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