TM h. C"' It enol rbc awn N dose any vtivea Wase autMrlxed I5. A. rare b.... dq Dedra anal De [asr Iron 16. rvlcs ab vtive D[ IOM - DO co as tobr� v s ter eervlce •v on fo °of`cwD 1. toab for morklno its 1- anon or, Prorld.d by tM Cont- to,. 0­1to meoM of mor - aervlce d10 vdve I—— - DO provbed In crew .1-t cl 3. 5«n meow of mor'11' end De as Ified by 1M EI1pIMer aM «[eDrad Dy 1M Clty of RpYb R«R. IT. Co�i1t«1 its Caryy f Roma Rock Elpineerhp aM pevelopment Services Oepar rmlm btZr8 555 f« oaalstonc• In wt-inp eviatl« .ot•r ono 18. TM CIO' of Roma Rock Fila Diroarrment on°x DO mtlfle018 Mura 0 pmTmenia'mony off non, Xucn°1no ADrrp-br'IbbIo In order iMt tM FIM 19. Sand. w dee[rlMI In SP.-ICm1on Ilam 510 DID•. AnDA not Da uA.d w creedDlP. Deddbp A e. DID Drcv01 oM In Il I. eoM. DOno-olyrlds forrinp or .1y and tared atone moterld con}orMnp ro ♦SiY C33 1 Sle sAr. and meetlrp t erobrin0 a 9 t .I ap'ciflcatlorp yr •rc n ' o o r Y.1d,t ]•1 10?85 -lo 95-100 20. TM Con1-1- le .-1-11fl'E 1.1 com -cr to. a 131 dorM1 nmrm. S.- Muarelaora ueoaly outeide Tool orklrb-noura If °� 21 .D ye1nracnelM2 t°,u[tOn° bats De In -.10 c..Ito tM Teaoa Comebalm m EnNrombntd -It, ITCEo1 R.tAollona. ] IAC C-1.1SII13ecT[oftona c°°dditOacT°1 W more a TCEO and City of Round Rock owns end cypy. Dep.t- r era} o�boat 150 pate sea-, no0 alts. TM'M w}Dale 1. rate rRleandlM b td to boat 1 O toOT DA' 'a. r mol, or bt old me -d v rticae�.-aW r st tour feet -y.me lid norl...terly'from its f81Nkr 1°0a Inetasatlonlea or .slop 1 It tM.n•rsrlian Mpro,°tanos- . MI -In a apron In N to IOteralaucnnt7t 1M I.-. of °its �IterllM D OlI-1 and .11 bAt n feet M 1l 1 N bierd ab till d°tlrrDef O nldp'1a of kM4+p te°uiv eel }o m r1 br sraMaOe nw(n ...... «add for O tri n n n oM ,8 teat r an.irn atNleu °rlso P.1--r- or D°: a din°c° : onmx•e Bora 1 clwae vl of t Daramapnl +or M Nrbtn do wcnt i IndHa Oaronaef s ieaato netoa Dere 6U inenppiaderp0� IM anal De er t.o feet dwv0 a1 salatlrp. non-preaeve tared IOTMIw .r11M enalM or mast ata 1-3 alb -A m eaiethp, Dreafure-tared .ra Imoir°ro�°et ar Mr Dotoo1plre raternM crosae> a --A- rmed rwte.ater mom or arord. woq DID aMl1 c 01 v ° minlmumrn end red on arlins and astevater mo N brerd. TM ap«e rbssl htervdeeritn spa[ orb 1.-ro rirn r rrlpnt « anrlM eaminlmun s arlm dlsimcenof ala >e rovlwO�iM rwterater One Naz rM r e.. ..n.l s wed 1f irh 1DpoA.,.b- or d Of opNODrlaie. ♦n d w4te m its r N bford sods De mol fM oce� a In 21TS31d of re rated mterarer main N blertl.oM e0'aan0 Deddnpf le �e0ur e4 t°�t GLe 12tmincMse DeemdO°dM MMloht Mna� aM. d Of Mlcnt itob cl teal. TMture.-Ird on baseaOrbYD i lligvMDe D Mf for ants Mbr its rr m.rol-ln,l Ia It-..T--nDrea to, -D.n from'I Dool�D, v r lne'1 n;oenela a onoIn ol-n b1 dmannda or dr- and De clow d °n f II nIM-Iaot a tido dlstanc• c 1 Ds ocnteved. ins M1oDb • NIIne ends Dee sed In D loins It I.tT ISD D.I Measure W 1 1. feet NNp ab 1 Mmind sized brwr t 1M M °leas In. Alpe De cgP.1- t Tive-}Dot Ig,r ry vltn ap«ere n M _d tc COne ei g,T rlin oMed°rOmmOd.Tns Co. env°DID, Ano- en ered on 1M Naea1M and Mtn nM aed.d rirn cement grout mQwf«iured ..-tO°1°°1 23. ♦llwtoeed r'a filly r 21. ♦ Npw vanes ..Imo Na W1dNd outalde lo} • bo • oda D•r City or Routs Rode etono-1. M. TM`cosi of i-ii-ol- depoadof saiarlrq rest ... - momolaa anal De wDeblorr 26. No seDerate DoYment snob, mode for cork morn In tM alms iMt b not aumtIfled In old It, •A.JI•gT I(yynI�b '110N 'A' ULIAIL I, I II I — SOFA $1, $1, 2120J•ILq, T / CO—T To Ev)­ EEG li fTA IMMJn0 l01• TO t COMELY i0 IYpP.1FE rt 01 ISI X SIPS STA , am -r n.,xlAT aEYcIT 0 L _ CLD" .: mrau/ ilfrAw E-J12EOo121 ' rl �I �) ¢0.•rEFIpT, K 4RYAL6 Sr0 I T OI I Au W REA � IgT2XYM MT— T I tlli E iLllo [f¢ 1!< 1 � 1 k{(p I .......... ......... ......... .......... _................... ....-.. .......TSA- .........- ... ............. I I I•S12EOOLK 1 L , I STA I.X>D A V VA n ]! 56R 21209.I2.Y., LEr Ri varu.,wu i i i I . eo2 oaraT E2TEIbgE i mMEET EL Ir E rl)lo EL o- n m ..T.... Ian ♦ T � � L � Gly T - I 1 A 1 I ¢ nErprt ttcac •s M:cE:s.nr COIIOIETE Flf•cr AxY EYFOSEO R -OE Wtr •X � 5 COYO. JfIA 1121 K' nor rtn M CpC. EM4 yEYE11T I� r WATERLINE 01 B^U PLAN & PROFILE � ......... 1 Qy r' �2,r IESTf� •RgEO x1Y. I I i !!!P AlF11LNE1 1 II I ID 1 I �I� 1.I I NTA 1-13 Rol- -Il —1 ST• amrrm 2 •RT I I EI-¢�'Coue. eum n211 al d II I _ WS SBFF STA i1i09•YL2E.IY2E'IIT Ex• Ep - PM I .-acts Emrnr. oliitts�l I i al Iro I 20 Lf I::gPPE E•J12Eoszsl 1 1 Y�O tt611W~. M R0100 1 r R i ,� E•J12WII.l9 INSTALL 101 F 12• DIA. CLASS 250RFST 'R,• FACTORY LEGEND — VNq\)SEO ..TEJI ErE PnCPOSED E•STEEATFA LME �� MOPOSFD CYI MO Rut PFONSFD IlE YYgi•MT RIOPOSEO E•SifYAIFA YAF)KlE --- EY¢iEE: NGr OG EAT fYi0P0)EO gall K EAY __� aFlrar.E p Evf)rL uru rM.K LY E.T. FEZ xTWAxi ISa EAST .ASTE.ATEA YAMnEE YD1FL L CME OR YLL —Y LOUTpN AYo oF1TX V C1OF a IDA DEM TO CONSTMAIItN. L 72 a EgEA nTo EASPERgt KL T R lxI Pua TD FYY SYSIFY SMR gfPY M YLLK 6oEATCIE 1 ALL YAlOE2E KL r AErT EESTR•EED. COJT OF— ¢ stescY2T To TIE IEE torr r.E. - L TIE COST FOR =TIE EIOY xr1M65 SHELL R A14TO 111E rx I1FY COST FOR S. IIERdCE qE RLL STAIOARO AMT R P.E LAST TIE IMFA mEr a ottt2E Etox roE Enoc.Tloxs. f. ML ORRY AELgJT2 O5 AAE S[�CgE.[0 TO GE EmAum x nrsE z OF DIE TCP. 1. Cp1611g6 TO ASPfST05 CtlEAER PPE SNALL OSE MIIA:f LON2WT TMN911tY CdRE4S 3 i� .................. :.........:...... .................. ... .... _ ................... ....... j i YCp7T2 .. 1' r 4 1 1 4 ................_;.......-.:.-.....-.I....... ..- --. ... ............. '........y......._ :.........:...... ................... ......i.........y....._..i.........---- m 0>mrc Texas Department of T2nsporta0on .......... ......... ......... .......... _................... ....-.. .......TSA- .........- ... ............. i i ;�.........�......._............................._............ . ---- .................... varu.,wu i i i .312 H HALFF --------v---------I---------I......... ...... i - .).........,.........v..------- ......... ..T.... IN 55 WLLIAMSON CO. RAMP REV .........<......._ ..........:.........:_......._ ......- ...- ... ... --•-- --�--- -- --- --- --- --- WATERLINE 01 PLAN & PROFILE STA IA00 TO STA 1+T3 3 i� EDGE a TRENGI i>]:ArAn Mmr.R- ------------------------------------------------------------ r_.______-__---- fl xx- n-on------�-- Iii-nrm-Ea:ii� I6T41 1- AS•tOR sw nnm Y1061Y® amu W. SOF! - - - _... - IIT I uuI T------ m[caL l= I - - srA. D.nail OT El;.�.:rEALAeE-7 - - - - .Fn WII sn I.— EJ1 m Rt EMT. YYR RA NIOP.Il RK .iL—x EAST.= I [aKCf TO FAT.IlR EAE .Nliefl Lui AIA Ru EASr.1lR LT-� wsrAw 1 mlr DP nno. ,— _ 1- 45- ala 11n R[I wiLLE 'OEAOW W ]I']IOS'LT T —T K �./-� miusaAi E•]al.o •+ INSTALL 128 LF 18' DIA. CLASS 250 DUCTILE IRON PIPE A COYFAETE Ir - _ LLr � i-STA.1•LiT. �L�R<(OL�.OYrIR��. T4rALL ___ __ .1-mR x•eoa ono. •.XYR WIaT411.TT E•TmTSM]T •� �STA.IKSAr ROi•//_��_S.�_rn7 Q� - — A`SdR'STAft1110•ILN. KTtR�L-® FrA PAOr. M•RK - - - COMECi ro�FMT.Il1Ll llti__v—.._ _ .T•Am-rtacE1RT15'TIC Z. w TM .IMI 1- .. rLLYE Ic'1 1- PEL TEO FY ASS T t Li E•O! 1 - --- C. OEI gE '�'r '�_r � �_� •q'N S 1+00 2-00 I EGEM enroosin .ArE. L.E — Pr10P05F0 .AStEtliEA Lrf �� PNOPOYD QIi Alp R00 PnaVSEO E'nt MaIANi Ptp OSm 11STE1,1ffA Y.M�4F -- T. Ma1T OE .AT PnOP05E0 fEGi K .AT -i-- MT— Q EmTw .Erin rLLTE LY E. FRE xial]Xi �c3 QRiw .ASIE.AIER YANAIE wTCL r. cai.Acraa .0 vOMT rnnrlox AD xrn a [ bTMO OiEI16 raal TO Ca61K TlI. L OF .OI.iD VOCE i6PER011 RL T YOKED n n MAS IOEA TO Aln' ­IIISMR OO.Y OR LLTE 60UTpl 1 LLL .ATFAUE .LL EE .IUIr LOST w— IESI.AM 6 SuxOYAT TO 11E UE m1K COST MrR. L LVST FM OOTLE ROY TFRTKS R SVSSmu.T i0 THE lK Ra1 COST F. iai eec s rmACE arc EILL STAMMYO JOAi a P!E rAST M UIPFA Oa0 011 alCilE Im11 rPE �Or�TT1016. c IIRTTT E0.04TAAE TT]to1AID ro <rt 2 isi.u.m x aYSE z of TIE ice. T. ttriEciloEa TO ASOEZfOS [oxwErE F!E 9141 usE xrYAx LOIE800T TANT41IfY taet]ms '� t"" -y •SHAEFFP •1 YOIN..,,,-............ '�l4 1 Ems\ j07722 J�ef'� 51�\taawa..°- m Q.201,;Texas Department o/Tmnaportation R. HALFF H 35 WA.LIAMSON CO. RAMP REV WATERLINE 07 PLAN & PROFILE STA 0-57 TO STA 1"S FOfE OF IxFYCM Cr4YAlW CEAgtw TIWIST0.pC[ OFTAL ---------------------------- ---'" - ......... ........ .J 3T- �4Guc srslr TxC • Cp9ElE uE6TIRBEO CAWx ... -t----_--__-__--F--- wl - - -_ -----__ EmT. mEmIL E.ar. TrRJ INSTALL 89 LF 18' DIA. CLASS 250 DUCTILE IRON PIPE x-n seri sr• Rm.'. �1 • —__—I ETl1.WLrl xp• RI -]S SefR ST• tInTNLn Ri.IT Rt I FUND PaaPasm urFfl LxE — PxOPOSED .AstE.AfFA LrE �� PxmosFo aT AW RUO PxoPosFn r.E xrwYr PxreosFn .AsrnArFR Yu.alc --- FxaTxc —T V PxoPosm Rpt a .,T --i--- CEIITTRIE Q E>OsrrL .ALFA vKR LY MT. TAE xrW.T MTYO.ASIE.ATU Y,xQE WTEL ;� L Cp WTM RL VFAPI LOGTION Yx OEnX R -- NIIfES P.A1x TO CpaTxtip. L CA'T OF —ROC[ xSP U. RL K WTM tt �plla PR[A TO AYr SYSRx stiff oa.x OR z 4LLR aOUMYI 1 .1TFI6PE .0 x:.wT R[sT Dost 6 Axrt PFs1R,xT 6 slwsoYRT TO TO TIE uE Im cost Fox PPE. L M COST F. OUOTIE ROY FR1MOs S K AASDORT TO TIE lK f1E11 COST IM ip1 PPF. 1 •ET4CE OME I1RL sTAIDAM .RIRIT OF sPE PAST M VPEII BFIx d OIICRE MY PPE ROU pQ L UILIY IIFLOGlARE TCIF01AID TO EE 2 O RSiu. sn x ROSE t OF TIE TCP. T. CWELfY.ra TO ATKSTOS CCWLLiE PPE zNLLL USE NfWY LOWSWT TMY91LY1 CdHIaS �.® OWN 1.4 HALFF H 35 WLLIAMSON CO. RAMP REV WATERLINE 08 PLAN & PROFILE STA IM0 TO STA 2-29 DUCiIE RDx PRE FOR t STANDARD IPE JOIM LENGTH PASt UPPFA BEND OR pUCIIE IRDN PIPE TO NEM fIRNG. wNCH OYER 5 SNORTER (IYP) NO PAVED SURFACE: PROPOSED PAVED SURFACE: PROPOSED N�"� PROPOSED WORN BEDgNG SEWER UNE uATERv.L FROZE 6" Of MPSOL SUBGPADE PREP, FLE%IBLE a SE 2a � • PI U AN ANDREYEGETAIE AND H.NAC. PER PAVELffM PW15. UNDER SEP.L M PROCEWRE (B) P—DE --TED BACKFILL 15' RESTRNNED JOINT IN SIN TRENCH 1MTERUL FIFE OE ROCK AND CLODS GBUTER IRAN A'. CDNPACTED IN 6' DUGRLE IRDN NTTNGS (TMP) PEWIREYENIS SHALL BE PRDADED BY DESKw 12" uIN SEPAAARW BETWEEN OUTSIDE OF STORu SEWEA UNE Um TO 85% (SEE SPEC. REY 510) ENgxEFR AND INCLUDED w THE vcxm AHD sEALFn uA EDGE OF UI1CRlE RDx FTRING (TMP) EAGN SIDE CONSTRq:Tpx PUNS. (TMP) mus 1. .LLL WCRTE IRON PIPE AND FITTINGS SHLLL BE wgAPPED MM uwuU4 B uIL PoLYETHYD:xE (BULK Poth AND OPEN ExpS/SEAuS Y� 2. ALL RTONGS SIWL tuvE DIRECTED IN PUNS). RFSTRUNED JgNR AND BLOCKED MN COxCRETE BLOCKING (UNLESS OTF[RW6E 3. USE M1lM% LOxG BODY TRANSITION CWPLNGS TO CONNECT i0 AC PIPE �^ PIT DE COMPACTED BACKFEL R"°�° �°"° `°'Y DN FlE AT PUBLIC wgMS CITY OF ROUND ROCK DRAVWrtING09N0: APPNOVED IN SIN TRENCH WXRt g FREE OF ROCK AND CLODS 12.01-b DATE LINE CROSSING DETAIL I-=== n 3 m ORUTFR it1AH t", COMPACim 6' LIFTS. TD BSx (SEE SPEC. REN 510) .R Ux015NRBm FMM e ry PRE BEDDRG STONE SHALL BE T CRUSHED STONE 3/B' F OR 1/2' D ROCK OR APPROVED EquL C + CENTER PIPE TRENCH i s. a«rnA4 �.I - Iwvaa 4 tasty MPE 0-0. +t2' uIN PIPE OR ♦2t" HA% ® 02016 Texas OepaYtment of Transportation Elam ALL TRENCHING AND TRENCH SUETY SI COUPLY MN APPLMABLE FEDERAL STALE AHD NUL REWUTKNIS. ,{� rrf�b1'1 (� Y 'u RECORD SIGNED COPY ON FtEECO AT NEN wDRNS CITY OF ROUND ROCK DRAWING N0: NT -OB 1 H HALFF AP�°°E° 12-0"-13 DATE WATERLINE BEDDING AND SURFACE REPAIR DETAIL (NON -PAVED & PROPOSED PAVED SURFACE) _..7 w �s w�E�uusoN co. RAMP REV WATERLINE DETAILS z DUCiIE RDx PRE FOR t STANDARD IPE JOIM LENGTH PASt UPPFA BEND OR pUCIIE IRDN PIPE TO NEM fIRNG. wNCH OYER 5 SNORTER (IYP) PROPOSED N�"� PROPOSED WORN BEDgNG SEWER UNE uATERv.L 2a � • PI U I I \ 15' RESTRNNED JOINT CONCRETE BLOCKNG ACiW1 SIZE AND RDDDNG DUGRLE IRDN NTTNGS (TMP) PEWIREYENIS SHALL BE PRDADED BY DESKw 12" uIN SEPAAARW BETWEEN OUTSIDE OF STORu SEWEA UNE ENgxEFR AND INCLUDED w THE vcxm AHD sEALFn uA EDGE OF UI1CRlE RDx FTRING (TMP) EAGN SIDE CONSTRq:Tpx PUNS. (TMP) mus 1. .LLL WCRTE IRON PIPE AND FITTINGS SHLLL BE wgAPPED MM uwuU4 B uIL PoLYETHYD:xE (BULK Poth AND OPEN ExpS/SEAuS SULFO MTH DUCT WE 2. ALL RTONGS SIWL tuvE DIRECTED IN PUNS). RFSTRUNED JgNR AND BLOCKED MN COxCRETE BLOCKING (UNLESS OTF[RW6E 3. USE M1lM% LOxG BODY TRANSITION CWPLNGS TO CONNECT i0 AC PIPE R"°�° �°"° `°'Y DN FlE AT PUBLIC wgMS CITY OF ROUND ROCK DRAVWrtING09N0: APPNOVED A 12.01-b DATE LINE CROSSING DETAIL I-=== PLUM&NG COOS—MENENTS. Y� vY SLOPE I/t%FT. SERVICE CLAMP REWIRED. FRONT TO BACK OR BACK i0 iROM B. I' CORPORATION STOP - SERVCE RPE OUTLET. (SEE SEAMLESS TYPE 'K' COPPER TUBING OR 700 PSI BLACK COLORED POLYETHFLENE wNNG % DIMENSION RNSE OF 9 (ORD). NOTE /7) C. I.SERVCE RPE BOX TO BE LEVEL SDE TO SDE D. LDCKNNG ANfRE METER STOP: SER -E PIPE INUT x SWNEL WHET: E TELT WIM 8 4L POLYETHYLENE FlLM. 3. TOP IN, SADDLES SOME BE WRAPPED FINISHED t. TOP OF BO%ES SHEL BE I' ABOVE GRADE • FOR 3/A.' MD D 3 3/P4' NETERS: 1' % J/! 5. PIPING AND TIIBNG SHALL BE INSTALLED IN ACCOROYKE ED IN SECIKIN 310.3 Of THE • FOR NO METERS: I' z t TO STANMRD SPECFlGMNS. S. sc ATIENTMIN1.3 ( CAVED TO.3 (2 ). RESP E50S O AND "B/dKFlLMNG'. SECRONS 3103 (It) AND 310.J RESPEttNELY. • SII NOTE /Z E. PLASM RECTANGUVR YETpi BOX. (SEE TABIE ••6 BELOW) IN MEYER BOX TO ACCOu00ATE RRHG INTO AND OUT OF 80%. J. SLOTS HOT BE SI=LL NOT BE . F. PE CASING WHERE APRLCABIE (A$ PER DETAIL WY -01) G. WATER METER, CENTERED IN BO%. (SEE TABLE BELOW) ENTERED O ATFR PETER WLE IP.i. % SWNEL H. COUPLING NUT: PART NUMBER SERIES SIZE HEIGHT WIDTH LENGTH • FOR 3/R' ANO 3/t' METERS: 3/t' X 6 1/Z' LONG. • FDR TelYEIFRS: LENGTH OF RPE TO BE OCTERUNED 4r. OONTWOR. EXTEND RPE TO 4'-6" OUTLOE Of % ARIa m Ln. runs .ccw=nn LW .n+wa LarA MBY ETER I. BRONZE GTE VALVE NON -RISING — (3/4" OR I� H fEwLE I.P.T. (PROPERTY OWNERS CUT -w OUISDE METER BOX UN SEPARATE —VE fl Jt WITH UD IS PER ON OF R BOCK STANOU205). J. 3/4" OR I' RPE MEETING CITY 01` ROUNO ROOK D G PLUM&NG COOS—MENENTS. Y� tlOIIS: ? Oy 1. SEAMLE RPE SHALL BE COPPER TUBE WE, U HAY BE TSD PSI ANNULED �� SEAMLESS TYPE 'K' COPPER TUBING OR 700 PSI BLACK COLORED POLYETHFLENE wNNG % DIMENSION RNSE OF 9 (ORD). UNDISTURBED EARTHJ• R. ALL O NAVY STEEL INSERTS IINT COME WITH COUPRESSgN FlTTINGS SH4L HOT B USED ANY CONNECixNiS E TELT WIM 8 4L POLYETHYLENE FlLM. 3. TOP IN, SADDLES SOME BE WRAPPED FINISHED t. TOP OF BO%ES SHEL BE I' ABOVE GRADE ISG mm 5. PIPING AND TIIBNG SHALL BE INSTALLED IN ACCOROYKE ED IN SECIKIN 310.3 Of THE TO STANMRD SPECFlGMNS. S. sc ATIENTMIN1.3 ( CAVED TO.3 (2 ). RESP E50S O AND "B/dKFlLMNG'. SECRONS 3103 (It) AND 310.J RESPEttNELY. '0' M IPI 6. OJT OF METER BE '0'LY (UNE THROUPAT uETER SLOP, u[1ER, PNING AND bxNERS CLOTS SwLL BE 10- BELOW TDP OF BOX. IN MEYER BOX TO ACCOu00ATE RRHG INTO AND OUT OF 80%. J. SLOTS HOT BE SI=LL NOT BE . -bo B. IAGETER BOXES OF uETER BOxES SHALL BE SUBJECT TO THE APPROVAL OF ME C.O.R.R. ITEM 403 PART NUMBER SERIES SIZE HEIGHT WIDTH LENGTH • p ARIa m Ln. runs .ccw=nn LW .n+wa LarA rc,).- Y OF ROUND R( SINGLE S/B", 3/4" OR i" WATER METER DETAIL I KDAH s EIMMrt� 1, �MnM+M' W016 Texas Oepar&nent o/ Transportation fL. .... N. HALFF WATERLINE DETAILS IN TRENCH SELECT BACKFILL UNDISTURBED EARTHJ• ISG mm (6") IN. '0' 4� p CLASS CONCRETE -bo ITEM 403 • p PIPE O.D. p a 300 mm 112") 'p PROPOSED MAIN CENTER PIPE IN TRENCHp n•� pg IPF AND STRAPS AND ANCHORS•OR OTHER APPROVED I 150 BY THE ENGINEER, SHALL BE I6"1 MImmN. INSTALLED TO PREVENT PIPE SUPPORT FLOTATION OF THE PIPE.IAPPROPRIA TE SEE DRAWINGS FOR NUMBER PIPE O.D.._ 300 mm FOR TYPE AND SIZE OF AND LOCATION. 112"1 MIN PIPE) AS SHOWN ON THE PIPE O.D.+ 60D mm DRAWING OR APPROVED N.T.S. (24") MAX. BY THE ENGINEER \ ABOVE GROUND CULVERT WALL CLASS A CONCRETE ITEM 403 MIN. 2.0'/. SLOPE NIH. 3' CHAMFER CONC.FOR STRUCTURES MIN. THICKNESS 6' a O.O. OF PIPE BELL DOWELED ANCHORS ED O •9 REBAR OR APPROVED EQUAL MIN.2 PER JOINT PROP. PIPE 12'W OR B'WW N.T.S. CONCRETE ENCASEMENT KDAH s EIMMrt� 1, �MnM+M' W016 Texas Oepar&nent o/ Transportation fL. .... N. HALFF WATERLINE DETAILS z � z-z K'DIA. ,r......, CONNECTIONSY 9'MK.A.L-TER 4VN,SS—ENT (SEE NOTE 11) FIRE IrcDRANi N BE SET PLWB 60'4A%LENG.G W W DIA. cNE HTORMT ASSEMBLY - 10EN-.K'ECIION 3 (SEE NOTE/1) CONCRETE[URB CONCRETE MOND VALVE CM UD (SEE VALVE BOz .S.. ASSEMBLY OEIM IB" I D—NO NO.M-06) wfMING SURFACE I �6"NA%. 1B" C-)W _. - ..•. °DOD PSI CONC. )J/a" (SEE NOTE/2) I I Ott OE ROµD ROCK 1 STMDMD VE BO% C-6 PAVING RING fINIGED VALVE ASSELIBV(SEE (STD SIIS-la) CONCRETE BLOCKING wfM A SEPAMTE DETAU I K SO R BEANNG — _y ARG CL S"w CONCRETE ./a BARS 1" e DO NOT BLOCK BRAN HOLES O NO-DEP. D OIICNL E IRON PIPE STMOAR IRON PIPE UCTILE BLPPUED) 4".12'.12"CONCRETEC-S BOOT BLDCN CLA55"A"CONCRETE (STD 5115-15) Muu UNE SIZE 6" FEE • Z-0• (SEE NOTE 12) r f.� CRUSHED STOWOR GRAVEL SHALL .RUST BLOCKING REOUIREO FOR BE PGCEO ARWNO.E BOTTOM OF PIPE SIZE AND SOIL CONIXIgN -� II 11 .E N1DRAlT FOR RAW US DT. 1 I/2" —t 10]]Z2 s LEAST 2"12"ABAND EXTFNONG AT LEAST D/" 1OVE.E OUTLET DO NET B 1/2 BLOCK DRAIN WILES ZD" barv0T<c. ® Q2016 1. .READS ON OUTLET NOZZLES SNALL BE NATIONAL STANDARD.REAM 2. TEE 4AY HAVE FLMCED OUIIEE FOR N1%FLANGED GTE VALVE OR,ANCHOR(Sw n)TEE 1—BE USED Texas Department of TEanspodafion J.%MJ.GTE VALVE. b= J. A BLUE RERECINE ME. Oc A P STREMD BT.E ENGINEER SHALL BE PLACED 2 TO}iIN 1. NUMBERED CASTINGS STAINROS SHOWN N PMENTHESES ME REFERENCES TO.E CITY OF AUSDN STMBMDS PY - OTN..mTN.ET NE TIE STALLED FI OF PAVED STREETS OR PAVED ACCESS wAYs,ON.E SIDE Of ANO IN VIE gym.LtANUAI �;''� Au NEWLY INSTALLED FIRE HYDRANTS. 2 DELETE CONCRETE k REBAR WHEN VALE IS WITHIN PAVED STREET. RECORD BnNED`°PY CITY OF ROUND ROCK DRAYWING05N0: RECORD SIGNED COPY CITY OF ROUND ROCK ORA N06N0: R. ON FUO AT PUBLIC WORKS ON FEE AT PUBUC WORKS HALFF APPROVED APPROVED oa-ol-n oa-D1-n DATE FIRE HYDRANT ASSEMBLY DETAIL `I,v DATE VALVE BOX ASSEMBLY wc:1+N 14 35 WILLIAMSON CO.RAMP REV / WATERLINE DETAILS i�S INSTALL 135 LF 8' DIA. ASTM D 3034, SDR 26 PVC PIPE LEGFW 76 F 6' DIA. ASTM D 3034, SDR 26 PVC PIPE sxcs•m,-, D LF 4-4' DIA. WW MANHOLES IT un raw Px°PimsT it w. oY= w 1 18" DI 1-3S WR STA 2IKU;3 2UA. T JIL L I g Igg th" =--VIA E �:i" —CT T--- --- E T—T—Ay PAOPOYO—T—Al � A A ]z sem STA CDT �TTDMVM-W T MW.A— SB FRTG 111) ',Y M1W 1. ,vTIFI.T �n �Iw ..—TOt —E i"4I's 100+00 sl (:w I IAT� K STA 21 D—M ITT M Cp.ELT 1;&� TO As�M aaru AE aPPEx e00 ax aunac wax PPE T 41—T I IT %IVATITUI mt a miitr to f!?O c r —N. 11141STD M YANKlES SOLI K N !ILIA --xmaPosrn c' -- f Lad SOIL eE IT. III%— �A—T ... T MsTM MITI. 1-00 2+00 fT ............ .......... ....... . ..... 71t�- Depanmenfol TaInsportation ........... . ........:..........750.. . ...... ............. .................... ....1tva... ....... ,J Fil AXLFF WASTEWATER LINES 01 & 02 PLAN & PROFILE .1101 STA 1.00 TO 2.35 .W02 STA 1.00 TO 1+60 1/6 BEIo-BPICDi I fAS uw SEKER SADDLE WYE AS / uWUEACn1RED BY NDS INCORPORATED. OR APPROVED EOU.LL RM SADDLE AND lwN wRH POLY S SHEETING AND CROUT IN -C ROw I I EXSnNG ' wASTENATFR LINE STNNLESS STEEL CUMPS. SERIES - PLAN VIEW NOLE CUT N F ­ (SCE NOTES THR 12) + JO SADDLE WYE FXSnNO wASMwATER LINE SECTION -A-A- tl47 1 1. REXIBLE SADDLE TO t[ INSTALLED N ACCORDANCE W MANUFACTURER'S REOVREIIENR. 2. EX—E ARWND D(S WASTDNATER PIPE "POSING SUFFICIENT ROOIJ FOR STANIESS STEEL CLAMPS. J. THOROUGHLY CLEAN AND DRY THE AIATING SURFACE 4. IAARK ME SIZE OF THE HOLE TO BE CUT MING ME SADDLE ITSELF AS A TEMPLATE 6. SAW OUT THE EER OF THE PIPE WHERE ME SADDLE w BE LOCATED. — A SABER OR KEY IKRE SAW. PPE COUPONS S ALL BE REMOVED FROu DSTNG LUN AND DISCARDED. RPE CUTFN S IN EXCESS OF 1' N DIAMETER SHNL NOT BE LEFT IN EXSTAG uMN. 6. ENSURE SADDLE FITS NOLE PROPERLY. 2. PUCE G CT SKIRT AND SADDLE OVER OPENING AND T EN BAIT! CLAMPS EVENLY UNOL SADDLE S RRMLY ATTACHED TO THE PIPE APPLY PRESSURE ON THE SADDLE ACINSF THE RPE wNRE 11GMRMNG SNE CLAMPS AS INDICATED A8R'E W NOT OVER nGH . DO NOT STRIP THREAD. a. SERVICE PPE SHALL BE INSERTED FULLY TO -T SEAT FORMED N F­ 9. REPUCE THE BEDDING AND BACKFLL IN ACCORDANCE wrtN THE TRENCH EMBEDM DET- ONRFILERAT ECOD �K° ORKS CITY OF ROUND ROCK °RAIYIVN 16 °. APPROVED os -01-w WASTEWATER LATERAL CONNECTION DATE TO EXISTING WASTEWATER MAINR,� DETAIL / "M SELL INTERLOCKED NSOE OF CSKET (Acro CDIMREIE MANHOLE WALL FLEXIBLE -SEAL ear RESSTANT-STARNLESS STEEL TYPE JOA) RESIDENT CONNECTOR. IN ACCORDANCE wTM ASiu C92J o I—RAMI-C CEMENT GROIIf FARE Uv CUYPS (ALIO RE55TANf-SiANLESS STEEL TYPE J02) (1 CLAMP ON 12- RPE AND SULLLER) 12 CLwPS ON IS- RPE AND LANCER) RECORD SIGNED COPT ON AT PUBLIC WORKS CITY OF ROUND ROCK ECO °R",,I,-lo ° MPROVED 04-01.10 DATE FLEXIBLE "SEAL BOOT" RESILIENT CONNECTOR DETAIL 32- COVER 1 1/2- LETTERS (RECZSSEO RUSH) PICNBAR (LOCK (BOOKUW IXD STYLE) J2� W W 1 T4 le \ (RECESSED FIUSN) Cr H *A + (NV DKMAN OLD 2 N SME) LLLJ \ a NU°R MBER P.TE2 * * (SEE NOTE /IS) J PRWIOE EICHNG °J'• ARou4o ALL srARs MANHOLE COVER PLAN VIEW MANHOLE FRAME PLAN VIEW 0" O o 2 7/8- 1 1/2 - MANHOLE COVER SECTION VIEW I s3 u1z 3 13/16'1 �1 ° `W MANHOLE FRAME SECTION VIEW J t' WM"C I LONGAN R.S. ROD. n YIN. 3/33- N. 1/t" PICKBAR DETAIL' STAR SECTION VIEW �� BOLT MOLE SECTION 1 WS—COVER AND FRE SCOMPLY WIM STANDARD SPECIFKALAN$ FOR DRANAGE SEWER, Mt— AIA RELATED CASTINGS: AASHTO DESIGNATION M306-04. 2. MANHOLE COVER STALL BE MODEL NWBER: V-2432-3 (PRODUCT UMBER, 42432033). AS MANUFACTURED BY EASE JORDAN IRON WORKS. INCORPDRATED. OR APPROVED EOWL 3. MANHOLE FRAME SHLLL BE YODEL NUMBER: V-2432 (PRODUCT NUMBER: 42432010). AS UWVFACTURED BY VST JORDAN IRON WORKS. INCORPORATED. OR APPROVED EQDAL. 4. MINI HOLE COVER AND FRAME ASSEMBLY. IF ORDERED AS A SET. SIW1 BE MODEL NUMBER: V-2432 (PRODUCT NUMBER: 42432013). AS MANUFACTURED BY EAST JORDAN IRON WORKS, HCORPoRV.TED. M APPROVED EQ - 5. ALL CORNERS AND EDGES SHALL NAVE A 1/16' MINIMUM AND 1/8- MAXIMUM RADIUS. 6. u.WHOLE COVERS SHALL BE CASE MAIM TWO 1' DAUETER STEEL PCKBARS 1. MAMOLE C wE1GHi SMALL BE 115 LBS fOR D TR.E IRON. WDGM SHALL SE CAST ON BOM TOP AND BOTTOM OF COVER. MA 8. NUFACNBER SMALL cm—RAT EACH MAKI COVER MEETS HS -20 LDAONG. 9.FILLETS SHALL BE 1/4' RAMUS UNLESS OMERWtSE SPECIFIED. 10. MANUFACTURERS REMOVE EXCESS IKON AND MNCHIE FINISH SEATING SURFACES TO NOTED DMENSANS. 1. COVER R WASH = SHALL BE DIPPED IN A WATER-BASED ASPHLLTC COATING. WNAR TO SHIPMENT FROM FOU - 12. 12. BSNBE 5/8"-11NC X 2- LONG NICK STAINLESS STEEL E 13. UAUFACMRER 5411 DRILL 2-3/1611/2' DEEP HOLES FM A MANHOLE NUMBER PLATE TO BE PROVIDED BY M CRT OF MALL ROUND ROCK. ME TOP HOE SBE MR 1' O.C. FROM ME BOTTOM OF ME PCKBAR AND ME BOTTOM HOLE SWEL BE DRI11M t' O.C. FROM ME TOP HOLE RECORD SIGNED COPi CITY OF ROUND ROCK DRAWING N0: ON FLE AT PUBLC w01NK5 , FII °`DpTE BOLTED WASTEWATER MANHOLE DATE COVER AND FRAME DETAIL m "DSS 1. IF DROP . S. -NES (67 TO TWO FEEL (2'-Oj. CONSTRI—DN OF DROP SNALL PROVIDE AN PVFRSIZED INVERT TO EXTEND UNDER ME DRCP CONNECTION. 2 SEE CONSTI—MN PUNS FOR MANHOLE SIZE. I—TON. CWFIGURV.TAN, TYPE OF TOP SECTION, VENRNG REWIREUENTS, PIPE SIZES AND TYPES. 3. MANOLE HS SHALL. BE PRECAST ASTM C178 BELL AND SPIGOT WRH -0' RING JONTS. 4ANNOLES TO BE DESIGNED TO RESIST LITERAL AND VERTICAL SOL FORCES RESULRNG FROM MANHOLE 4 OEPM. AOOITR—I.Y, MAP LES LW PAVEMENT EMENT TO BE DESIGNED FOR TRAFFIC LOAgNG. H2O 5.LL AMANHOLE COMERS SMALL BE BOLTED AND CASKETED. WNEN MANHOLES ARE LNS OCATED ODE OF PAVEMEN . 6. FRAME ADJUSTMENT HEIGHT SHAI1 CONSIST OF FIVE INCHES (5'1 1111Uu TO EANTEEN INCHES (HB) 4101 4. GRADE R— SHALL BE GROUTED WITH A NON-SHRNK GROUT INSIDE AND OUTSIDE OPE GRADE CONS'R1ChTI INSIDE MAUHD. TO WRECT INFLUENT INTO ME FLDW STREW. ALL IED FRO. RIVERT. SIGNED FOR H2O LOAOHG. PLUS EARN LOAD AT 130 PCF. SIHEACES OF WASTEWATER MANHOLES TO BE COATED WIM RAVEN 05 EOU4. (MAIM A UNIFORM MCNNESS OF 124 MLS MVD A uHluUu TNCKNNESS OF WHOLE HAS PASSED ME VAC—TEST.) OR 1/2- MN. NCKNE55 CALCAu kFW. OTHER WEROR SURFACES MAY BE COATED IF RECOMMENDED BT COATING CITY OF ROUND ROCKI°�""�9'_F' PRECAST CONCRETE WASTEWATER MANHOLE DETAIL CITY F ROUND ROCKM ME FOR CONCRETE WASTEWATER MMHOLE DETAIL —OLE 1.9)DE DET.L PIPE ENCASEMENT CETAL (talo 1 17,x.,�DepaftmentofTmnsporn I P.1 HALFF I WASTEWATER DETAILS CAST WON BOOT MID COVER. AS WWUFACTURED BY %- CORPORATION. OR APPROVED COWL THE BOOT SI 1 BE LIROE ENOUGH TO ACCOMMODATE AB 3/a' DN AN B" PIPE CEHIER CLEW -OUT PLUG wI. PAVEMEM CENTER OF BOOT DPD­ 13 8' 3333 ]I I I� SPACE DN FlE AT PL�IO wDRRS 6' THREADED CAP WW_DB n � CONCRERE (11PIGl) PRECAST 48" CONCENTRIC CONCRETE CONE SECTION DETAIL vRDNvou IAADE FDR (z) g 6" FEANLE ADAPTER — wHiRIEY UFT INSERi6 LOCATED AT CENTER OF GWVIIY OR _ FOR THRGIXD CAP '�.• AB0.'E AS PER MMRUFACtuRER 6" BDAIO rt PIECE 6' TEE wTE b" CAP iLDW DN 5" ' 58' � NIH 6' WASTMATER SERNCE UNE PROFILE VIEW mss: Tones CONCENTRIC CONCRETE CONE SECTION SHALL BE MMIUFACTURED USIND aD00 TD a500 PSJ. CONCRETE. 2p DAT SIRENCfH AND IN ACCORDANCE NTM ASTM Calp, A5 NANUFALTUtED BT CONCRETE PRDDUCI$. INCORPORATED. OR APPROVED EOWL 02016 tl0_ES: L. ALL PIPE TO BE SDR 26. 2 ALL FTBWOS TO BE SDR 35 SOLVFNI HELD i1RING5. "t 02P3/h»En! 0/T( nsp0/tat,,E 1 ,jJ�\ t1'IIILY ••// RECORD SIL120 COPY DRAWING NO: RECORD SIOAED COPY ON FILE AT PUBLIC wORI(5 CITY OF ROUND ROCK DRAWING N0: WW_,3 ■ ■ H HALFF I2-.1-. D 12-oL-w DATE WASTEWATER SERVICE CLEAN-OUT DETAIL I�v�y gy W 35 wILLIA450N CO. RAMP REV (PAVED SURFACES) WASTEWATER DETAILS 11 7 DN FlE AT PL�IO wDRRS CITY OF ROUND ROCK WW_DB APPROVED oa-ol-a DATE PRECAST 48" CONCENTRIC CONCRETE CONE SECTION DETAIL ENGINEER'S ESTIMATE OF PROBABLE CONSTRUCTION COSTS IH 35 Ramp Reversal (CSJ 0015-09-180) ROW CSJ 0015-09-189 City of Round Rock Utility Relocation DATE: PREPARED BY: HA PROJ. NO: 4/7/2016 HALFF-TBPE 312 311270 PAY ITEM NO I DESCRIPTION 1QUANTITYI UNITS I UNIT PRICE I ITEM COSTS 1 164-6007 BROADCAST SEED (PERM) (URBAN) (CLAY) 189 SY $0.30 $56.70 2 164-6041 DRILL SEEDING EMP WARM 95 SY $0.10 $9.45 3 164-6043 DRILL SEEDING TEMP COOL 95 SY $0.10 $9.45 4 168-6001 VEGETATIVE WATERING 9 MG $20.00 $180.00 5 400-6006 CUT & RESTORING PAV 14 SY $98.00 $1,372.00 6 402-6001 TRENCH EXCAVATION PROTECTION 399 LF $2.50 $997.50 7 SS7056-6068 CONC. ENCASEMENT FOR 12" DIA. PIPE 22 LF $130.00 $2,860.00 8 SS7056-6002 PIPE (6"), DI CLASS 350 ALL DEPTHS 4 LF $50.00 $200.00 9 SS7056-6009 PIPE, ENCASEMENT 18" STEEL (SPLIT)- 20 LF $280.00 $5,600.00 10 SS7056-6069 PIPE (12"), DI CLASS 250, (RESTRAINED JOINT) (ALL DEPTHS) 101 LF $200.00 $20,200.00 11 SS7056-6070 PIPE (18"), DI CLASS 250 RESTRAINED JOIN ALL DEPTHS 217 LF $250.00 $54,250.00 12 SS7056-6059 WET CONNECTION 12" DIA X 12" DIA 2 EA $2,000.00 $4,000.00 13 SS7056-6071 WET CONNECTION 18" DIA X 18" DIA 4 EA $3,000.00 $12,000.00 14 SS7056-6020 VALVE GATE 6" 1 EA $1,500.001 $1,500.00 15 SS7056-6044 VALVE GATE 12" 1 EA $2,500.001 $2,500.00 16 SS7056-6033 FIRE HYDRANTS 1 EA $3,500.00 $3,500.00 17 SS7060-6031 CONC. ENCASEMENT FOR 8" DIA. PIPE 47 LF $120.00 $5,640.00 18 SS7060-6005 STND PRE -CAST MANHOLE W/PRE-CAST BA, 48" DIA. 3 EA $3,500.00 $10,500.00 19 SS7060-6007 STND PRE -CAST MANHOLE W/CIP BS, 48" DIA. 1 EA $4,000.00 $4,000.00 20 SS7060-6022 CNCT EXT SRV 6" DIA X 6" DIA 1 EA $100.00 $100.00 21 060-6023 PIPE 6" PVC SDR -26 76 LF $50.00 $3,800.00 22 SS7SS7060-6024 PIPE 8" PVC SDR -26 135 LF $70.00 $9,450.00 UTILITY SUBTOTALI $142,725.1 This statement was prepared utilizing standard cost estimate practices. It is understood and agreed that this is an estimate only, and that Engineer shall not be held liable to Owner or third party for any failure to accurately estimate the cost of the project, or any part thereof. Unit prices are in current dollars and should be adjusted as required when letting schedule for project is determined. Materials provided for this project shall comply with the latest version of the the Buy America Provision as listed in 23 CFR 635.410. Attachment "B" Utility's Accounting Method ® Actual Cost Method of Accounting The utility accumulates cost under a work order accounting procedure prescribed by the Federal or State regulatory body; and the utility proposes to request reimbursement for actual direct and related indirect costs. ❑ Lump Sum Method of Accounting Utility proposed to request reimbursement based on an agreed lump sum amount supported by a detailed cost analysis. ❑ Alternate Method of Accounting The utility accumulates costs under an accounting procedure developed by the utility and approved by the State; and, the utility proposes to request reimbursement for actual direct and indirect costs; and the utility owner is a municipality. Attachment Utility's Schedule of Work And Estimated Date of Completion The utility work for this project has been incorporated into the TxDOT contract and plan set. The schedule of work and estimated completion date for utility adjustments and/or relocation will be determined by the contractor's schedule of work. Attachment Statement Covering Contract Work ROW -U-48 STATEMENT COVERING UTILITY CONSTRUCTION CONTRACT WORK Z(AS APPEARING IN ESTIMATE) m,porr.,uon Form ROW -U-48 (Rev. 06/12) Page 1 of 1 U -Number: U14658 ROW CSJ Number: 0015-09-189 District: Austin County: Williamson Federal Project No.: NH 1602(148) City of Round Rock Highway No.: IH 35 , a duly authorized and qualified representative of , hereinafter referred to as Owner, am fully cognizant of the facts and make the following statements in respect to work which will or may be done on a contract basis as appears in the estimate to which this statement is attached. It is more economical and/or expedient for Owner to contract this adjustment, or Owner is not adequately staffed or equipped to perform the necessary work on this project with its own forces to the extent as indicate on the estimate. Procedure to be Used in Contracting Work A. Solicitation for bids is to be accomplished through open advertising and contract is to be awarded to the lowest qualified bidder who submits a proposal in conformity with the requirements and specifications for the work to be performed. ❑ B. Solicitation for bids is to be accomplished by circulating to a list of pre -qualified contractors or known qualified contractors and such contract is to be awarded to the lowest qualified bidder who submits a proposal in conformity with the requirements and specifications for the work to be performed. Such presently known contractors are listed below: 2. 3. 4. 5. F -I C. The work is to be performed under an existing continuing contract under which certain work is regularly performed for Owner and under which the lowest available costs are developed. (If only part of the contract work is to be done under an existing contract, give detailed information by attachment hereto.) ❑ D. The utility proposes to contract outside the foregoing requirements and therefore evidence in support of its proposal is attached to the estimate in order to obtain the concurrence of the State, and the Federal Highway Administration Division Engineer where applicable, prior to taking action thereon (approval of the agreement shall be considered as approval of such proposal). ® E. The utility plans and specifications, with the consent of the State, will be included in the construction contract awarded by the State. Signature Date *U48* Attachment Form 1082 ,Tcaaa eParlmcttf o/ rmnsport.Nion Utility Installation Request PERMIT NUMBER GLOBAL POSITIONING SYSTEM COORDINATES (GPS) NORTH AMERICAN DATUM 1983, (1993 ADJUSTMENT) IN DECIMAL DEGREES(DD) LATITUDE (DD) LONGITUDE (DD) BEGIN END To the Texas Transportation Commission c/o District Engineer Texas Department of Transportation Date Austin Texas Formal notice is hereby given that City of Round Rock proposes to place a water and wastewater facilities line within the right of way of IH 35 IRM Williamson County Texas, MNT Sec. No. Use additional sheet as needed) see attached sheet for proposed installation descriptions , Displ. , to RM Displ. Form 1082 (Rev. 12/09) Page 1 of 2 as follows: (give location, length, general design, etc. in We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including, but not limited to, the "Texas Engineering Practice Act," "Federal Clean Water Act," the "National Endangered Species Act," "Americans with Disabilities Act," and the "Federal Historic Preservation Act." Upon request by TxDOT at any time, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of construction. Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility based on the department's survey datum, the relationship to existing highway facilities and the right of way line, traffic safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility. The location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings attached to this Utility Installation Request (Request). We will give plans to TxDOT for each future proposed modification or expansion to our facility and TxDOT will have 30 days to review and approve the plans prior to commencement of the work. A new Request may be required as a condition of approval. Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." We will also ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. When installing, modifying or maintaining our utility on controlled access facilities, we shall conform to the Texas Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §203.031 (http://www.statutes. leg is. state.tx.us/). We shall limit access for servicing this installation to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right of way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps shall be subject to the same rules and regulations that apply to the general public. It is expressly understood that TxDOT does not purport hereby to grant any right, claim, title or easement in or upon highway right of way. TxDOT may require us to relocate this line, subject to the provisions of governing laws, by giving us at least 30 days written notice. We understand a new Request will be required for the relocation. We will notify TxDOT prior to commencement of any operation which requires pruning of trees so that TxDOT may provide specifications to govern performance of work, including trimming, topping, tree balance, type of cuts, painting cuts and clean up. We understand that these specifications are intended to preserve TxDOT's considerable investment in highway beautification plantings and by reducing damage due to trimming and to protect known endangered species. Our installation shall not damage any part of the roadway structure or associated appurtenances. We will make adequate provisions to cause minimum inconveniences to the traveling public and adjacent property owners. We will not open -cut driveways or intersecting roadways without specific written permission from the owner. Following approval, we will begin construction on or after 06/16/16 Month/Day/Year Form 1082 (Rev. 03/09) Page 2 of 2 We understand TxDOT may place additional provisions and requirements as listed below, based upon, but not limited to, the type of utility being installed, local site conditions, soil types and traffic. Additional Provisions and Requirements (for TxDOT input only) • General Special Provisions: LJ Are attached. ❑ Are not attached. • As -built Plans/Certifications of Construction: ❑ Are required and shall be certified as accurate by an authorized representative of the company. ❑ Are required and shall be signed and sealed by a State of Texas Licensed Professional Engineer. ❑ Are not required ❑ Certification that utility was installed as approved . Re -vegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the proposed installation, the project area will be re -vegetated: ❑ in accordance with TxDOT's Standard Specification Item 164 which specifies the appropriate grass seed mix to be used, or: ❑ as indicated on the attachment. TxDOT Representative to be notified 48 hours prior to beginning construction: If approved, we understand we will assume all risks associated with this installation within the TxDOT right of way. These risks include injuries to our workers, damage to contiguous utility lines that may be in the area and injuries or damage resulting from our failure to properly install and maintain the line. If the character, use or function of our installation is materially changed from that approved under this Request, we will notify TxDOT within 30 days after the change. In the event of a voluntary or involuntary loss of public utility status, or other legal authority for longitudinal placement of the utility facility in the highway, or there is an abandonment of the facility without the approval of TxDOT, we will at our expense remove the unauthorized portion of the facility from the right of way. If installation of the line is not begun prior to the 91st calendar day from date of issuance, we acknowledge that, unless otherwise extended, TxDOT's approval of this Request will automatically expire, and we will be required to resubmit our Request. All Request submissions, whether due to expiration of approval under this paragraph or new Requests for modifications and relocations shall be in accordance with the governing laws, rules, regulations and policies existing at the time of submission. In the event we fail to comply with any or all of the requirements as set forth in this Request, the State may take such action as it deems appropriate to compel our compliance. By signing as/for the requestor below, I certify that I am authorized to represent the requestor, that I agree to the provisions and requirements included in this Utility Installation Request, and our commencement of construction will further attest to our review and acceptance of said additional provisions and requirements. REQUESTOR Date: By: Signature: Title: Address: City State Zip Code c ) Area Code Telephone Number APPROVED BY TxDOT Date: By: Signature: Title: Address: City State Zip Code Area Code Telephone Number Proposed City of Round Rock Installations Attachment to Form 1082 ROW CSJ 0015-09-189 (1) Along the ROW of the southbound frontage road, rt of sta 21209+12, install 101' of 12" DI water pipe; (2) Along the ROW of the southbound frontage road, rt of sta 21189+80, install 128' of 18" DI water pipe; (3) Along the ROW of the southbound frontage road, rt of sta 21198+15, install 89' of 18" DI water pipe; (4) Along the ROW of the southbound frontage road, rt of sta 21209+08, install 135' of 8" PVC sanitary sewer pipe, install 76' of 6" PVC sanitary sewer pipe and install 4 - 4' diameter manholes Attachment Eligibility Ratio Interstate Project On Interstate highways, Texas Transportation Code section 203.092 provides that utility reimbursement for facility relocation is dependent upon whether the relocation costs are eligible for Federal participation. Pursuant to current State and Federal law, Federal participation is 100% of all eligible costs. Attachment Betterment Calculation and Estimates Betterment does not exist in this Agreement. Attachment Proof of Property Interest On Interstate highways, Texas Transportation Code section 203.092 provides that utility reimbursement for facility relocation is dependent upon whether the relocation costs are eligible for Federal participation. No proof of property interest is required because pursuant to current State and Federal law, Federal participation is 100% of all eligible costs. Attachment Inclusion in Highway Construction Contract ATTACHMENT "I" (to be used only for Inclusion in Highway Construction Contract) This Attachment I amends that Standard Utility Agreement ("Agreement") between the State of Texas, acting by and through the Texas Transportation Commission ("State") and the City of Round Rock ("Utility"). Regardless of anything contained in the Agreement to the Contrary, the Parties agree that the Agreement is amended to be consistent with the following: In the best interest of both the State and the Utility, the Utility requests the State to include the plans and specifications for this work in the general contract for construction of Highway 135 in this area, so that the work can be coordinated with the other construction operations; and the construction contract is to be awarded by the State to the lowest qualified bidder who submits a proposal in conformity with the requirements and specifications for the work to be performed. Further, the parties agree that the existing 12" waterline, the existing 18" waterline, and the existing 8" wastewater line shall be relocated and adjustments shall be made along the proposed roadway improvement project. Since the project is located within the Interstate Highway right of way, all costs associated with the relocation of the aforesaid utility lines are 100% eligible for reimbursement by State, and are not the responsibility of the City. In addition there are no betterments proposed for the aforesaid utility lines. The Texas Transportation Commission agrees to be responsible for the design, construction, and relocation of the aforesaid utility lines. The relocated facilities shall be owned, operated, and maintained by Utility after completion and final acceptance by the State and Utility. Utility: City of Round Rock Name of Utility By: Authorized Signatur �AGW,LL-- Print or Type Name ' Title:(1,4i�l Date: ( L/ I h #nial Initial Date Date TxDOT Utility City of Round Rock 1 F ROUND ROCK TEXAS Agenda Item Summary Agenda Number: Title: Consider executing a Standard Utility Agreement with the Texas Department of Transportation for proposed highway improvements from FM 3406 to RM 1431. Type: City Manager Item Governing Body: City Manager Approval Agenda Date: 8/12/2016 Dept Director: Michael Thane, Director of Utilities and Environmental Services Cost: Indexes: Attachments: LAF_StandardUtilityAgmt_TxDOT_CM8.8.16.pdf, Standard UtilityAgmt_TxDOT_CM8.12.16.pdf Department: Utilities and Environmental Services Text of Legislative File CM -2016-1165 Consider executing a Standard Utility Agreement with the Texas Department of Transportation for proposed highway improvements from FM 3406 to RM 1431. TxDOT is currently working ramp reversals up and down the IH -35 corridor and is currently designing and preparing to bid a project including adding a shared access lane on Southbound IH 35. This work will require relocation of the City's water and wastewater lines immediately north of the Atmos Utility headquarters. TxDOT will be performing the design and construction work that is necessary for the water and wastewater line relocation. All work will be performed under the TxDOT construction contract. This agreement allows TxDOT to relocate our water and wastewater lines at no cost to the City. Staff Recommends Approval. City of Round Rock Page 1 Printed on 8/1112016