Loading...
HomeMy WebLinkAboutContract 42865-A5 (2)CITY SECRII TAIr CONTRACT NO, bluebonnet contractors, LLC Improving mobility in Texas texas Department 01 Transportation ,az,aAir TirjL. fl express • NORTH TARRANT EXPRESS NTE) PROJECT DATE: December 10, 2012 UTILITY ASSEMBLY: 820-U-0506-0005 City of Fort Worth Water Department Planning & Business Services 1000 Throckmorton Street Fort Worth, Texas 76102 (817) 392-8480 RIi lehnnnet rnntrartnrc i i 6851 NE Loop 820, Suite 102 North Richland Hills, Texas 76180 (817) 510-3557 Main (817) 510-3691 FAX City Secretary )4, Texas Department of Transportation Utility Assembly Cover Letter 820-U-0506-0005 In�Er,u;uu�un,I;r,ilt�I;i Bluebonnet Contractors, LLC 6851 NE Loop 820, Suite 102 North Richland Hills, Texas 76180 December 12, 2012 Mr. Donald C. Toner Jr. SR/WA Director -Strategic Projects Right of Way Texas Department of Transportation 3301 W. Airport Freeway Bedford, Texas 76201 express NTE Mobility Partners LLC 8713 Airport Freeway, Suite 100 North Richland Hills, Texas 76180 Subject: City of Fort Worth Utility Relocation Assembly North Tarrant Express Conflict Ds 1, 33, 34, 35, and 36 Utility Assembly No. 820-U-0506-0005 Dear Mr. Toner, NTE-12-5283 Bluebonnet Contractors, LLC is submitting the attached Utility Assembly in compliance with the CDA to adjust approximately 320 LF of 12" and approximately 124 LF of 8" CL 350 Ductile Iron water distribution water pipe, and approximately 262 LF of 8" CL 350 Ductile Iron wastewater line with Protecto 401 lining between NTE IH-820 Baseline Station 700+00 and Station 702+00. The existing lines are in conflict with the proposed City of Fort Worth Riverside Drive Bridge Construction Project and will be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). These facilities are in conflict with the North Tarrant Express Project and will be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The total estimated cost to replace this facility is $796,270.00. The final cost will be determined according to actual accumulated costs. The relocation is 100% compensable for the City of Ft. Worth. There are no betterments or salvage values associated with this utility adjustment. This 'Developer Managed' Assembly consists of thirteen components as required by the CDA (Assembly Summary, Utility Adjustment Agreement, Plans, Specifications, and Estimates, Affidavit of Property Interests, Statement of Work, Joint Use Acknowledgement, Assembly Checklist, No Conflict Sign -Off Forms, Right of Way Maps, TxDOT Checklist and Approval). Freese and Nichols, Inc. prepared the plans which were signed and sealed on December 12, 2012. Page 1 of 2 NTE Mobility Partners LLC and Bluebonnet Contractors, LLC recommend approval of the Assembly and have acknowledged the Traffic Control Plan as defined in Bluebonnet Contractors General Construction Notes on sheet 7 of the plans. The SW3P is also address in Bluebonnet Contractors General Notes under Environmental Notes sheet 7 of the plans. Both Bluebonnet Contractors and the City of Fort Worth have executed the Assembly. Bluebonnet Contractors, LLC and the City of Fort Worth will coordinate and conduct a pre - construction meeting to address NTE Safety and environmental issues prior to performing any adjustment related activities on the project. All safety, traffic control, and environmental issues will be complied with during construction activities in the vicinity of the line to maintain the integrity of the City of Fort Worth's facilities, and protect the traveling public. TxDOT has 10 business days to review and approve the Assembly. Bluebonnet Contractors expects to finish construction on the referenced utility conflict within approximately 120 days from the notice to proceed date from TxDOT. Recommended for Approval: Jose Carlos Esteban CEO Bluebonnet Contractors, LLC Scott Stockburger, P.E. Director of Utilities Bluebonnet Contractors, LLC Steve Hankins, P.E. COO NTE Mobility Partners LLC Page 2 of 2 December 13, 2012 Dr. Doug W. Wiersig, Ph.D., P.E. Director — Transportation & Public Works City of Fort Worth 1000 Tluockmorton St. Fort Worth, TX 76102 Frank Crumb, P.E. Director - Water Department City of Fort Worth City Hall — 2" Floor 1000 Tluoclunorton Street Fort Worth, TX 76102 RE: City of Ft. Worth Relocation Assembly North Tarrant Express Conflict IDs 1, 33, 34, 35, and 36 Utility Assembly No. 820-U-0506 (0005) Dear Dr. Wiersig and Mr. Crumb, Please find attached the proposed Utility Assembly No. 820-U-0506 (0005) that covers the work for the City of Fort Worth water and wastewater lines in conflict with the Riverside Project. This assembly is being submitted for your execution. Submission of this assembly by Bluebonnet is expressly conditioned on execution of the change order between TxDOT, NTEMP and NTEMP and BBC for the Riverside Bridge. Sincerely. Jo i s Esteban Chie : cutive Officer Blueb • ,� et Contractors, LLC NTE-Checklist Rev. 2/2011 Page 1 of 4 TxDOT UTILITY ADJUSTMENT CHECKLIST City of Fort Worth U-No.: 820-U-0506-0005 Utility Owner Name: City of Fort Worth County: Tarrant Jurisdictions: TxDOT Ft. Worth District (City of Fort Worth) Estimated Dollar Amount of Utility Adjustment/Cost to Developer: $796,270.00 ROW CSJ No.: 0008-14-093 Construction CSJ No.: 0008-14-059 Section or Segment Number: NTE — Segment West E Actual Cost or n Lump Sum (Check one) Federal -Aid ROW Project No.: N/A Alternate Procedure Approval Date: June 30, 2011 Highway Station Limits (To & From): NTE IH-820 BL STA 700+00 to STA 702+00 Description/Scope of Work: Adjustment of approximately 320 LF of 12" and 124 LF of 8" water distribution pipe, and 262 LF of 8" wastewater pipe. These facilities will be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). 1.Yes ® No N/Af 2. Yes ® No fl N/A 3.Yes ® NoL N/A (- 4.Yes ® No E N/AC Approved & current ROW Maps on file with TxDOT? Is the Utility Adjustment within the Facility ROW limits or directly related to work required within Facility ROW limits? Are explanations and clarifications included in the transmittal to describe unique conditions affecting the Utility? Have (4) identical originals of the Utility Assembly with plans been submitted, of which one original should be color -coded? NTE-Checklist Rev. 2/2011 Page 2 of 4 5.Yes ® NoEN/A(- Has the Developer's Utility Design Coordinator located on the plans the major items of material listed on the estimate by scaling or stationing? 6. Yes ® No C N/A (— Have the existing and proposed Utility facilities been plotted on the ROW map and attached with this submission. 7. Yes ® No N/A n Have the Utility Adjustments been designed for the Proposed Configuration? 8. Yes ® No E N/A [ Has the Utility Owner signed the plans for a Developer Managed MUAA (DM)? 9. Yes ^ No N/A ® Has the Utility Owner signed the plans for an Owner Managed (OM) MUAA that allows for the Developer to design for the Utility Adjustment? 10.Yes ® No 11.Yes ® NoL 12.Yes ® No[ N/A ❑ If the agreed sum method has been marked, has a detailed, itemized estimate and matching plans been provided? N/A C Is the Utility consultant -engineering contract reviewed and approved by the Developer's Utility Manager (UM)? N/A [ Are all forms submitted complete and correct for the situation/circumstance of the Utility Adjustment? 13. Yes (1 No ❑ N• /A ® Has the Statement Covering Utility Construction Contract Work (TxDOT Form ROW-U-48) been submitted for work completed by an owner -managed contractor? 14. Yes Z No n N• /A E Is the Utility Assembly folded so as to fit into an 8.5" x 11" file? 15. Yes n N• o ® N/A C Are any of the proposed Utility facilities installed longitudinally inside the control of access, excluding areas near ramp terminals? 16. Yes [1 N• o (— N• /A g Has Barlow's Formula information been submitted for unencased high-pressure pipelines? The following information is required to complete Barlow's formula. S=Yield Strength, Wall thickness = t, Outside Diameter = D, Design Factor = F. Maximum Operating Pressure must also be given and compared to the pressure calculated with Barlow's. The Barlow calculation must be shown with the submission. NTE-Checklist Rev. 2/2011 Page 3 of 4 17.Yes r N• on N/A® 18.Yes n N• o N/A® 19.Yes n Non N/A® 20. Yes Z No LI N/A 21. Yes ®No N/A n 22. Yes ® Non N/A n 23. Yes n No N/A El 24.Yes n No® N/A[ 25.Yes T No N/A® 26.Yes n N• on N/AIZ 27.Yes 7 No N/AZ 28.Yes n No N/An 29. Yes n N• on N/A 30. Yes ® No N/A n 31. Yes ® No N/A 32.Yes n Non N/AZ 33.Yes ® Non N/AC 34. Yes ® No N/A C If the pipeline is unencased, is there adequate coating, wrapping and cathodic protection? Are replacement Utility ROW charges justified and supported? If yes to #18, is an affidavit and an ownership instrument (i.e. easement, license or deed) included? Do Utility Adjustment plans demonstrate Utility Accommodation Rules compliance, including minimum depth of cover from proposed grade and casing requirements? Is the proposed Utility Adjustment shown on the plans with stationing and offsets from centerline, edge of pavement, or ROW lines? Are backfill requirements met? Is a schedule of work provided by/required of the Utility Company if the Utility Adjustment is large and complex? Is a Betterment credit applicable? If yes to #24, is the credit calculated and applied properly? Is accrued depreciation credit applicable? if accrued depreciation is applicable, is credit applied properly? Is salvage credit applicable? If salvage credit applicable, is the credit applied properly? Are overheads and loadings checked for reasonableness? Are cost estimate extensions checked? Is a correct & recorded Quitclaim Deed (TxDOT Form ROW-N-30) submitted, if required? Has a recommendation for approval been stated on the transmittal memorandum? Is the Utility Adjustment in only one jurisdiction? NTE-Checklist Rev. 2/2011 Page 4 of 4 35. Yes ❑ No ❑ N/A If the Utility Adjustment is in more than one jurisdiction, have the percentages in each jurisdiction been detailed in the transmittal memorandum? 36. Yes ® No ❑ N/A ❑ Are the sign -off forms attached? 37. Yes ® No ❑ N/A ❑ Have the plans for the Utility Adjustment been sealed by a Registered Professional Engineer? Prepared by: Approved by: Utility Design Coordinator Utility Manager Recommended for Approval bar• Date: 12 h 4D1 L Comments: 491, At: 4_?,& c.ua.Iity Control Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 1 of 22 Rev.4/10/10 County: TARRANT ROW CSJ No.: 0008-14-093 Const. CSJ No.: 0008-14-059 Highway: IH 820 Limits: From IH 35W to Southwestern Railroad (DART) MASTER UTILITY ADJUSTMENT AGREEMENT (Developer Managed) Agreement No.: 820-U-0506 THIS AGREEMENT, by and between NTE Mobility Partners LL "Developer", Bluebonnet Contractors, LLC, hereinafter identified as the City of Fort Worth, hereinafter identified as the "Owner", is as follows: WITNESSETH WHEREAS, the STATE OF TEXAS, acting by and through hereinafter identified as "TxDOT", is authorized to turnpike projects as part of the state highway sys with the provisions of Chapters 203 and 223, Te WHEREAS, the TxDOT proposes to co Project (the "Facility"); and WHEREAS, pursuant to that certain Compr and the Developer with respec ce Facility to design, construct, finance ope "> •tr ,intai WHEREAS, the Dev er's duties other necessary adju xisting subject to the provisio uan i 'ties im ti oug1to ransporta reinafter ign-B • Texas Department n.. , operate, r 411.1 eof Code, entified as the ontractor" and ransportation, ntain, and improve all in conformance ed; and ect identified as the North Tarrant Express Deveiient Agreement by and between TxDOT "), th' Developer has undertaken the obligation ty; and CDA include causing the removal, relocation, or cted by the Facility (collectively, "Adjustment"), WHEREAV pursuant to ottrtain'i9 }gn-Build Contract by and between the Developer and the Design llt epntractor espect to the Facility (the "Design -Build Contract"), the Design -Build Contr.etbr has undertaken obligation to design and construct the Facility, which includes the Adju ent at..9AsigrOhld actor's expense, subject to the provisions herein; and WHERE r', r e Facility ill: y receive Federal funding, financing and/or credit assistance; and WHEREAS, ih [�:1312i-Build Contractor and the Owner agree to enter into this Master Utility Adjustment Agreement ("MUAA") which provides an overall scope of the Facility and, by necessity, includes at least one Adjustment, detailed herein; and WHEREAS, additional Adjustments of Owner Utilities will be memorialized by amendments to this MUAA, known as Utility Adjustment Amendment Agreements ("UAAA"); and WHEREAS, the Design -Build Contractor has notified the Owner that certain of its facilities and appurtenances (the "Owner Utilities") are in locational conflict with the Facility (and/or with the "Ultimate Configuration" as such term is defined in the CDA of the Facility), and the Owner has requested that the Developer and the Design -Build Contractor undertake the Adjustment of the Owner Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 2 of 22 Rev.4/10/10 Utilities pursuant to §203.092, Texas Transportation Code, as amended, and Rule 21.23 of Title 43„ as necessary to accommodate the Facility (and the Ultimate Configuration); and WHEREAS, Owner Utilities and the proposed Adjustment of the Owner Utilities are located within the Facility generally described as follows: the expansion of IH-820 from Mark IV Parkway east to the Fort Worth City Limits at North Beach Street; total footage along I11-820 of approximately 9,357 LF, as shown on Exhibit "A" attached hereto and incorporated herein; and WHEREAS, the Owner, Developer and Design -Build Contractor recognize that time is of the essence in completing the work contemplated herein; and WHEREAS, the Developer, the Design -Build Contractor and the Own Adjustment of the Owner Utilities by entering into this Agreement. AGREEMENT NOW, THEREFORE, in consideration of these premises an the parties hereto and other good and valuable consideration, hereby acknowledged, the Developer, the Design-Buil The first locational conflict requiring an Adju follows: 1. Conflict 89 - Adjust approximate existing water line crossing IH 8 Utility BL STA 731+52) is in conflic adjusted in complianc ith TxDO adjustment will incl in, lation transmission line in 600 'We to STA 730+98 (proposed c"oso the adjustment71v require a t Fossil Vista Dr, i I) _ ion. being abandon durin roadway enara or so str ion of Pla /! Ti ` '1.'gn acceptahl- to plans, • A., six any tions t of an line tv ach sire to implement the the mutual coven ceipt and sufficie the Owner a ee cements of which being s follows: wn as Conflict 89 as of 36" water transmission line. The t (existing crossing IH 820 at NTE rant Express Project and is to be modation Rules (UAR). The imately 720 linear feet of water 'hg from NTE Utility BL STA 730+82 NTE Utility BL STA 730+70). In addition, service connection near the Beach St. and of the existing line in conflict that are not provisions within this assembly will be removed [Check one box that applies:] ild Contractor has hired LTRA / Pacheco Koch engineering firm(s) e Owner to perform engineering services needed for the preparation of uired specifications, and cost estimates ("Plans") for the proposed nt(s) of the Owner Utilities. The Design -Build Contractor represents and is that the Plans will conform to the most recent Utility Accommodation Rules issued by the Texas Department of Transportation ("TxDOT"), set forth in 43 Tex. Admin. Code Part 1, Chapter 21, Subchapter C et seq., (the "UAR"). By the signing of the Plans, the Owner hereby approves the Plans and confirms that the Plans are in compliance with the "standards" described in Paragraph 3(d). The Plans for Conflict 89 are attached hereto as Exhibit "C", incorporated herein. ❑ The Owner has provided plans, required specifications and cost estimates, attached hereto as Exhibit C (collectively, the "Plans"), for the proposed Adjustment of the Owner Utilities. The Owner represents and warrants that the Plans conform to the Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 3 of 22 Rev.4/10/10 UAR. By its execution of this Agreement, the Developer and the Design -Build Contractor hereby approve the Plans. The Owner also has provided to the Design - Build Contractor a utility plan view map illustrating the location of existing and proposed utility facilities on the Developer's right of way map of the Facility. With regard to its preparation of the Plans, the Owner represents as follows [check one box that applies]: ❑ The Owner's employees were utilized to prepare the Plans, and the charges therefore do not exceed the Owner's typical costs for such work. D The Owner utilized consulting engineers to prepare such work are not based upon a percentage of const fees encompass only the work necessary to prep the Owner Utilities described herein, and do n any other project. The fees of the consulting en comparable to the fees typically charged by consult the Facility for comparable work for the Owner. 2. Review by TxDOT. The parties hereto acknowledge (a) (a) Upon execution of this Agree Build Contractor and the Owner, t together with the attached Plan package referred to as a "Utili to modify this Agreement d/or parties, to respond to an generality of the foregoin acceptance) to any modifie Contractor in r nse to T receipt of suc Owner agrees to modified Plans to (b) sub • l�,t. • days modifie be deem: tl Flans whi he right to h 'nail g, Develope Develop i .,t 1., ,e ,r1 an 12 Jails, and the fees for n costs. Further, such Plans f•r Adjustment of elude fee f`� work done on .� asonable and are < <.,t eers in th l .tale of rs ree as follows: 1;, , , by the D l c emit thi its '�j parties th ve per, the Design- eement or UAAA, tt� approval as part of a o cooperate in good faith necessary an mutually acceptable to all y TxDOT thereon. Without limiting the agrees to respond " (with comment and/or eement prepared by the Design -Build 'thin fourteen (14) business days after wner originally prepared the Plans, the se to TxDOT comments and to submit such k t �1 ontractor for its comment and/or approval (and re - co r and/or approval) within fourteen (14) business comments. The Owner's failure to timely respond to any 1l Design -Build Contractor pursuant to this paragraph shall val of same. If the Owner fails to timely prepare modified its respons` bility hereunder, then the Design -Build Contractor shall have dify the Plans for the Owner's approval as if the Design -Build Contractor epared the Plans. The Design -Build Contractor shall be responsible for is to and obtaining comments on and approval of the Plans from the Approval of the Plans by the Design -Build Contractor shall be deemed to be pproval of the Plans. The process set forth in this paragraph will be repeated Owner, the Developer, the Design -Build Contractor and TxDOT have all ed this Agreement and accepted the Plans. (b) The parties hereto acknowledge and agree that TxDOT's review, comments, and/or approval of a Utility Assembly or any component thereof is solely for the purpose of ascertaining matters of particular concern to TxDOT, and TxDOT has, and by its review, comments and/or approval of such Utility Assembly or any component thereof, undertakes no duty to review the Utility Assembly or its components for their quality or for the adequacy of adjusted utility facilities (as designed) for the purposes for which they are intended to be used or for compliance with law or applicable standards (other than TxDOT requirements). 1 t TxDOT TxDO embly". 1an en he O • Vac Ehc ..tions; Ai • '1ll( "ids, ' • ` 1)- •" 0 of TxD e S1 d by T Ian (i an res ent it 1U the • Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 4 of 22 Rev,4/10/10 3. Design and Construction Standards. All design and construction performed for the Adjustment work which is the subject of this Agreement shall comply with and conform to the following: (c) (a) All applicable local and state laws, regulations, decrees, ordinances and policies, including the UAR, the Utility Manual issued by TxDOT (to the extent its requirements are mandatory for the Adjustment necessitated by the Facility, as communicated to the Owner by the Developer, the Design -Build Contractor or TxDOT), the requirements of the CDA, and the policies of TxDOT; (d) (b) All Federal laws, regulations, decrees, ordinances and policies applicable to projects receiving Federal funding, financing and/or credit assistance (including without limitation 23 CFR 645 Subparts A and B, incorporated herein by this reference); (e) (c) The terms of all governmental permits or other approv. 3 as well as any private approvals of third parties necessary for such work; and (f) (d) The standard specifications, standards of pract • and cons , ction methods (collectively, "standards") which the Owner customarih applies utility facilities comparable to the Owner Utilities that are constructed by ' i ,0 w c,e ,t for the Owner by its contractors at the Owner's expense, and which the Owtt j• as submi to the Design -Build Contractor in writing. (g) (e) Exhibits for this Agreement, any U ° 4--„, final plans, and . trigs shall be provided in a format that can be reproduc. d black and white `,tot t as per City standard. Drawings should include a ,e d b - p ed to that s . le. Street names are to be included on all exhibits. 4. Such design and construction also shal and construction of the Facility, the other utilities being installed in t receipt from the Design -Build Co as necessary to comply with the standards referenced in ,a • gree Con for Cos (hereinafter defined), the pa identified in 4ui3 .•,. eement or An allocationay be as detailed in t'ti:, Agre such costs. The ,t3 n t, G7 ,t1 Design- :11 Agreement, ins: relinquis I ,c;3 d s T l� onsisten c11�' I at compa`'hl �'+ith (i) the current design figuration" sr the Facility, and (iii) any pon delivery, the Owner shall acknowledge .lans and Ultimate Configuration documents �:. of any inconsistency among any of the n standard shall apply. ce e vie ' `o� of Fac for,toiii In men strin r . With the exception of any Betterment the cost of any Adjustment between themselves as dance with § 203.092, Texas Transportation Code. ed by application of an Eligibility Ratio, if appropriate, . TxDOT shall have no liability to the Owner for any cknowledges that it shall be entitled to compensation only 1 contractor for any Adjustment costs for the Owner Utilities covered by ding costs with respect to real property interests (either acquired or 'fically acknowledges that it shall not be entitled to compensation or zUDT or the State of Texas. : (Cr i sha U s, m to Wo 5. Construction b `1' - Design -Build Contractor. (h) e Owner hereby requests that the Design -Build Contractor perform the action necessary to adjust the Owner Utilities and the Design -Build Contractor hereby agrees to perform such construction. All construction work hereunder shall be performed in a good and workmanlike manner, and in accordance with the Plans (except as modified pursuant to Paragraph 16). (i) (b) The Design -Build Contractor shall retain such contractor or contractors as are necessary to adjust the Owner Utilities, in accordance with the CDA. Any contractor(s) retained by the Design -Build Contractor must come from the Owner's current prequalification list and meet the Owner's contractor pre -qualification requirements appropriate for the work the contractor(s) will perform. Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 5 of 22 Rev.4/10/10 (m) (n) (c) The Design -Build Contractor shall obtain all permits necessary for the construction to be performed by the Design -Build Contractor hereunder, and the Owner shall cooperate in that process as needed. (d) Design -Build Contractor shall require that any Contractor that performs work on the Adjustment of Owner's Utilities under a subcontract with Design -Build Contractor furnish a payment and performance bond in the names of the Design -Build Contractor and Owner for one hundred percent (100%) of the contract price of the infrastructure, and a maintenance bond in the name of the City for one hundred percent (100%) of the contract price of the infrastructure for a period of two (2) years insuring the maintenance and repair of the constructed infrastructure during the term of t t,4 aintenance bond. All bonds to be furnished before work is commenced and t. et the requirements of Chapter 2253, Texas Government Code. (e) Design -Build Contractor shall require the contrac construction work contemplated herein to provide insurance amounts noted in Exhibit D "Insurance Requirements". The additional insured on all insurance requ << iy said documen evidenced on the ACORD Certificate of Insura'upplied by the co provider, a copy of which shall be pro ' ( c e 0 'i r, 6. Reimbursement of Owner's Indirect (o) (a) Design -Build Contract engineering, inspection, to requested by the Owne payment will not exceed indirect work is complete, Intermediate p jn is shall the intermedia (p) (b) Unless o indirect costs assoc purs 1[li 's e method elate g, rees to as thly c the to perform the o or in ex ,t). of the I. -r shall i amed as s e will be • 1i or's insurance urse the r its indirect costs (e.g., ified in this • greement or UAAA. When s payments will be made. The monthly ted indirect work done to date. Once the he eligible indirect costs will be made. mal payment for any items included in in "t Agreement or any UAAA, the Owner's tment of the Owner Utilities shall be developed scribed below [check only one box]: `bdirect costs accumulated in accordance with (i) a work procedure prescribed by the applicable Federal or State body, or (ii) established accounting procedure developed by the and which the Owner uses in its regular operations or, he agreed sum of $ ("Agreed Sum") as supported by the analysis wner's estimated costs attached hereto as part of this Agreement or (q) indirect costs charged to the Design -Build Contractor by the Owner shall be le and shall be computed using rates and schedules not exceeding those applicable to similar work performed by or for the Owner at the Owner's expense, Design -Build Contractor's performance of the Adjustment work hereunder and payment of the Design -Build Contractor's share of the Owner's costs pursuant to this Agreement, if applicable, shall be full compensation to the Owner for all costs incurred by the Owner in Adjusting the Owner Utilities (including without limitation costs of relinquishing and/or acquiring right of way), and TxDOT shall have no liability to the Owner for any such costs. (r) (d) Eligible Owner indirect costs shall include only those authorized under 23 C.F.R. Part 645, Subpart A. The Owner agrees that costs referenced in 23 C.F.R. Section Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 6 of 22 Rev.4/10/10 645.117(d)(2) are not eligible for reimbursement. These regulations can be found at: httn://www.access.gpo.gov/nara/cfr/waisidx_04/23cfr645_04.html 7. Advancement of Funds by Owner for Construction Costs. This Agreement or any UAAA shall identify all estimated engineering and construction -related costs, including labor, material, equipment and other miscellaneous construction items. This Agreement or any UAAA shall also identify the Owner's and Design -Build Contractor's respective shares of the estimated costs. (s) (a) Advancement of Owner's Share, if any, of Estimated Costs Exhibit C shall identify all estimated engineering and including labor, material, equipment and other miscellaneous C shall also identify the Owner's and Design -Build Contr estimated costs. The Owner shall advance to the Design -Build Contractor it estimated costs for construction and engineering work to be Contractor, in accordance with the following s: c ruction -related costs, traction items. Exhibit respec 've shares of the The adjustment of the Owner's Utilitie s not require adva share, if a ed by D �s , of the -Build nt of funds. ❑ The adjustment of the Owne r -PC 'I es s' z‘ equire adv. it, ement of funds and the terms agreed to betw11.3c. -Bui tl `'ontra Is r and Owner are listed below. [Insert terms of advance ndin. be . :;n d between D=sign-Build Contractor and Owner.] (t) (b) Adjustment Based Agreed Sum [Check the one as sropriate p ❑ The O cost for completion Agreeme f any, ragra the ment offunds is required]: yr x - sponsih - fo ' i s share of the Design -Build Contractor's actual 11 •'nsi.tc -nt, in luding" •e identified Betterment. Accordingly, upon 1 lh : c1 t work to be performed by both parties pursuant to t, , the Ow* er shall pay to the Design -Build Contractor the • hich the actual cost of the Betterment (as . determined in actual cost of Owner's share of the Adjustment (based forth in Exhibit A) exceeds the estimated cost advanced by r, or (u the Design -Build Contractor shall refund to the Owner the t, if any, by which such advance exceeds such actual cost, as applicable. eed Sum is the agreed and final amount due for the Adjustment, any Betterment, under this Agreement. Accordingly, no adjustment er up or down) of such amount shall be made based on actual costs. 8. Invoi tM, pnraa l invoice submitted by the Owner shall be prepared in the form and manner prescribe. 23 C.FR. Part 645, Subpart A. On invoices prepared by either the Owner or the Design -Build Contractor, all costs developed using the "Actual Cost" method shall be itemized in a format allowing for comparisons to the approved Estimates, including listing each of the services performed, the amount of time spent and the date on which the service was performed. The original and three (3) copies of each invoice, together with (1) such supporting information to substantiate all invoices as reasonably requested, and (2) such waivers and releases of liens as the other party may reasonably require, shall be submitted to the other party at the address for notices stated in Paragraph 22, unless otherwise directed pursuant to Paragraph 22. The Owner and the Design -Build Contractor shall make commercially reasonable efforts to submit final invoices not later than one hundred twenty (120) days after completion of work. The Owner and the Design- Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 7 of 22 Rev.4/10/10 Build Contractor hereby acknowledge and agree that any costs not submitted to the other party within eighteen months following completion of all Adjustment work to be performed by the parties pursuant to this Agreement shall be deemed to have been abandoned and waived. 9. Betterment and Salvage. (u) (a) For purposes of this Agreement, the term "Betterment" means any upgrading of an Owner Utility being adjusted that is not attributable to the construction of the Facility and is made solely for the benefit of and at the election of the Owner, including but not limited to an increase in the capacity, capability, efficiency or function of the adjusted Utility over that provided by the existing Utility facility or an ex . ansion of the existing Utility facility; provided, however, that the following are not co sip ered Betterments: (i) any upgrading which is required for accommodati (ii) replacement devices or materials that are of eq identical; (iii) replacement of devices or material next highest grade or size; (iv) (v) Any Paragr devices any upgrading required by replacement devices o non -stocked items any upgrading r requirements of Para chang existing Facility. .L.. It ontractor therefor. N lt i or th nstrain require sched longer regularly are use. is to purchase ds although not asons of economy (e.g., Owner's written "standards" meeting the esign- : uild Contractor to avoid conflicts with sties, storm drainage or other features of the Owner's written "standards" meeting the requirements of e to to be of direct benefit to the Facility. Any replacement reasons of economy shall be pre -approved by Owner. agreed that neither the Developer nor the Design -Build all pay for any Betterments and that the Owner shall be solely responsible Betterment may be performed hereunder which is incompatible with the Ultimate Configuration or which cannot be performed within the other of applicable law, any applicable governmental approvals, and the 08 imposed on the Developer by the CDA, including without limitation the requirements thereunder. Accordingly, the parties to this Agreement or any agree to check the box that applies on this Agreement or UAAA: . sot tt tlimrequired 3(d) tta' • e de material: l aor is, ,undbrstoo • The Adjustment of the Owner Utilities pursuant to the Exhibit C Plans does not include any Betterment. The Adjustment of the Owner Utilities pursuant to the Plans includes Betterment to the Owner Utilities by reason of [insert explanation, e.g. "replacing 12" pipe with 24" pipe]: . The Design -Build Contractor has provided to the Owner comparative estimates for (i) all work to be performed by the Design -Build Contractor pursuant to this Agreement, including work attributable to the Betterment, and (ii) the cost to perform such work without the Betterment, which Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 8 of 22 Rev.4/10/10 estimates are hereby approved by the Owner. The estimated cost of the Design - Build Contractor's work hereunder which is attributable to Betterment is $ calculated by subtracting (ii) from (i). The percentage of the total cost of the Design -Build Contractor's work hereunder which is attributable to Betterment is %, calculated by subtracting (ii) from (i), which remainder is divided by (i). (w) (c) If Paragraph 9(b) identifies Betterment, the Owner shall advance to the Design - Build Contractor, at least fourteen (14) business days prior to the date scheduled for commencement of construction for Adjustment of the Owner Utilities, the estimated cost attributable to Betterment as set forth in Paragraph 9(b). Should the Owner fail to (y) advance payment to the Design -Build Contractor fourteen (1 commencement of the Adjustment construction, the Design the option of commencing and completing (without delay installation of the applicable Betterment. [If Paragraph the one appropriate provision]: L ileb �) siness days prior to ?t" Y Contractor shall have Adjustm nt work without identifieA tterment, check ❑ The estimated cost stated in Paragraph 9(b) is the agr for Betterment hereunder, and accorc it ply no adjustment such amount shall be made based on ac ` i costs. ❑ The Owner is responsible identified Betterment. be performed by both p to the Design-Buil. Betterment (dete estimated cost adv refund to the Owne actual as applic within I tale Contracto refund shal stment wo b r ".'S 1014.,: J l c loiSe ilk ,r 4t 1 due ild Co ; . ij . i c t e dingly, pursua the i the ni 7irY ab ; th ereun ni Con om11. 4 • -B c this Agr nt, if any, b nd fina r -r .1;) unt due or down) of tr Contra or actual cost for the ��`� 1 Adjustment work to (i) the Owner shall pay which the actual cost of the d below in this paragraph) exceeds the er, or (ii) the Design -Build Contractor shall , by which such advance exceeds such al payment by the Owner shall be due a fter the Owner's receipt of the Design -Build for, ether with supporting documentation; any sixty (60) calendar days after completion of the The actual cost of Betterment incurred by the or shall be calculated by multiplying (i) the Betterment graph 9(b), by (ii) the actual cost of all work performed Contractor pursuant to this Agreement (including work etterment), as invoiced by the Design -Build Contractor to the 7 centa a� - • ig -t ►. ; `t`i�i thle to the -1;4 at Ow m e as d cat vh - Di, f unt,'• addi`iot • Par; i aph 9(b) identifies Betterment, the amount of Betterment in Owner's 1,1,11 - ' i o.ts 11;11 be determined by applying the percentage of the Betterment calculated in Paragr p 90). The Owner's invoice to the Design -Build Contractor for the Design - Build C it actor's share of the Owner's indirect costs shall credit the Design -Build Y r .: u.( with any Betterment amount determined pursuant to this Paragraph 9(d). For any Adjustment from which the Owner recovers any materials and/or parts and retains or sells the same, after application of any applicable Betterment credit, the Owner's invoice to the Design -Build Contractor for its costs shall credit the Design -Build Contractor with the salvage value for such materials and/or parts, determined in accordance with 23 C.F.R. Section 645.105(j). (z) (f) The determinations and calculations of Betterment described in this Paragraph 9 shall exclude right of way acquisition costs. Betterment in connection with right-of-way acquisition is addressed in Paragraph 15. Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 9 of 22 Rev.4/10/10 10. Management of the Adjustment Work. The Design -Build Contractor will provide project management during the Adjustment of the Owner Utilities. 11. Utility Investigations. At the Design -Build Contractor's request, the Owner shall assist the Design -Build Contractor in horizontally locating any Utilities (including appurtenances) which are owned and/or operated by Owner and may be impacted by the Facility. Without limiting the generality of the foregoing, in order to help assure that neither the adjusted Owner Utilities nor existing, unadjusted utilities owned or operated by the Owner are damaged during construction of the Facility, the Owner shall mark in the field the location of all such utilities horizontally on the ground in advance of Facility construction in the immediate area of such utilities. 12. Inspection and Acceptance by the Owner. (aa) (a) Throughout the Adjustment construction here adequate inspection of such construction. The work inspector(s) at least once each working day, and mo necessary for prudent installation. The Design -Build Cont Owner's standard advance notice timeframe of forty-eight h inspection. Further, upon request by the D -Build Cont Owner shall furnish an inspector at any able time underway pursuant to this Agree underway in excess of the usual f. reasonably required. The Owner a? of any concerns resulting from (bb) (b) The Owner shall rfo including conducting any days after completion o construction if it is consiste by giving writt " t' f • r e,o Ice o sup, th p writing ten (10) day p not later than Contractor in if the sug c.eershal s r clu re u c )? - the ny be insp Ow r shall provide by the Owner's inspections are ill compl .a,ith the or to "quested its sso' ` actors, the sl o•nstruction is en construction is such other times as sign -Build Contractor ec cl o 'l13 '.,F.nrc 7 ractor nt in wh occasions rw ptly n eek an t : U- ;nn. ma .ttt,. ection of th adjusted Owner Utilities, or appropriate, within ten (10) business do reunder. The Owner shall accept such ance standards described in Paragraph 3, �, ..;e Design -Build Contractor within said e' < <. accept the construction, then the Owner shall, (10) day period, notify the Design -Build r non -acceptance and suggestions for correcting the 'ons are justified, the Design -Build Contractor will spect any revised construction (and re -test if appropriate) of later than ten (10) business days after completion of are ctio ac c' e ►do c e o ` aid e Own is d 10 tanc co ,_C nce after the Owner's acceptance of an adjusted Owner Utility, the Owner pt ownership, full operation, and general maintenance responsibility s or maintenance required due to a latent defect in the work performed Contractor) for such Owner Utility; provided, however, that repairs or s to the accepted Owner Utility required for final completion of the paving, ewalks and any appurtenances shall remain the responsibility of the Design- o tractor. Upon notice to and inspection by the Owner that the final paving has e completed, Owner shall inspect and, if acceptable, finally accept the adjusted Owner Utilities. The maintenance bond time period (as provided pursuant to Sec. 5 (d), above) shall begin upon Owner's first acceptance of the adjusted Owner Utility. 13. Design Changes. The Design -Build Contractor will be responsible for additional Adjustment design and the Design -Build Contractor will be responsible for additional construction costs necessitated by design changes to the Facility, upon the terms specified herein. prob compl and gi correctiv (e) Fr agrees to or ib,; -s',1 : modifica Ili u includin . r 14. Field Modifications. The Design -Build Contractor shall provide the Owner and the Developer with documentation of any field modifications, including Utility Adjustment Field Modifications Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 10 of 22 Rev.4/10/10 as well as minor changes described in Paragraph 16(b), occurring in the Adjustment of the Owner Utilities. 15. Real Pronertv Interests. (dd) (a) Upon request, the Owner will endeavor to provide to Design -Build Contractor documents showing Owner's ownership of the Real Property. Design -Build Contractor shall procure documentation acceptable to TxDOT indicating any right, title or interest in real property claimed by the Owner with respect to the Owner Utilities in their existing location(s). Such claims are subject to TxDOT's approval as part of its review of the Developer and Design -Build Contractor Utility Assembly as described in Paragraph 2. Claims approved by TxDOT as to rights or interests are referr: d to herein as "Existing Interests". (ee) (b) If acquisition of any new easement or other Interest") is necessary for the Adjustment of any Owner responsible for undertaking such acquisition. Design-Bui with New Interest acquisitions if requested by Owner. T acquisition hereunder expeditiously so that related Adjustment (ff) t in real property ("New !ties, the tl Owner shall be t�" may assist Owner all imple t each tructio i proceed a tl' schedules. 'i� in Paragraph Interest (including nable legal costs as costs attributable to provisions of Paragraph osts shall be subject to the Design -Build e acquisition costs shall be segregated from voices. Any such New Interest shall have a • ' ance with applicable law. �c . share only for a replacement in kind of iul e), unless a New Interest exceeding such odate the Facility or by compliance with by the Design -Build Contractor in the interest of Homy. y New Interest which is not the Design -Build ;1. suant to the preceding sentence shall be considered a upgrades the Existing Interest which it replaces, or in its �r Utility was not installed pursuant to an Existing Interest. shall be solely the Owner's responsibility. Existing Interest located within the final Facility right of way, upon n e related Adjustment work and its acceptance by the Owner, the Owner a quitclaim deed or other appropriate documentation relinquishing such �'' res to TxDOT, unless the affected Owner Utility is remaining in its original " is being reinstalled in a new location within the area subject to such Existing All quitclaim deeds or other relinquishment documents shall be subject to Ts approval as part of its review of the Utility Assembly as described in Paragraph 2. For each such Existing Interest relinquished by the Owner, the Design -Build Contractor shall do one of the following to compensate the Owner for such Existing Interest, as appropriate: in accordance with the Developer's and the The Design -Build Contractor shall be response 4) of the actual and reasonable acqu without limitation the Owner's rea well as compensation paid to Betterment as described in Par 15(e); provided, however, Contractor's prior written other costs on the Owner' written valuation and shall Build Con (c) The D an Existing In standard (i) is re applicable law, or over. ll E'r, �'lity pro Contra��,t.r i,:� Bette entirety i $;ettermen d) For �t,tte a tom Existing location (i) 0 t1 0 ec ch b t, c appi� i':. in jecnsibili i) ca -, tha 1:- Id` at al val. de it eo landow h 15(c), isi r, es cto i� th 'a r. a a m acc a 11 pa ►1 Z • • 0 eTC • Jtt he cl :c- sntr. '001 n-Build Contract l= , or its share (as s (0any such N- ead Olq les and Lei: , exc subject sp «l If the Owner acquires a New Interest for the affected Owner Utility, the Design - Build Contractor shall reimburse the Owner for the Design -Build Contractor's share of the Owner's actual and reasonable acquisition costs in accordance with Paragraph 15(c); or Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 11 of 22 Rev.4/10/10 (ii) If the Owner does not acquire a New Interest for the affected Owner Utility, the Design -Build Contractor shall compensate the Owner for the Design -Build Contractor's share of the fair market value of such relinquished Existing Interest, as mutually agreed between the Owner and the Design -Build Contractor and supported by a written valuation. The compensation provided to the Owner pursuant to either subparagraph (i) or subparagraph (ii) above shall constitute complete compensation to the Owner for the relinquished Existing Interest and any New Interest, and no further compensation shall be due to the Owner from the Developer, the Design -Build Contractor or TxDOT on account of such Existing Interest or New Interest(s). (hh) (e) The Owner shall execute a Utility Joint Use Ackno at :ment (ROW-U-JUAA) for each Adjustment where required pursuant to TxDOT or ies. All tility Joint Use Acknowledgments shall be subject to TxDOT approval s • rt of its .,v*-w of the Utility Assembly as described in Paragraph 2. 16. Amendments and Modifications. This Agreement written instrument executed by the parties hereto Paragraph 16(b) below. (ii) (a) Except as otherwise modification to this Agreement Utility Adjustment Agreement (TxDOT-CDA-U-35A-DM). concurrence of the Develo r, Design and Construction review and approval of T to any work being initiated each UAAA se ely from o (b) For pu > this P shall mean any h Assembly previous r cond tin s of accurate ali t . ` 1 in. wat A Utili Contractor lave been additional e not sh r provi or • iil� may be amende accordance P • ch cicd -' WI h it . �i i t aph 16(b), reto sh ' h i� modifi a y by a 16(a) or y amendment or implemented by a of Exhibit B hereto new scope of work with d Contractor and TxDOT as long as the is s till not changed. Each UAAA is subject to the ecoming effective for any purpose and prior wner agrees to keep and track costs for rformed. p'1 (b), "Utility Adjustment Field Modification" change from the Plans included in a Utility xDOT, due either to design of the Facility or to flecte i the approved Utility Assembly (e.g., shifting the e to miss a modified or new roadway drainage structure). ification agreed upon by the Developer, the Design -Build does not require a UAAA, provided that the modified Plans OT for its review and comment. A minor change (e.g., an valve, an added utility marker at a ROW line, a change in vertical bend, considered a Utility Adjustment Field Modification and will not require a !be shown in the documentation required pursuant to Paragraph 14. er. k it° ,4 , 0 n 17: . ro ld tted to T 17. Relationship of C h t Parties. hough some of the duties described in this Agreement are assigned ally to either the Developer or the Design -Build Contractor, the obligation under this Agreement to design and construct the Facility at the Developer's or Design -Build Contractor's expense, including the Adjustment, is jointly shared by the Developer and the Design -Build Contractor. To the extent Design -Build Contractor fails to perform an express duty or obligation of this Agreement, the Developer is authorized and obligated to provide such performance. Nothing in this Paragraph 17(a) however, alters or shall be construed in any way to alter the obligations, responsibilities, benefits, rights, remedies, and claims between Developer and the Design -Build Contractor under the Design -Build Contract to perform and pay for the Adjustment. (kk) th sibil r r a dment ( AAA fo or to ap bein des �.1 n be use Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 12 of 22 Rev.4/10/10 (11) (b) Except as provided in Paragraph 17(a) above, this Agreement does not in any way, and shall not be construed to, create a principal/agent or joint venture relationship between the Owner and the other parties hereto and under no circumstances shall the Owner, the Design -Build Contractor or the Developer be considered as or represent itself to be an agent of another. (mm) (c) Neither this Agreement nor the Design -Build Contract alters, or shall be construed in any way to alter the obligations, responsibilities, benefits, rights, remedies, and claims between the Developer and TxDOT under the CDA to design and construct the Facility, including the Adjustment. 18. Entire Agreement. This Agreement embodies the entire agreement there are no oral or written agreements between the parties or any re not expressly set forth herein. 19. Assignment; Binding Effect; TxDOT as Third Party Benefice' Developer or the Design -Build Contractor may assign any of its duties under this Agreement without the prior written consent of the of which consent may not be unreasonably withhel Developer and the Design -Builder may assign any duties to TxDOT or to any other entity engag e under the CDA, at any time without the pri• �� • e' the Owner. This Agreement shall bind the 0 successors and permitted assig subsequently provided by any p remedies, or claims to any other limitation, any contract other part provided, however, th although TxDOT is not 1 beneficiary to this Agreeme t ,c 20. Breach by th i, er, 113, d n ato peq.o6 it ' >t-tai ner, th .3.0 thi 0 ween the parties and tations made which are ei �tls c' r vi.: delayed; pro t r rights and/or fulfill the D er , but the 0177a bT,te tom. `, that the any of their er's obligations providing notice to 0 d velo o. • s eve p the Design -Build Contractor and their c lh �t n this Agreement nor in any approval s all .e a construed as giving any benefits, rights, 11)( ation or other entity, including, without tt ,'`adjustment work or the public in general; a an. the Design -Build Contractor agree that gree" -nt, TxDOT is intended to be a third -party eve' se c for t (nn) (a) e" , a uu s that the Developer or the Design -Build Contractor has eached . T1. o'D 1 s obliga ions under this Agreement (the "Defaulting Party"), the Owner will notify '� etc Developer, the Design -Build Contractor and TxDOT in writing of such br-, csc, .nd 'Th Defaulting Party shall have 30 days following receipt of such notice in - Y 't-) azure m. Bch breach, before the Owner may invoke any remedies which may be lzi it as a result of such breach; provided, however, that both during and after TxDOT shall have the right, but not the obligation, to cure any breach by the . 4; = Party. Without limiting the generality of the foregoing, (a) TxDOT shall have •1' •" ity to the Owner for any act or omission committed by the Defaulting Party in connection with this Agreement, including without limitation any reimbursement owed to the Owner hereunder and any claimed defect in any design or construction work supplied by the Developer, the Design -Build Contractor or by its contractors, and (b) in no event shall TxDOT be responsible for any repairs or maintenance to the Owner Utilities Adjusted pursuant to this Agreement. (oo) (b) If the Developer or the Design -Build Contractor claims that the Owner has breached any of its obligations under this Agreement, the Developer or the Design -Build Contractor will notify the Owner and TxDOT in writing of such breach, and the Owner shall have 30 days following receipt of such notice in which to cure such breach, before available such pe of the Owner, the delegate il;, of its rties a� xDOT, Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 13 of 22 Rev.4/10/10 the Developer or the Design -Build Contractor may invoke any remedies which may be available to it as a result of such breach. 21. Traffic Control. The Design -Build Contractor shall provide traffic control or shall reimburse the Owner for the Design -Build Contractor's share (if any, as specified in Paragraph 4) of the costs for traffic control made necessary by the Adjustment work performed by either the Design -Build Contractor or the Owner pursuant to this Agreement, in compliance with the requirements of the Texas Manual on Uniform Traffic Control Devices. Betterment percentages calculated in Paragraph 9 shall also apply to traffic control costs. 22. Notices. Except as otherwise expressly provided in this Agr communications pursuant to this Agreement shall be sent or delivere The Owner: The Developer: The Design -Build Contracto 311.0A"�cetoT D TxDO City of Fort Worth Attn: John R. Kasavich, P.E. Water Department 1000 Throckmorton Fort Worth, T, Phone: 81 Fax: 81 Mo 02 9 llt Airpo No hchlan zZ Pho 8?47-710- Fax: 11f7-7k1G1.0509 {C c r14 Pho 1'Of s, LC , Suite 600 TX 76180 ontractors, LLC N.: op 820 Suite 102 Richland Hills, Tx 76180 817-510-3557 817-510-3691 • �.O e ent, all notices or following: of of default of this Agreement to another party shall also send a copy of T a d the CDA Utility Manager at the following addresses: TxDOT Department of Transportation Attention: TTA Right of Way 125 E. 11th Street Austin, Texas 78701-2483 Phone: (512) 936-0980 CDA Utility Manager: Atkins Global Attention: Michael Crain North Texas CDA Project Office 3301 W. Airport Freeway Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 14 of 22 Rev.4/10/10 Bedford, Texas 76021 Phone: (817) 508-7602 Any notice or demand required herein shall be given (a) personally, (b) by certified or registered mail, postage prepaid, return receipt requested, or (c) by reliable messenger or overnight courier to the appropriate address set forth above. Any notice served personally shall be deemed delivered upon receipt, and any notice served by certified or registered mail or by reliable messenger or overnight courier shall be deemed delivered on the date of receipt as shown on the addressee's registry or certification- of receipt or on the date receipt is refused as shown on the records or manifest of the U.S. Postal Service or such courier. Routin- cloinmunication between the Parties may be transmitted via electronic means. Copies of `o --r"al documents may be transmitted electronically, but shall be for courtesy purposes, onl.., Any party e ay from time to time designate any other address for this purpose by written n c'tic- to all of c ar "'arties; TxDOT may designate another address by written notice to all parties. 23. Anprovals. Any acceptance, approval, or any other like action uo -ctively , .royal") required or permitted to be given by either the Doi oper, the Design 't td Cat ractor, the Owner or TxDOT pursuant to this Agreement: 24. (pp) (a) Must be in writing to be efft,0 (qq) (b) Shall not be unreasona withholding shall be in w such Approval, and every what changes are required (rr) (c) Excep otherwise in this party requesting an no ti i iod is presc receip Approv requestin (tt) (b) (uu) y vals b sh from ithheld o 's 11s..i shal ova ed gran rsuant hereto), layed; and T A pproval is withheld, such ith specifici " the reason for withholding to identify with as much detail as possible TxD 0 t and except as may be specifically provided .11 be deo.- ed granted if no response is provided to the wit( in the time period prescribed by this Agreement (or if then `41i een (14) business days), commencing upon actual h an Approval is requested or required, of a request for rty. All requests for Approval shall be sent out by the arty in accordance with Paragraph 22. 'sence in the performance of this Agreement. I references to "days" herein shall be construed to refer to calendar days, rwise stated. (c) No party shall be liable to another party for any delay in performance under this Agreement from any cause beyond its control and without its fault or negligence ("Force Majeure"), such as acts of God, acts of civil or military authority, fire, earthquake, strike, unusually severe weather, floods or power blackouts. 25. Continuing Performance. In the event of a dispute, the Owner, the Developer and the Design - Build Contractor agree to continue their respective performance hereunder to the extent feasible in light of the dispute, including paying billings, and such continuation of efforts and payment of billings shall not be construed as a waiver of any legal right. Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 15 of 22 Rev.4l10110 26. Equitable Relief. The Developer, the Design -Build Contractor and the Owner acknowledge and agree that delays in Adjustment of the Owner Utilities will impact the public convenience, safety and welfare, and that (without limiting the parties' remedies hereunder) monetary damages would be inadequate to compensate for delays in the construction of the Facility. Consequently, the parties hereto (and TxDOT as well, as a third party beneficiary) shall be entitled to specific performance or other equitable relief in the event of any breach of this Agreement which threatens to delay construction of the Facility; provided, however, that the fact that specific performance or other equitable relief may be granted shall not prejudice any claims for payment or otherwise related to performance of the Adjustment work hereunder. 27. Authority. The Owner, the Developer and the Design -Build Contr warrants to the other parties that the warranting party possesses the this Agreement and that it has taken all actions necessary to lawfully authorize its undersigned signatory to execute this Agr its terms. Each person executing this Agreement on behalf of a duly authorized to enter into this Agreement on behalf of such part hereof. 28. Cooperation. The parties acknowledge that influenced by the ability of the Owner (and it Contractor to coordinate their activities, co ist reasonable requests. Subject to the te.►i1 Developer and the Design -Builder agre respective duties hereunder in a Contractor's current and future co s it •s 1str1 ner 29. Termination. If the Facility projec the Adjustment work • c ibed herei , Build Contractor in 'riii ' • the Agreement. Upon such shall provide mutually acce liabilities of nies relating r ion the t and con take all s 'ste ti i`.1. 6ltc- k. all n• it. (., D the the s to ith ns reasona • ly :rt. ility will be nd e Design -Build spond promptly to ent, the Owner, the uired to coordinate their h the Devel per's and the Design -Build for the Facility. dified so as to eliminate the necessity of per shall notify the Owner and Design - serves the right to thereupon terminate this 11 negotiate in good faith an amendment that conditions for handling the respective rights and tion. led elop rties T1`l1 c 30. Nondiscrimina' c �, ` . cil;; pursuant to this 'm= ee •e e31, al origr ;c ; 't luding procurem E u 31. e h to •"'cc• De a iteach represents and authority to enter into ise that . uthority and to ent and t• bird such party to wa cor ` that he or she is 311 (I• bind it to .yi terms M( completion of e Developer other, 0 nil agrees, with respect to the work performed by such party h party shall not discriminate on the grounds of race, color, sability in the selection and/or retention of contractors and consultants, of materials and leases of equipment. he 'Ott p ' a - urn t ction and Venue. This Agreement shall be governed by the laws of the 43 Texas, 7;11 out regard to the conflict of laws principles thereof. Venue for any action brought to enfor• - this Agreement or relating to the relationship between any of the parties shall be the : ' rt of Travis County, Texas or the United States District Court for the Western Distric as (Austin), or other venue as approved by the parties. p stri 'u 32. Waiver of Consequential Damages. No party hereto shall be liable to any other party to this Agreement, whether in contract, tort, equity, or otherwise (including negligence, warranty, indemnity, strict liability, or otherwise,) for any punitive, exemplary, special, indirect, incidental, or consequential damages, including, without limitation, loss of profits or revenues, loss of use, claims of customers, or loss of business opportunity. Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 16 of 22 Rev.4/10/10 33. Captions. The captions and headings of the various paragraphs of this Agreement are for convenience and identification only, and shall not be deemed to limit or define the content of their respective paragraphs. 34. Counterparts. This Agreement may be executed in any number of counterparts. Each such counterpart hereof shall be deemed to be an original instrument but all such counterparts together shall constitute one and the same instrument. 35. Effective Date. Except for the provisions of Paragraph 2(a) (which shall become effective immediately upon execution of this Agreement by the Owner, the Developer and the Design - Build Contractor without regard to TxDOT's signature), this Agreeme all become effective upon the later of (a) the date of signing by the last party (either the P ' -r, the Developer or the Design -Build Contractor) signing this Agreement, and (b) the f fiz of TxD •T's approval as indicated by the signature of TxDOT's representative, below. This Master Agreement and initial Adjustment is effective as of the last date APPROVED BY: DESIGN -BUILD CONTRACTOR DE e ' ER Bluebonnet Contractors, LLC L Mob By: DY: Duly Authorized Representative y Authorized Representative Printed Name: Title: Date: TEXAS DEPARTME I F OWNER By: Authorized tii: ature City of Fort Worth By: Duly Authorized Representative Printed Printed Name: Name: Title: Date: Title: Date: Recommended For Approval By: Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 17 of 22 Rev.4/10/10 ATTEST: Name: Title: Marty Hendrix Approved as to Form and Legality: City Secretary M&C No. Date: Douglas W. Black Assistant City Attorney Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 18 of 22 Rev.4/10/10 TARRANT : 0008-14-093 :0008-14-059 1H 820 From IH 35W to Southwestern Railroad (DART) County: ROW CSJ No. Const. CSJ No. Highway: Limits: EXHIBIT A PROJECT OVERVIEW TARRANT 0008-14-093 :0008-14-059 IH 820 From IH35Wto Southwestern Railroad (DART) Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 19 of 22 Rev.4/10/10 EXHIBIT B County: ROW CSJ No.: Const. CSJ No. Highway: Limits: UTILITY ADJUSTMENT AGREEMENT AMEND (TxD O T-CDA-U-35A-DM) Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 20 of 22 Rev.4/10/10 EXHIBIT C CONFLICT 89 PLANS, SPECIFICATIONS, COST ESTIMATES AND County: ROW CSJ No.: Const. CSJ No.: Highway: Limits. TARRANT 0008-14-093 0008-14-059 IH 820 From IH 35W to Southwestern Railroad (DART) ON Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 21 of 22 Rev.4/10/10 County: ROW CSJ No.: Const. CSJ No.: Highway: Limits: EXHIBIT D INSURANCE REQUIREMENTS TARRANT 0008-14-093 0008-14-059 IH 820 From Ill 35W to Southwestern Railroad (DART) c\v# Texas Department of Transportation Form TxDOT-CDA-U-35-DM-NTE Page 22 of 22 Rev.4/10/10 \,<5/ bluebonnet contrcu. LUl:,, LLL Improving motility in Texas City of Fort Worth Assembly Developer Managed Assembly Number: 820-U-0506-0005 North Tarrant Express (NTE) — Segment West December 12, 2012 Facilities Conflict 1 - Adjustment of an existing Owner 12" waterline crossing at the intersection of N. Riverside Drive and IH-820 from approximate NTE BL STA 699+93 to STA 701+84. The adjusted facilities will include installation of approximately 192 LF of 12" CL 350 Ductile Iron water distribution pipe. Conflict 33 — Adjustment of an existing Owner 12" water line crossing on Riverside Drive from approximate NTE Utility BL STA 700+29 to STA 701+047. The adjusted facilities will include installation of approximately 128 LF of 12" CL 350 Ductile Iron water distribution pipe. Conflict 34 — Adjustment of an existing Owner 8" water line crossing on Riverside Drive from approximate NTE Utility BL STA 700+10 to STA 701+24. The adjusted facilities will include installation of approximately 124 LF of 8" CL 350 Ductile Iron water distribution pipe. Conflict 35 — Adjustment of an existing Owner 8" wastewater line crossing on Riverside Drive from approximate NTE Utility BL STA 699+97 to STA 701+81. The adjusted facilities will include installation of approximately 145 LF of 8" CL 350 Ductile Iron wastewater pipe with Protecto 401 lining. ➢ Conflict 36 — Adjustment of an existing Owner 8" wastewater line crossing on Riverside Drive from approximate NTE Utility BL STA 700+33 to STA 701+49. The adjusted facilities will include installation of approximately 117 LF of 8" CL 350 Ductile Iron wastewater pipe with Protecto 401 lining. Bluebonnet Contractors, LLC is submitting the attached Utility Assembly in compliance with the CDA to adjust approximately 320 LF of 12" and approximately 124 LF of 8" CL 350 Ductile Iron water distribution pipe, and approximately 262 LF of 8" CL 350 Ductile Iron wastewater line with Protecto 401 lining between NTE IH-820 Baseline Station 700+00 and Station 702+00. The existing lines are in conflict with the proposed City of Fort Worth Riverside Drive Bridge Construction Project and will be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The total estimated cost to adjust these facilities is $796,270.00. The final cost will be determined according to actual accumulated costs. The relocations are 100% compensable for the City of Fort Worth. There are no betterments or salvage values associated with these utility adjustment projects. This 'Developer Managed' Assembly consists of thirteen components as required by the CDA (Assembly Summary, Utility Adjustment Agreement Amendment, Plans, Specifications, and Estimates, Affidavit of Property Interests, Statement of Work, Joint Use Acknowledgement, Assembly Checklist, No Conflict Sign -Off Forms, Right of Way Maps, TxDOT Checklist and Approval). Freese and Nichols, Inc., prepared the plans which were signed and sealed on January 24, 2013 by Daniel Stoutenburg, P.E. City of Fort Worth Assembly Developer Managed Assembly Number: 820-U-0506-0005 North Tarrant Express (NTEI — Seement West December 12, 2012 Facilities ➢ Conflict 1 - Adjustment of an existing Owner 12" waterline crossing at the intersection of N. Riverside Drive and IH-820 from approximate NTE BL STA 699+93 to STA 701+84. The adjusted facilities will include installation of approximately 192 LF of 12" CL 350 Ductile Iron water distribution pipe. ➢ Conflict 33 — Adjustment of an existing Owner 12" water line crossing on Riverside Drive from approximate NTE Utility BL STA 700+29 to STA 701+047. The adjusted facilities will include installation of approximately 128 LF of 12" CL 350 Ductile Iron water distribution pipe. • Conflict 34 — Adjustment of an existing Owner 8" water line crossing on Riverside Drive from approximate NTE Utility BL STA 700+10 to STA 701+24. The adjusted facilities will include installation of approximately 124 LF of 8" CL 350 Ductile Iron water distribution pipe. Conflict 35 — Adjustment of an existing Owner 8" wastewater line crossing on Riverside Drive from approximate NTE Utility BL STA 699+97 to STA 701+81. The adjusted facilities will include installation of approximately 145 LF of 8" CL 350 Ductile Iron wastewater pipe with Protecto 401 lining. )=' Conflict 36 — Adjustment of an existing Owner 8" wastewater line crossing on Riverside Drive from approximate NTE Utility BL STA 700+33 to STA 701+49. The adjusted facilities will include installation of approximately 117 LF of 8" CL 350 Ductile Iron wastewater pipe with Protecto 401 lining. Bluebonnet Contractors, LLC is submitting the attached Utility Assembly in compliance with the CDA to adjust approximately 320 LF of 12" and approximately 124 LF of 8" CL 350 Ductile Iron water distribution water pipe, and approximately 262 LF of 8" CL 350 Ductile Iron wastewater line with Protecto 401 lining between NTE IH-820 Baseline Station 700+00 and Station 702+00. The existing lines are in conflict with the proposed City of Fort Worth Riverside Drive Bridge Construction Project and will be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The total estimated cost to adjust these facilities is $796,270.00. The final cost will be determined according to actual accumulated costs. The relocations are 100% compensable for the City of Fort Worth. There are no betterments or salvage values associated with these utility adjustment projects. This 'Developer Managed' Assembly consists of thirteen components as required by the CDA (Assembly Summary, Utility Adjustment Agreement Amendment, Plans, Specifications, and Estimates, Affidavit of Property Interests, Statement of Work, Joint Use Acknowledgement, Assembly Checklist, No Conflict Sign -Off Forms, Right of Way Maps, TxDOT Checklist and Approval). Freese and Nichols, Inc., prepared the plans which were signed and sealed on December 12, 2012 by Robert H. McGee, P.E. , NTE Mobility Partners LLC and Bluebonnet Contractors, LLC recommend approval of the Assembly and have acknowledged the Traffic Control Plan as defined in NTE General Construction Notes of the plans. The SW3P is also addressed in Bluebonnet Contractors General Notes under Environmental Notes within the plan set. NTE Mobility Partners LLC, Bluebonnet Contractors and the City of Fort Worth have executed the Assembly. Bluebonnet Contractors, LLC and the City of Fort Worth will coordinate and conduct a pre - construction meeting to address NTE Safety and environmental issues prior to performing any adjustment related activities on the project. All safety, traffic control, and environmental issues will be complied with during construction activities in the vicinity of the line to maintain the integrity of the City of Fort Worth's facilities, and protect the traveling public. TxDOT has 10 business days to review and approve the Assembly. Recommended for Approval: Cott otter; P. . / Scott Stockburger, P.E. . , A.4 ' ,Alfonso Diaz Del Rio balebuf if ieL LUI ili ULtui S, LLI. Improving mobility in Texas Texas Department of Transportation i � f yf biLij r►I'��! s � e rress Utility Adjustment Agreement Amendment jgnature Sheets 820-U-0506-0005 Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 1 of 8 Rev. 08/26/10 County: ROW CSJ: Const. CSJ: Highway: Limits: Tarrant 0008-14-093 0008-14-059 IH-820 From IH 3 5 W to Southwestern Railroad (DART) UTILITY ADJUSTMENT AGREEMENT AMENDMENT (Developer Managed) Amendment No. 0005 to Master Agreement No. 820-U-0506 Conflicts 1, 33, 34, 35, and 36 THIS AMENDMENT TO MASTER UTILITY ADJUSTMENT AGREEMENT (this "Amendment"), by and between NTE Mobility Partners LLC, hereinafter identified as the "Developer", Bluebonnet Contractors, LLC, hereinafter identified as the "Design -Build Contractor" and City of Fort Worth, hereinafter identified as the "Owner", is as follows: WITNESSETH WHEREAS, the STATE of TEXAS, acting by and through the Texas Department of Transportation, hereinafter identified as "TxDOT", proposes to construct the turnpike project identified above (the "Facility", as more particularly described in the "Original Agreement", defined below); and WHEREAS, pursuant to that certain Comprehensive Development Agreement ("CDA") by and between TxDOT and the Developer with respect to the Facility, the Developer has undertaken the obligation to design, construct, finance, operate and maintain the Facility, including causing the removal, relocation, or other necessary adjustment of existing utilities impacted by the Facility (collectively, "Adjustment"); and WHEREAS, pursuant to that certain Design -Build Contract by and between the Developer and the Design -Build Contractor with respect to the Facility (the "Design -Build Contract"), the Design -Build Contractor has undertaken the obligation to design and construct the Facility, which includes the Adjustment; and WHEREAS, the Owner, the Developer, and the Design -Build Contractor are parties to that certain executed Master Utility Adjustment Agreement designated by the "Agreement No." indicated above, as amended by previous amendments, if any (the "Original Agreement"), which provides for the adjustment of certain utilities owned and/or operated by the Owner (the "Utilities"); and WHEREAS, the parties are required to utilize this Amendment form in order to modify the Original Agreement to add the adjustment of Owner facilities not covered by the Original Agreement; and WHEREAS, the parties desire to amend the Original Agreement to add additional Owner utility facility(ies), on the terms and conditions hereinafter set forth. NOW, THEREFORE, in consideration of the agreements contained herein, the parties hereto agree as follows: 1. Amendment. The Original Agreement is hereby amended as follows: NTE UAAA (DM) Conflicts 1, 33, 34, 35, 36 COMPLETE Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 2 of 8 Rev. 08/26/10 1.1 Plans. (a) The description of the Owner Utilities and the proposed Adjustment of the Owner Utilities in the Original Agreement is hereby amended to add the following utility facility (ies) ("Additional Owner Utilities") and proposed Adjustment(s) to the Owner Utilities described in the Original Agreement: Conflict 1 — Adjustment of an existing Owner 12" waterline crossing at the intersection of N. Riverside Drive and IH-820 from approximate NTE BL STA 699+93 to STA 701+84. The existing Owner facilities are in conflict with the proposed City of Fort Worth Riverside Drive Bridge Construction Project and are to be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The adjusted facilities will include installation of approximately 192 LF of 12" CL 350 Ductile Iron water distribution pipe. The existing facilities that are not being removed during construction activities are to be cut, filled with grout, capped and abandoned in place. See Exhibit C attached hereto and incorporated herein. Conflict 33 — Adjustment of an existing Owner 12" water line crossing on Riverside Drive from approximate NTE Utility BL STA 700+29 to STA 701+047. The existing Owner facilities are in conflict with the proposed City of Fort Worth Riverside Drive Bridge Construction Project and are to be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The adjusted facilities will include installation of approximately 128 LF of 12" CL 350 Ductile Iron water distribution pipe. The existing facilities that are not being removed during construction activities are to be cut, filled with grout, capped and abandoned in place. See Exhibit C attached hereto and incorporated herein. Conflict 34 — Adjustment of an existing Owner 8" water line crossing on Riverside Drive from approximate NTE Utility BL STA 700+10 to STA 701 +24. The existing Owner facilities are in conflict with the proposed City of Fort Worth Riverside Drive Bridge Construction Project and are to be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The adjusted facilities will include installation of approximately 124 LF of 8" CL 350 Ductile Iron water distribution pipe. The existing facilities that are not being removed during construction activities are to be cut, filled with grout, capped and abandoned in place. See Exhibit C attached hereto and incorporated herein. Conflict 35 —Adjustment of an existing Owner 8" wastewater line crossing on Riverside Drive from approximate NTE Utility BL STA 699+97 to STA 701+81. The existing Owner facilities are in conflict with the proposed City of Fort Worth Riverside Drive Bridge Construction Project and are to be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The adjusted facilities will include installation of approximately 145 LF of 8" CL 350 Ductile Iron wastewater pipe with Protecto 401 lining. The existing facilities that are not being removed during construction activities are to be cut, filled with grout, capped and abandoned in place. See Exhibit C attached hereto and incorporated herein. 2011-04-11 NTE UAAA (Developer Managed) Final Clean Version.DOC Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 3 of 8 Rev. 08/26/10 Conflict 36 — Adjustment of an existing Owner 8" wastewater line crossing on Riverside Drive from approximate NTE Utility BL STA 700+33 to STA 701+49. The existing Owner facilities are in conflict with the proposed City of Fort Worth Riverside Drive Bridge Construction Project and are to be adjusted in compliance with TxDOT's Utility Accommodation Rules (UAR). The adjusted facilities will include installation of approximately 117 LF of 8" CL 350 Ductile Iron wastewater pipe with Protecto 401 lining. The existing facilities that are not being removed during construction activities are to be cut, filled with grout, capped and abandoned in place. See Exhibit C attached hereto and incorporated herein; and (b) The Plans, as defined in Paragraph 1 of the Original Agreement, are hereby amended to add thereto the plans, specifications and cost estimates attached as Exhibits A-E. (c) The Plans attached hereto as Exhibits A-E, along with this Amendment, shall be submitted upon execution to TxDOT in accordance with Paragraph 2 of the Original Agreement, and Paragraph 2 shall apply to this Amendment and the Plans attached hereto in the same manner as if this Amendment were the Original Agreement. If the Owner claims an Existing Interest for any of the Additional Owner Utilities, documentation with respect to such claim shall be submitted to TxDOT as part of this Amendment and the attached Plans, in accordance with Paragraph 15(a) of the Original Agreement. 1.2 Advancement of Funds by Owner for Construction Costs. (a) Exhibit A of the Original Agreement is hereby amended to add for the Additional Owner Utilities and proposed Adjustment(s) the following information set forth on Exhibits A-E hereto: (i) all estimated engineering and construction -related costs, including labor, material, equipment and other miscellaneous construction items, and (ii) the Owner's and Design -Build Contractor's respective cost sharing responsibility for the estimated costs, as more fully described in Section 1.4 below. The Owner shall advance to the Design -Build Contractor its allocated share, if any, of the estimated costs for construction and engineering work to be performed by Design -Build Contractor under this Amendment, in accordance with the following terms: • The adjustment of the Owner's Utilities does not require advancement of funds. ❑ The adjustment of the Owner's Utilities does require advancement of funds and the terms agreed to between the Design -Build Contractor and Owner are listed below. [Insert terms of advance funding to be agreed between Design -Build Contractor and Owner] (b) Adjustment Based on Actual Costs or Agreed Sum. For purposes of Paragraph 7(b) of the Original Agreement, the following terms apply to the Additional Owner Utilities and proposed Adjustment. [Check the one appropriate provision]: • The Owner is responsible for its share of the Design -Build Contractor's actual cost for the Adjustment, including any identified Betterment. Accordingly, upon completion of all Adjustment work to be performed by both parties pursuant to this Amendment, (i) the Owner shall pay to the Design -Build Contractor the 2011-04-11 NTE UAAA (Developer Managed) Final Clean Version.DOC Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 4 of 8 Rev. 08/26/10 amount, if any, by which the actual cost of the Betterment (as determined in Paragraph 9(b)) plus the actual cost of Owner's share of the Adjustment (based on the allocation set forth in Exhibits A-E) exceeds the estimated cost advanced by the Owner, or (ii) the Design -Build Contractor shall refund to the Owner the amount, if any, by which such advance exceeds such actual cost, as applicable. ❑ The Agreed Sum is the agreed and final amount due for the Adjustment, including any Betterment, under this Amendment. Accordingly, no adjustment (either up or down) of such amount shall be made based on actual costs. 1.3 Reimbursement of Owner's Indirect Costs. For purposes of Paragraph 6 of the Original Agreement, the following terms apply to the Additional Owner Utilities and proposed Adjustment: (a) Design -Build Contractor agrees to reimburse the Owner its indirect costs (e.g., engineering, inspection, testing, ROW) as identified in Exhibits A-E. When requested by the Owner, monthly progress payments will be made. The monthly payment will not exceed 80% of the estimated indirect work done to date. Once the indirect work is complete, final payment of the eligible indirect costs will be made. Intermediate payments shall not be construed as final payment for any items included in the intermediate payment. (b) The Owner's indirect costs associated with Adjustment of the Owner Utilities shall be developed pursuant to the method checked and described below [check only one box]: ❑ (1) Actual related indirect costs accumulated in accordance with (i) a work order accounting procedure prescribed by the applicable Federal or State regulatory body, or (ii) established accounting procedure developed by the Owner and which the Owner uses in its regular operations or, ® (2) The agreed sum of $0.00 ("Agreed Sum") as supported by the analysis of the Owner's estimated costs attached hereto as part of Exhibits A-E. 1.4 Responsibility for Costs of Adiustment Work. For purposes of Paragraph 4 of the Original Agreement, responsibility for the Agreed Sum or Actual Cost, as applicable, of all Adjustment work to be performed pursuant to this Amendment shall be allocated between the Design -Build Contractor and the Owner as identified in Exhibits A-E hereto and in accordance with §203.092, Texas Transportation Code. An allocation percentage may be determined by application of an Eligibility Ratio, if appropriate, as detailed in Exhibits A-E, provided however, that any portion of an Agreed Sum or Actual Cost attributable to Betterment shall be allocated 100% to the Owner in accordance with Paragraph 9 of the Original Agreement. 2011-04-1 1 NTE UAAA (Developer Managed) Final Clean Version.DOC Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 5 of 8 Rev. 08/26/10 1.5 Betterment. (a) Paragraph 9(b) (Betterment and Salvage) of the Original Agreement is hereby amended to add the following [Check the one box that applies, and complete if appropriate]: The Adjustment of the Additional Owner Utilities, pursuant to the Plans as amended herein, does not include any Betterment. ❑ The Adjustment of the Additional Owner Utilities, pursuant to the Plans as amended herein, includes Betterment to the Additional Owner Utilities by reason of [insert explanation, e.g. "replacing 12" pipe with 24" pipe]: . The Design -Build Contractor has provided to the Owner comparative estimates for (i) all work to be performed by the Design -Build Contractor pursuant to this Amendment, including work attributable to the Betterment, and (ii) the cost to perform such work without the Betterment, which estimates are hereby approved by the Owner. The estimated cost of the Design -Build Contractor's work under this Amendment which is attributable to Betterment is $ , calculated by subtracting (ii) from (i). The percentage of the total cost of the Design -Build Contractor's work under this Amendment which is attributable to Betterment is %, calculated by subtracting (ii) from (i), which remainder is divided by (i). (b) If the above Paragraph 1.5(a) identifies Betterment, the Owner shall advance to the Design -Build Contractor, at least fourteen (14) business days prior to the date scheduled for commencement of construction for Adjustment of the Additional Owner Utilities, the estimated cost attributable to Betterment as set forth in Paragraph 1.5(a) of this Amendment. If the Owner fails to advance payment to the Design -Build Contractor on or before the foregoing deadline, the Design -Build Contractor shall have the option of commencing and completing (without delay) the Adjustment work without installation of the applicable Betterment. [Check the one appropriate provision]: ❑ The estimated cost stated in Paragraph 1.5(a) of this Amendment is the agreed and final amount due for Betterment under this Amendment, and accordingly no adjustment (either up or down) of such amount shall be made based on actual costs. ❑ The Owner is responsible for the Design -Build Contractor's actual cost for the identified Betterment. Accordingly, upon completion of all Adjustment work to be performed by both parties pursuant to this Amendment, (i) the Owner shall pay to the Design -Build Contractor the amount, if any, by which the actual cost of the Betterment (determined as provided below in this paragraph) exceeds the estimated cost advanced by the Owner, or (ii) the Design -Build Contractor shall refund to the Owner the amount, if any, by which such advance exceeds such actual cost, as applicable. Any additional payment by the Owner shall be due within sixty (60) days after the Owner's receipt of the Design -Build Contractor's invoice therefor, together with supporting documentation; any refund shall be due within sixty (60) days after completion of the Adjustment work under this Amendment. The actual cost of Betterment incurred by the Design -Build Contractor shall be calculated by multiplying (i) the Betterment percentage stated in Paragraph 1.5(a) of this Amendment, by (ii) the actual cost of all work performed by the Design -Build Contractor pursuant to this Amendment 2011-04-11 NTE UAAA (Developer Managed) Final Clean Version.DOC Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 6 of 8 Rev. 08/26/10 (including work attributable to the Betterment), as invoiced by the Design -Build Contractor to the Owner. (c) The determinations and calculations of Betterment described in this Amendment shall exclude right-of-way acquisition costs. Betterment in connection with right-of-way acquisition is addressed in Paragraph 15 of the Original Agreement. 1.6 Miscellaneous. (a) Owner and Design -Build Contractor agree to refer to this Amendment, designated by the "Amendment No." and "Agreement Number" indicated on page 1 above, on all future correspondence regarding the Adjustment work that is the subject of this Amendment and to track separately all costs relating to this Amendment and the Adjustment work described herein. (b) [Include any other proposed amendments allowed by applicable law.] 2. General. (a) All capitalized terms used in this Amendment shall have the meanings assigned to them in the Original Agreement, except as otherwise stated herein. (b) This Amendment may be executed in any number of counterparts. Each such counterpart hereof shall be deemed to be an original instrument but all such counterparts together shall constitute one and the same instrument. (c) Except as amended hereby, the Original Agreement shall remain in full force and effect. In no event shall the responsibility, as between the Owner and the Design -Build Contractor, for the preparation of the Plans and the Adjustment of the Owner Utilities be deemed to be amended hereby. (d) This Amendment shall become effective upon the later of (a) the date of signing by the last party (either the Owner, the Design -Build Contractor or the Developer) signing this Amendment, and (b) the completion of TxDOT's review and approval as indicated by the signature of TxDOT's representative, below. 2011-04-11 NTE UAAA (Developer Managed) Final Clean Version.DOC Date: Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 7 of 8 Rev. 08/26/10 APPROVED BY: Design -Build Contractor Bluebonnet Contractors. LLC By: Duly A Printed Name: Jose Carlos Esteban ized Signature Title: CEO Date: 2 //`/3 Developer NTE Mobility Partners LLC By: Printed Name: Title: Authorized Signature Steve Hankins, P.E. COO Date: ./(/ / 3 Texas Department of Transportation Owner City of Fort Worth By: 23. �/ 0.0^ By: 5—gai4t441D Authorized Signature Duly Authorized Representative Printed Printed Name Donald C. Toner Jr. SR/WA Name: Fernando Costa Title: Director — Strategic Projects ROW Title: Assistant City Manager Strategic Projects Division 2 — Z Z — /c3 Date: L: (. D lr 1 ii LHKG 'h11101411E-4 frtrIt •-)ni 1-nd_1 1 NTP 11 A A A r.,.,. Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 8 of 8 Rev. 08/26/10 Title: City Secretary pia ° t� Date: o �SIPPr o M&C �A*% v 4d No. C 2 6o "2 `! •r- C-- - 2 �,q� S°.100000°°°lk °° a I 'z r g. i z 1 I 1 441111,11:D. .� By: Printed Name: Mary J. l ayser ,oat ® 17 Loo®� Recommended for Approval By: ,/J"IXO/f(1/ Printed Name: S. Frank Crumb, P.E. Title: Director, Water Department Approved as to Form and Legality: By: Printed Name: Douglas W. Black Title: Assistant City Attorney Attest: OFFICIAL RECORD CITY SECRETARY FTC WORM, rx 2011-04-11 NTE UAAA (Develoner Manaueril Final Clean nnr Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 7 of 8 Rev. 08/26/10 APPROVED BY: Design -Build Contractor Developer Bluebonnet Contractors, LLC NTE Mobility Partners LLC By: By: Duly Authorized Signature Duly Authorized Signature Printed Printed Name: Jose Carlos Esteban Name: Steve Hankins, P.E. Title: CEO Title: COO Date: Date: Texas Department of Transportation Owner City of Fort Worth By: By: Authorized Signature Duly Authorized Representative Printed Printed Name: Donald C. Toner Jr. SR/WA Name: Fernando Costa Title: Director — Strategic Projects ROW Title: Assistant City Manager Strategic Projects Division Date: Date: 2011-04-11 NTE UAAA (Developer Managed) Final Clean Version.DOC Texas Department of Transportation Form TxDOT-CDA-U-35A-DM-NTE Page 8 of 8 Rev. 08/26/10 Recommended for Approval By: Printed Name: S. Frank Crumb, P.E. Title: Director, Water Department Approved as to Form and Legality: By: Printed Name: Douglas W. Black Title: Assistant City Attorney Attest: By: Printed Name: Mary J. Kayser Title: City Secretary Date: M&C No. 2011-04-11 NTE UAAA (Developer Managed) Final Clean Version.DOC City of Fort Worth, Texas Mayor and Council Communication 1 12 DATE: Tuesday, December 18, 2012 LOG NAME: 20RIVERSIDE DRIVE BRIDGE OVER IH 820 AMEND-2 SUBJECT: Adopt Resolution Authorizing an Additional Payment of $70,900.00 to Fund a Local Project Advance Funding Agreement with the Texas Department of Transportation in an Amount Not to Exceed $15,979,614.00 for Design and Construction of the North Riverside Drive Bridge Over Interstate Highway 820 (COUNCIL DISTRICT 4) REFERENCE NO.: C-26029 RECOMMENDATION: It is recommended that the City Council adopt a resolution authorizing an additional payment to the Texas Department of Transportation in the amount of $70,970.00 for a revised total cost Local Project Advance Funding Agreement with the Texas Department of Transportation in an amount not to exceed $15,979,614.00 for the design and construction of the North Riverside Drive Bridge over Interstate Highway 820. _ DISCUSSION: On September 11, 2012, (M&C C-25826) the City Council passed Resolution No. 4125-09-2012 and authorized execution of a Local Project Advance Funding Agreement (LPAFA) with TxDOT in an amount not to exceed $13,200,000.00. On November 12, 2012, (M&C C-25978) the City Council passed Resolution No. 4151-11-2012 and authorized increasing the LPAFA with TxDOT to an amount not to exceed $15,908,644.00. This increased amount was subsequently determined to be insufficient. This Mayor and Council Communication (M&C) authorizes a resolution setting forth additional funding in the amount of $70,900.00 and setting a revised total LPAFA amount. The LPAFA allows the Texas Department of Transportation (TxDOT) to construct the four lane North Riverside Drive Bridge over Interstate Highway (IH-820). This project was included in the 2008 Bond Program and will be executed by TxDOT through its Comprehensive Development Agreement (CDA) project under contract with North Tarrant Express Mobility Partners, LLC (NTEMP). NTEMP is the overall developer for the IH-820 corridor improvements. In addition to design and construction, NTEMP will provide a warranty on the bridge deck through the duration of its contract with TXDOT which ends on June 23, 2061. Estimated start of construction is January 2013. Related negotiations associated with the adjustment of City utilities (water and sewer) have been completed and require commitment of the additional $70,970.00 to be included in the LPAFA. This M&C, once approved, will increase the not to exceed amount to $15,979,614.00 and represents a total cost delivery of this project. This total cost will be funded using $697,166.00 from Water Capital Project Funds, $248,326.00 from Sewer Capital Project Funds, and $15,034,122.00 from the Street Improvements Fund of the 2008 Bond Program. These funds will be recorded as cash being held by TxDOT as Trustee, for internal accounting purposes, once construction begins, funds will be expended based on progress -eports as they are received from TxDOT. This project is located in COUNCIL DISTRICT 4. Logname: 20RIVERSIDE DRIVE BRIDGE OVER IH 820 AMEND-2 Page 1 of 2 FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds sre available in the current capital budget, as appropriated, of the Water Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P265 104000 000000181200 $70.970.00 CERTIFICATIONS: Submitted for Citv Manager's Office bv: Oriainatina Department Head: Additional Information Contact: Fernando Costa (6122) Douglas W. Wiersig (7801) Dennis Ingram (2294) Logname: 20RIVERSIDE DRIVE BRIDGE OVER IH 820 AMEND-2 Page 2 of 2 MAYOR AND COUNCIL COMMUNICATION MAP 20 N. Riverside Bridge Over IH-820 sasswooijc , WSTEN 01; CENTERIA 1-) z NORTHERN ROSS AVNING NSF r r ‘Z .‘ a i -L. _V\ • ) ) tati‘ -„).11t---/ triA• 1ST /1st' irs,14.ect4' • L... ( - et. 3 atitchis4 I I , 7 I _I HIGHTOWER- 0 1500 3000 6000 • r\,''''.. ,-.:• •------.1' \- Th iI ,* :AV , ,'.),y4' 3to{viR- ''' '4„ /101 1"•.- -WATAUGA:, --',i'vitt , .CITIES 7 ..__>, .)- • - o - - .; _ rip _I T-Ilii -__1 -1 t-,:t.t-‘) fmil•'',--) , - (-..:-. '4 - -i'' .... ,, _ _2: 3 - ;) --::-E- . - 'A ''. '-'o'W -•t-' 1i, /1 i t:i;1- ' ./,1D1.4-1—--.--1-t3,: ._' -. ' - Nrei ", • Z \‘•., I • I k (TT ECLI�T REED 661 • NOR 1-1-1KA sr C.90..14 8 20 S R • Wia NORTHEASrLOOP 820 FWY LOW, 8 20 SR ES i HARWOOD I . pyright 200 oty ot Fort Worth Uniuthwited rep tod uttion it it vtolanon of *dodo atria lows. t ptodutt 6 for solo rrn ational pupa so% W16 totty not hay* boon pro pvtd for of Of athlable fOt hada), *Nth *atilt!. of haying putpotot tt doe* mOltepto soot No oh-thadprodnd totwy ond rap tesants only tito appeoximat• telt** booth n of potty bounds4i ih• City of Fort Worth *south** ho tesponstbday tot the attutooy of said data North Riverside Bridge Over IH-820 PROJECTS! 01812 DOE# 8756 City of Fort Worth, Texas Mayor and Council Communication COUNCiL ACTION:. `Approved on:12/1812012., Resolution No. 4160-12-2012_ DATE: Tuesday, December 18, 2012 LOG NAME: 20RIVERSIDE DRIVE BRIDGE OVER IH 820 AMEND-2 SUBJECT: Adopt Resolution Authorizing an Additional Payment of $70,900.00 to Fund a Local Project Advance Funding Agreement with the Texas Department of Transportation in an Amount Not to Exceed $15,979,614.00 for Design and Construction of the North Riverside Drive Bridge Over Interstate Highway 820 (COUNCIL DISTRICT 4) REFERENCE NO.: C-26029 RECOMMENDATION: It is recommended that the City Council adopt a resolution authorizing an additional payment to the Texas Department of Transportation in the amount of $70,970.00 for a revised total cost Local Project Advance Funding Agreement with the Texas Department of Transportation in an amount not to exceed $15,979,614.00 for the design and construction of the North Riverside Drive Bridge over Interstate Highway 820. DISCUSSION: On September 11, 2012, (M&C C-25826) the City Council passed Resolution No. 4125-09-2012 and authorized execution of a Local Project Advance Funding Agreement (LPAFA) with TxDOT in an amount not to exceed $13,200,000.00. On November 12, 2012, (M&C C-25978) the City Council passed Resolution No. 4151-11-2012 and authorized increasing the LPAFA with TxDOT to an amount not to exceed $15,908,644.00. This increased amount was subsequently determined to be insufficient. This Mayor and Council Communication (M&C) authorizes a resolution setting forth additional funding in the amount of $70,900.00 and setting a revised total LPAFA amount. The LPAFA allows the Texas Department of Transportation (TxDOT) to construct the four lane North Riverside Drive Bridge over Interstate Highway (IH-820). This project was included in the 2008 Bond Program and will be executed by TxDOT through its Comprehensive Development Agreement (CDA) project under contract with North Tarrant Express Mobility Partners, LLC (NTEMP). NTEMP is the overall developer for the IH-820 corridor improvements. In addition to design and construction, NTEMP will provide a warranty on the bridge deck through the duration of its contract with TXDOT which ends on June 23, 2061. Estimated start of construction is January 2013. Related negotiations associated with the adjustment of City utilities (water and sewer) have been completed and require commitment of the additional $70,970.00 to be included in the LPAFA. This M&C, once approved, will increase the not to exceed amount to $15,979,614.00 and represents a total cost delivery of this project. This total cost will be funded using $697,166.00 from Water Capital Project Funds, $248,326.00 from Sewer Capital Project Funds, and $15,034,122.00 from the Street Improvements Fund of the 2008 Bond Program. These funds will be recorded as cash being held by TxDOT as Trustee, for internal accounting purposes, once construction begins, funds will be expended based on progress reports as they are received from TxDOT. This project is located in COUNCIL DISTRICT 4. Logname: 20RIVERSIDE DRIVE BRIDGE OVER IH 820 AMEND-2 Page I of 2 FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds sre available in the current capital budget, as appropriated, of the Water Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P265 104000 000000181200 $70970.00 CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Fernando Costa (6122) Douglas W. Wiersig (7801) Dennis Ingram (2294) Logname: 20RIVERSIDE DRIVE BRIDGE OVER IH 820 AMEND-2 Page 2 of 2 MAYOR AND COUNCIL COMMUNICATION MAP 20 N. Riverside Bridge Over IH-820 (_BASSWOOD r A plysF MEAHAM DOWNING tiNsr 1 uJ 0 1500 3000 • ,• 0 tra 1.1 OAI,S8 g /1ST 447474 T4L at' _ 5 Z.op yr 01 2 Olt City of FotWora, 'Unauthorized r p rod oche n is a violation of applicable lows Trxe product a for informational purposes and ma not have been prepared tot or be suitable tot tele', too ntern q, of suothorto purposes 3 does nal reps ten1 n 0.34 .ground sutwy and represents only the Approximate re htlee heaton of propoty boundaries The C,ty 01 Fort Worth astrontot no responstbilty for the accuracy of said data , I , - "liEEDER Cs , Z !Yr' North Riverside Bridge Over 1H-820 I v. PROJECT# 01812 DOE# 6756 A Resolution NO. 4160-12-2012 AUTHORIZING AN ADDITIONAL $70,970.00 IN FUNDING FOR CONSTRUCTION OF THE NORTH RIVERSIDE DRIVE BRIDGE OVER IH-820 AND EXECUTION OF A LOCAL PROJECT ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR THE PROJECT IN AN AMOUNT NOT TO EXCEED $15,979,614.00 WHEREAS, a Master Funding Agreement between the City of Fort Worth and the Texas Department of Transportation ("State") has been adopted and states the general terms and conditions for transportation projects developed through a Local Project Advance Funding Agreement (LPAFA); and WHEREAS, the Texas Transportation Commission passed Minute Orders Numbered 111335 dated April 24, 2008, 111552 dated October 30, 2008 and 110266 dated October 27, 2005 that collectively authorize the State to undertake and complete a highway improvement generally described as an underpass bridge located at N. Riverside Drive and IH-820 comprised of two northbound lanes, two southbound lanes and sidewalks on both sides by change order to North Tarrant Express (NTE) Project CSJ: 0008-14-059; and WHEREAS, on September 11, 2012, the City Council adopted Resolution No. 4125-09-2012 authorizing a LPAFA and funding in the amount of $13,200,000.00 with the State for design and construction of the North Riverside Drive Bridge over IH-820; and WHEREAS, the City, the State and its partners, prior to executing the LPAFA, continued negotiations for additional project related work and funding of related expenses in the amount of $2,708,644.00; and WHEREAS, on November 12, 2012, the City Council adopted Resolution No. 4151-11-2012, authorizing a revised LPAFA and funding in the total amount of $15,908,644.00, which amount was later determined as insufficient; and WHEREAS, the City desires to revise the amount required for additional project related work and funding of related expenses by an additional $70,970.00 to reflect the actual amount of work and related expenses; and WHEREAS, the City of Fort Worth desires to enter into a Local Project Advance Funding Agreement with the Texas Department of Transportation for design, construction, and warranty of the North Riverside Bridge over TH-820 for the revised total amount of $15,979,614.00. Resolution No. 4160-12-2012 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: The City Manager or his designee is authorized to execute a Local Project Advance Funding Agreement with the Texas Department of Transportation in an amount not to exceed $15,979,614.00 ($13,200,000.00 per Resolution 4125-09-2012, $2,708,644.00 per Resolution 4151-11-2012, and $70,970.00 per this Resolution) for the design and construction of the N. Riverside Bridge over IH-820. Adopted this 18`h day of December 2012. �a�� T ��ht! �4o'ooao�a��i;�� ATTEST: j i', bkPle ° , 0 �% 0 By: .(�L ,c‘/.~----- d n d -.it*� 41 0 Mary Kayser, Cit Sretary `') ('141460 Ilfad'6,,,3 Q * 0004. Q►c. .a A Resolution NO. 4160-12-2012 AUTHORIZING AN ADDITIONAL $70,970.00 IN FUNDING FOR CONSTRUCTION OF THE NORTH RIVERSIDE DRIVE BRIDGE OVER IH-820 AND EXECUTION OF A LOCAL PROJECT ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR THE PROJECT IN AN AMOUNT NOT TO EXCEED $15,979,614.00 WHEREAS, a Master Funding Agreement between the City of Fort Worth and the Texas Department of Transportation ("State") has been adopted and states the general terms and conditions for transportation projects developed through a Local Project Advance Funding Agreement (LPAFA); and WHEREAS, the Texas Transportation Commission passed Minute Orders Numbered 111335 dated April 24, 2008, 111552 dated October 30, 2008 and 110266 dated October 27, 2005 that collectively authorize the State to undertake and complete a highway improvement generally described as an underpass bridge located at N. Riverside Drive and IH-820 comprised of two northbound lanes, two southbound lanes and sidewalks on both sides by change order to North Tarrant Express (NTE) Project CSJ: 0008-14-059; and WHEREAS, on September 11, 2012, the City Council adopted Resolution No. 4125-09-2012 authorizing a LPAFA and funding in the amount of $13,200,000.00 with the State for design and construction of the North Riverside Drive Bridge over IH-820; and WHEREAS, the City, the State and its partners, prior to executing the LPAFA, continued negotiations for additional project related work and funding of related expenses in the amount of $2,708,644.00; and WHEREAS, on November 12, 2012, the City Council adopted Resolution No. 4151-11-2012, authorizing a revised LPAFA and funding in the total amount of $15,908,644.00, which amount was later determined as insufficient; and WHEREAS, the City desires to revise the amount required for additional project related work and funding of related expenses by an additional $70,970.00 to reflect the actual amount of work and related expenses; and WHEREAS, the City of Fort Worth desires to enter into a Local Project Advance Funding Agreement with the Texas Department of Transportation for design, construction, and warranty of the North Riverside Bridge over IH-820 for the revised total amount of $15,979,614.00. Resolution No. 4160-12.2012 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: The City Manager or his designee is authorized to execute a Local Project Advance Funding Agreement with the Texas Department of Transportation in an amount not to exceed $15,979,614.00 ($13,200,000.00 per Resolution 4125-09-2012, $2,708,644.00 per Resolution 4151-11-2012, and $70,970.00 per this Resolution) for the design and construction of the N. Riverside Bridge over 1H-820. Adopted this 18th day of December 2012. ATTEST: ,f By: Mary Kayser, CitS¢cretary 1 l.1 V 1 Vl (r CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 11/1/2011 DATE: 11/1/2011 REFERENCE NO.: **C-25259 Official site of the City of Fort Worth, Texas FORT"'�'f1RT:l LOG NAME: CODE: C TYPE: CONSENT PUBLIC HEARING: SUBJECT: Authorize a Master Utility Adjustment Agreement Between the City of Fort Worth and North Tarrant Express Mobility Partners, Texas Department of Transportation, and Bluebonnet Contractors, LLC, for the North Tarrant Express Highway Expansion Project (COUNCIL DISTRICT 4) 6ONTEMUAA NO RECOMMENDATION: It is recommended that the City Council authorize execution of an Agreement with North Tarrant Express Mobility Partners, Texas Department of Transportation, and Bluebonnet Contractors, LLC, for the relocation of approximately 714 linear feet of 36-inch water main at the Beach Street and IH- 820 intersection, within the general NE Loop 820 from IH-35W to Southwestern Railroad (DART or 1700 feet East of State Highway 377) (NTE Segment 1-TXDOT CSJ No. C-0008-14-059) project limits, at no cost to the City of Fort Worth. DISCUSSION: The purpose of this M&C is to enter into a Master Utility Adjustment Agreement (MUAA) with North Tarrant Express Mobility Partners (NTEMP), Texas Department of Transportation (TXDOT) and Bluebonnet Contractors, LLC, for the relocation of approximately 714 linear feet of 36-inch water main along the Beach Street and Interstate Highway 820 intersection, part of North Tarrant Express (NTE) Segment 1. NTE Segment 1 consists of improvements along NE Loop 820 from Interstate Highway 35 to Southwestern Railroad (DART or 1700 feet East of State Highway 377). NTE consists of a 10 year Agreement between TXDOT and NTEMP to identify and construct proposed highway improvements to portions of Interstate Highway 35W, State Highway 183 and Interstate Highway 820 in northern and eastern Tarrant County. NTEMP has hired Bluebonnet Contractors, LLC, a design build contractor, to facilitate design and construction of the highway improvements as well as the necessary utility relocations. Design and construction relocation costs for this MUAA will be 100 percent funded by Bluebonnet Contractors, LLC. The project limits for NTE Segment 1 will include the relocation of additional water and sanitary sewer mains, which will be designed and constructed through future Utility Adjustment Agreement Amendments (UAAAs). Such locations include: 1. Interstate Highway 820 (East and West Bound) service road from Riverside Drive to Beach Street (water and sanitary sewer) 2. Intersection of Interstate Highway 820 and Riverside Drive (sanitary sewer only) 3. Intersection of Interstate Highway 820 and Big Fossil Creek (sanitary sewer only) 4. Intersection of Interstate Highway 35W and Fossil Creek Drive (water only) 5. Intersection of Interstate Highway 35W and Melody Hills Lane (water only) This project is located in COUNCIL DISTRICT 4, Mapsco 49G, H and 50A, E and H. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office bv: Originating Department Head: Additional Information Contact: Fernando Costa (6122) S. Frank Crumb (8207) John Kasavich (8480) ATTACHMENTS 6ONTEMUAA.Map.pdf (1T11 1 //N!A O _ ___ _ _t11_1._ 1 1 /1 P1/11 1 1 //1'1 /r1 et /1 lv1wU 1,v V 1V VY 1 CIsV 1 VL L CITY COUNCIL AGENDA COUNCIL ACTION: Approved on DATE: 11/1/2011 REFERENCE NO.: **C-25259 CODE: C TYPE: CONSENT Official site of the City of Fort Worth, Texas FORT WORTH 11/1/2011 LOG NAME: PUBLIC HEARING: SUBJECT: Authorize a Master Utility Adjustment Agreement Between the City of Fort Worth and North Tarrant Express Mobility Partners, Texas Department of Transportation, and Bluebonnet Contractors, LLC, for the North Tarrant Express Highway Expansion Project (COUNCIL DISTRICT 4) 6ONTEMUAA NO RECOMMENDATION: It is recommended that the City Council authorize execution of an Agreement with North Tarrant Express Mobility Partners, Texas Department of Transportation, and Bluebonnet Contractors, LLC, for the relocation of approximately 714 linear feet of 36-inch water main at the Beach Street and IH- 820 intersection, within the general NE Loop 820 from IH-35W to Southwestern Railroad (DART or 1700 feet East of State Highway 377) (NTE Segment 1-TXDOT CSJ No. C-0008-14-059) project limits, at no cost to the City of Fort Worth. DISCUSSION: The purpose of this M&C is to enter into a Master Utility Adjustment Agreement (MUAA) with North Tarrant Express Mobility Partners (NTEMP), Texas Department of Transportation (TXDOT) and Bluebonnet Contractors, LLC, for the relocation of approximately 714 linear feet of 36-inch water main along the Beach Street and Interstate Highway 820 intersection, part of North Tarrant Express (NTE) Segment 1. NTE Segment 1 consists of improvements along NE Loop 820 from Interstate Highway 35 to Southwestern Railroad (DART or 1700 feet East of State Highway 377). NTE consists of a 10 year Agreement between TXDOT and NTEMP to identify and construct proposed highway improvements to portions of Interstate Highway 35W, State Highway 183 and Interstate Highway 820 in northern and eastern Tarrant County. NTEMP has hired Bluebonnet Contractors, LLC, a design build contractor, to facilitate design and construction of the highway improvements as well as the necessary utility relocations. Design and construction relocation costs for this MUAA will be 100 percent funded by Bluebonnet Contractors, LLC. The project limits for NTE Segment 1 will include the relocation of additional water and sanitary sewer mains, which will be designed and constructed through future Utility Adjustment Agreement Amendments (UAAAs). Such locations include: 1. Interstate Highway 820 (East and West Bound) service road from Riverside Drive to Beach Street (water and sanitary sewer) 2. Intersection of Interstate Highway 820 and Riverside Drive (sanitary sewer only) 3. Intersection of Interstate Highway 820 and Big Fossil Creek (sanitary sewer only) 4. Intersection of Interstate Highway 35W and Fossil Creek Drive (water only) 5. Intersection of Interstate Highway 35W and Melody Hills Lane (water only) This project is located in COUNCIL DISTRICT 4, Mapsco 49G, H and 50A, E and H. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office bv: Fernando Costa (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 60NTEMUAA.Map.pdf M&C Review Page 1 of 2 CITY COUNCIL AGENDA DATE: 11/1/2011 CODE: C SUBJECT: COUNCIL ACTION: Approved on 11/1/2011 Official site of the City of Fort Worth, Texas FORT WORTH REFERENCE NO.: **C-25259 LOG NAME: TYPE: CONSENT PUBLIC HEARING: Authorize a Master Utility Adjustment Agreement Between the City of Fort Worth and North Tarrant Express Mobility Partners, Texas Department of Transportation, and Bluebonnet Contractors, LLC, for the North Tarrant Express Highway Expansion Project (COUNCIL DISTRICT 4) 6ONTEMUAA NO RECOMMENDATION: It is recommended that the City Council authorize execution of an Agreement with North Tarrant Express Mobility Partners, Texas Department of Transportation, and Bluebonnet Contractors, LLC, for the relocation of approximately 714 linear feet of 36-inch water main at the Beach Street and IH- 820 intersection, within the general NE Loop 820 from IH-35W to Southwestern Railroad (DART or 1700 feet East of State Highway 377) (NTE Segment 1-TXDOT CSJ No. C-0008-14-059) project limits, at no cost to the City of Fort Worth. DISCUSSION: The purpose of this M&C is to enter into a Master Utility Adjustment Agreement (MUAA) with North Tarrant Express Mobility Partners (NTEMP), Texas Department of Transportation (TXDOT) and Bluebonnet Contractors, LLC, for the relocation of approximately 714 linear feet of 36-inch water main along the Beach Street and Interstate Highway 820 intersection, part of North Tarrant Express (NTE) Segment 1. NTE Segment 1 consists of improvements along NE Loop 820 from Interstate Highway 35 to Southwestern Railroad (DART or 1700 feet East of State Highway 377). NTE consists of a 10 year Agreement between TXDOT and NTEMP to identify and construct proposed highway improvements to portions of Interstate Highway 35W, State Highway 183 and Interstate Highway 820 in northern and eastern Tarrant County. NTEMP has hired Bluebonnet Contractors, LLC, a design build contractor, to facilitate design and construction of the highway improvements as well as the necessary utility relocations. Design and construction relocation costs for this MUAA will be 100 percent funded by Bluebonnet Contractors, LLC. The project limits for NTE Segment 1 will include the relocation of additional water and sanitary sewer mains, which will be designed and constructed through future Utility Adjustment Agreement Amendments (UAAAs). Such locations include: 1. Interstate Highway 820 (East and West Bound) service road from Riverside Drive to Beach Street (water and sanitary sewer) 2. Intersection of Interstate Highway 820 and Riverside Drive (sanitary sewer only) 3. Intersection of Interstate Highway 820 and Big Fossil Creek (sanitary sewer only) 4. Intersection of Interstate Highway 35W and Fossil Creek Drive (water only) 5. Intersection of Interstate Highway 35W and Melody Hills Lane (water only) This project is located in COUNCIL DISTRICT 4, Mapsco 49G, H and 50A, E and H. http://apps.cfwnet.org/council packethnc_review.asp?ID=16064&councildate=11/1/2011 1/23/2012 M&C Review Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office bv: Originating Department Head: Additional Information Contact: ATTACHMENTS 60NTEMUAA.Map.pdf Fernando Costa (6122) S. Frank Crumb (8207) John Kasavich (8480) http://apps.cfwnet.org/council packet/inc review.asp?ID=16064&councildate=11/1/2011 1/23/2012 rn 0 0 z 1- 0 0 CC 0� nCL 0 Ct >0 014 ccA H I�i w LL Texos Deporimenl of Tronspxtollon FORT WORTH CITY OF FT. WORTH, TEXAS 1000 THROCKTON STREET FT. WORTH, TEXAS 76102 817-392-4477 MAIN ATTN: ANDREW T. CRONBERG, P.E. bluebonnet contractors,1.LC Improving mobility in Texas BLUEBONNET CONTRACTORS, LLC 6851 NE LOOP 820, SUITE 102 NORTH RICHLAND HILLS, TEXAS 76180. 817-510-3557 MAIN 817-510-3691 FAX ATTN: SCOTT STOCKBURGER, P.E. DIRECTOR OF UTILITIES CSJJ ENGINEERING ASSOCIATES, LLC POST OFFICE BOX 630797 IRVING, TEXAS 75063 512-750-3974 MAIN ATTN: SCOTT COLTER, P.E. •I• NICHOLS 4055 Internotionol Plaza, Suite 200 Fort Worth, TX 76109-4895 Phone-(817) 735-7300 Fox-(817) 735-7491 Web - www.freese.com SU5MI3TED F LUEBONNtT'C6NTRACTOS, LLC RE504DED�F�OR411PP ED: I 11410 I�1 b1v ' r/r! � I/ . ANDREW T. CRONBERG, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT CITY OF FORT WORTH, TEXAS RECOMMENDED FOR APPROVED: I 2‘178‘-C FREESE AND NICHOLS, INC. STATE OF TEXAS DEPARTMENT OF TRANSPORTATION 0 PLANS OF PROPOSED STATE HIGHWAY IMPROVEMENT .north tarrant express TARRANT COUNTY ASSEMBLY U NUMBER 820-U-0506 CITY OF FORT WORTH, TEXAS RIVERSIDE DR. WATER AND WASTEWATER UTILITY RELOCATION ROW CSJ: 0008-14-093 CONST. CSJ: 0008-14-059 CONFLICT ID NUMBERS: 1, 33, 34, 35. & 36 STA 700+00 TO 701+00 N. T. S. PROJECT LOCATION $ZQ DECEMBER 2012 © 2012 BY TEXAS DEPARTMENT OF TRANSPORTATION ALL RIGHTS RESERVED. REV DATE BY 1 01/14/13 DGS E[l !DIVISION! IStliC TEXAS CONTROL 0364 SHEET N0. DISIRICt C0.NIV FT WORTH TARRANT SECTION JOB I NIG." NO. 01 119 RIVERSIDE DR. PROJECT NO. DESCRIPTION UPDATED BUILDING INFO — SHT 2 UPDATED BUILDING INFO — SHT 3 REVISE NOTES — SHT 4 REVISE NOTES — SHT 5 REVISE CONFLICT 1 — SHT 10 REVISE CONFLICT 33 — SHT 11 REIVSE CONFLICT 34 — SHT 12 REVISE CONFLICT 35 — SHT 13 REVISE CONFLICT 36 — SHT 14 REVISE PAVEMENT REPAIR DETAIL — SHT 15 2. 01 /24/13 DGS SHEET CLARIFICATIONS IN SET 82D-u-OSO(D-00405 INDEX OF DRAWINGS SEO. SHEET NO. NO. DESCRIPTION 1 —1 2 G-2 3 G-3 4 G-4 5 G-5 6 G-6 7 G-7 8 G-8 9 G-9 10 C-1 11 C-2 12 C-3 13 C-4 14 C-5 15 C-6 16 C-7 17 C-8 18 C-9 19 C-10 20 C-11 21 C-12 COVER OVERALL PROJECT WATER LAYOUT & PROJECT CONTROL PLAN OVERALL PROJECT WASTE WATER LAYOUT & PROJECT CONTROL PLAN FORT WORTH WATER SYSTEM AND ABANDONMENT LOCATION MAP FORT WORTH WASTEWATER SYSTEM LOCATION MAP NTE GENERAL NOTES TXDOT GENERAL NOTES GENERAL NOTES FORT WORTH WATER GENERAL NOTES CONFLICT ID 1 CONFLICT ID 33 CONFLICT ID 34 CONFLICT ID 35 CONFLICT ID 36 CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CONNECTION DETAILS 1?16, �f+llt 01A AtS ro rIEL SIOJTEN LRO, JR eV rJR ti (1 S DNA:. •% ci/3•-0/-zSi FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 CITY OF FORT WORTH RIVERSIDE DR. WATER AND WASTEWATER UTILITY RELOCATION COVER SHEET STATE TEXAS DRAWN BY LIN DISTRICT FT. WORTH DESIGNED BY ABC SHEET G-1 SEQ. 01 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE Tlfl I/24/2013 COUNT TARRANT CHECKED BY I HIGHWAY NO DGS I RIVERSIDE DR. PROJECT NO. SZT q. CITY OF FT. WORTH, TEXAS 1000 THROCKTON STREET FT. WORTH, TEXAS 76102 817-392-4477 MAIN ATTN: ANDREW T. CRONBERG, P.E. bluebonnet contractors, LLC Improving mobility in Texas BLUEBONNET CONTRACTORS, LLC 6651 NE LOOP 820, SUITE 102 NORTH RICHLAND HILLS, TEXAS 76180 817-510-3557 MAIN 817-510-3691 FAX ATTN: SCOTT STOCKBURGER, P.E. DIRECTOR OF UTILITIES C\0 CSJ ENGINEERING ASSOCIATES, LLC POST OFFICE BOX 630797 IRVING, TEXAS 75063 512-750-3974 MAIN ATTN: SCOTT COLTER, P.E. r1 FREESE 4055 International Plaza, Suite 200 Fort Worth, TX 76109-4895 Phone-1817> 735-7300 Fox-(817) 735-7491 Web - www.treese.com Texas Deparlmenl of Transporlolloo ffTEDON@T CONTRACTQfYS LLC RE9GnnDED FOR ,PPI3OVED: I 1 I1-4:1'11 • >I V��' f,t (d`, ANDREW T. CRONBERG, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT CITY OF FORT WORTH, TEXAS L RECOMMENDED FOR APPROVED: I2d/3.-tx FREESE AND NICHOLS, INC. STATE OF TEXAS DEPARTMENT OF TRANSPORTATION 0' PLANS OF PROPOSED STATE HIGHWAY IMPROVEMENT north tarrant express TARRANT COUNTY ASSEMBLY U NUMBER 820-U-0506 CITY OF FORT WORTH, TEXAS RIVERSIDE DRe WATER AND WASTEWATER UTILITY RELOCATION ROW CSJ: 0008-14-093 CONST. CSJ: 0008-14-059 CONFLICT ID NUMBERS: 1, 33, 34, 35. & 36 STA 700+00 TO 701+00 N. T. S. PROJECT LOCATION DECEMBER 2012 10 2012 BY TEXAS DEPARTMENT OF TRANSPORTATION ALL RIGHTS RESERVED. REV DATE BY 1 01/14/13 DGS EYSS DIVI510n1 I5111E TEXAS COO1ROI. 0364 OIs1R1CT (W11r FT WORTH TARRANT sECTIW JOB HICK,. No. 01 119I RIVERSIDE DR. DESCRIPTION UPDATED BUILDING INFO — SHT 2 UPDATED BUILDING INFO — SHT 3 REVISE NOTES — SHT 4 REVISE NOTES — SHT 5 REVISE CONFLICT 1 — SHT 10 REVISE CONFLICT 33 — SHT 11 REIVSE CONFLICT 34 — SHT 12 REVISE CONFLICT 35 — SHT 13 REVISE CONFLICT 36 — SHT 14 REVISE PAVEMENT REPAIR DETAIL — SHT 15 2 01/24/13 DGS SHEET CLARIFICATIONS IN SET INDEX OF DRAWINGS SEO. SHEET NO. NO. DESCRIPTION 1 G-1 2 G-3 4 G-4 5 G-5 6 G-6 7 G-7 8 G-8 10 C-1 11 C-2 12 C-3 13 C-4 14 C-5 15 C-6 16 C-7 17 C-8 18 C-9 19 C-10 20 C-11 21 C-12 COVER OVERALL PROJECT WATER LAYOUT & PROJECT CONTROL PLAN OVERALL PROJECT WASTE WATER LAYOUT & PROJECT CONTROL PLAN FORT WORTH WATER SYSTEM AND ABANDONMENT LOCATION MAP FORT WORTH WASTEWATER SYSTEM LOCATION MAP NTE GENERAL NOTES TXDOT GENERAL NOTES GENERAL NOTES FORT WORTH WATER GENERAL NOTES CONFLICT ID 1 CONFLICT ID 33 CONFLICT ID 34 CONFLICT ID 35 CONFLICT ID 36 CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CITY OF FORT WORTH STANDARD DETAILS CONNECTION DETAILS �\\11 —1P1E''�IF,.>fklll %1T; A* f 04NIEL SIWIEIBUlG, JR 0 �j'Op ; 99271 0 III SS OHAL,E� FREESE AND NICHOLS, WC. TEXAS REGISTERED ENGINEERWG FIRM F-2144 CITY OF FORT WORTH RIVERSIDE DR. WATER AND WASTEWATER UTILITY RELOCATION COVER SHEET STATE TEXAS DRAWN BY LL1R DISTRICT FT. WORTH DESIGNED BY ABC SHEET G-1 SEQ. 01 OF 21 TECHNICAL OFFICE WORK ORDER NO. I DATE 1/24/2013 COUNTY TARRANT CHECKED BY I HIGHWAY NO DOS I RIVERSIDE DR. sssh i<a» 60.666 00000 <ww - 62Qt11.0. VENTU* FOODS 3201 NORTH EAST LOOP 820 EX—F 1196141. EXTF$1DED STAY DELUXE FOSSIL CREEK, �3261 s0RTH ElkAST LOOP 820 +.CP_2115T ----- -1 695+00 11 EX. FH ------ _tom_-- —_ -,-_ , __ —jj- -, _- 700+00 ��+ �N,E. LOOP 820 705+00 1 -- 1 '! Ati HI 1N —711- I II1 III 1N Q1 I 011 CONFLICT�,ID 1 EXISTING�11} 12" DI WC1 111 FOSSIL CREEK CROWN PARTNERS LTD. 4084 SANDSHELL DR. 1 EX1 D. f 3WATE LINE 11 (X-774) `-I COT I ON..NALV CP 2116E EX. FH CP 2004 EX. FH EX. F H EX. FH EXISTING 12" PVC wI. (X-15141). _) C ISOLATION VALVE Gl L1_J 1 1 CONF CP 2005 1317 EX —FtH XISTING ]2' DIzWb C&FL 1 :T 33 -937'_j' CT I EVEREST BJSF COLLEGE 5237 N. ROVERSIDE D1, EX. F( TO BE RELOCATED - -CONFCTCT ID 34 EX. 8" D1 WL CONFLICT 34 (X-9371) EXISTING 8" DI WL CONFLICT 31 (X-9371) Off,Cd3alles CSJ10416. DOte:01\24\Z013 - 09:48:23 AM User:lrtr. FIle11\util\Drawings\RIVERSIDE DR\CV-ALL-PL-SIfE01.tl0n ISOLATION VALVE FIVE STAR COLLISION REPAIR CENTER 5250 N. RIVERSIDE DR. DI SECTION OF WL EX. 12" PVC WATER LINE (X-9371) (D! SECTIONS NEXT TO STORM DRAIN INLETS) 850' TO ISOLATION VALVES DI SECTION OF WL EX. FH PROPOSED RETAINING WALL CONFLICT 86 (Y„QT ER8)ri CP# 2004 2005 2006 2115 2116 2117 1- NORTHING 6,991,149.25 6,991,144.64 6,991,162.66 6,991,469.60 6,991,475.20 6,991,483.73 :• EASTING ELEV 2,336,470.56 2,337,128.28 2,337,932.15 2,336,626.03 2,337,401.50 2,338,200.42 623.93 626.11 641.54 625.70 629.27 643.30 ,114 00 2.4T-2 0 0 IN CP 2117 710. 00—_ -- _ H i NFT:1`CT 86' EX. FH E!H — _CQILLCLCbAIF IGT= EXISTING L.. r12" PVC WL l I L ^ CONFI.ICT„ 86 - PROPOSED IRbOW •• • (VACANT LOT) MERCANTILE PARTNERS LP 5237 N. RIVERSIDE DR. J REV DATE BY DESCRIPTION 1(14/13 DG UPDATED BUILDING INFO 1/24/13 DGS SHEET CLARIFICATIONS LEGEND PROP WL EX WL DI WL PROP ROW EX ROW •• EX VALVE 1 EX FH EX SSMH 0 50' 100' 200' HORIZONTAL SCALE 16 OFir >All may: I ! DINIEL STOUIEE lJlG, JR Ot 99271 1, �IO.o •• 4kENSE�� �' Z-O/3�c9/-2.Gf FREESE AND NICROLS. INC. TEXAS REGISTERED ENGINEERNG FIRM F•2144 p 2 0 I I Texos Deportment of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas r-illINICHOLS FORT WORTH RIVERSIDE DR. OVERALL PROJECT WATER LINE LAYOUT & PROJECT CONTROL PLAN STATE TEXAS DRAWN BY LIAR DISTRICT FT. WORTH DESIGNED BY ABC SHEET G-2 SEQ. 02 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE 1/24/2013 COUNT TARRANT CHECKED BY I DOS HIGHWAY NO - IH-35W hstt 00000 VENTURAI FOODS 3201 NORTH EAST LOOP 820 it I II 1 CP2115_ 0 I I1 II III EXTFAIDED STAY DELUXE III FOSSIL CREEK 1 CONFLICT ID;135 261 ORTH AST LOOP 820 I p CONFLICT ID 35 STA 1.00 BL STA 699•97 N.6991497.04 E•2337124.52 Ff1'rv`E:111� -4/ VC SS (X-]9481) EX. 24" VC SS (M-395) (X-19476) WIWIT 111Y•1}{,41'� :�. ll Inv 6J, EX. 8" IP.VC SS (M-395) (X-9274) 11 R °( EX. le -,-._ 690.1-.OD SS (1.1. ) i 11 695*'00 1 — — — --HE-19479?I 700.00 N. E. LOOP 820 705.00 1 I FOSSIL CREEK CROWN PARTNERS LTD. 4084 SANDSHELL DR. ( ... CONFLICT ID 35)\ STA 2.83.50 1 BL STA 701.81 N-6991497.51 E•2337308.02 Iu4.o3 1. !Komar r17 \ CP# 2004 2005 2006 2115 2116 2117 17irlf ., NORTHING 6,991,149.25 6,991,144.64 6,991,162.66 6,991,469.60 6,991,475.20 6,991,483.73 EASTING 2,336,470.56 2,337,128.28 2,337,932.15 2,336,626.03 2,337,401.50 2,338,200.42 CP 2004T ^ 1. Ilti lr:l' I� CP 2005' `„ .' U0 . '1 EX,_ITADI%p (L-96 8) (X79371 CONFLICT Ip1�36 CONFLICT ID 36 STA 1.00 BL STA 700.33 N•6990877.94 E-2337153.95 EVEREST BJSF 0 COLLEGE 5237 N. RIVERSIDE DR. EX. 8" PVC SS (L-9628) (X-9371) Officdlal las CSJ10416 00e:01\24\201J - 09:4/:10 AM User: Irtr I1 Ie':\at.l\Drow,nQs\RIVERSIDE 011\CV-ALL-PL-SIIE02.00n N CP 2116 Q CONFLICT ID 36 STA 2.16.71 BL STA 701.49 =IN•6990868.25 E-2337270.25 FIVE STAR COLIL,ISION REPAIR CENTER 5250 N. RIVERSIDE DR. CP 2117 ELEV 623.93 626.11 641.54 625.70 629.27 643.30 0 Oaf -- -EX. ROW PROPOSED RETAIN (BY OTHER$) IJ (-1 ES PROPOSED W gp ING WALL (VACANT LOT) MERCANTILE PARTNERS LP 5237 N. RIVERSIDE DR. 710.00 U ram. it/a STATE TEXAS DRAWN BY LMR REV DATE BY DESCRIPTION 1/14/13 1GS UPDATED BUILDING INFO L. 1/24/13 DGS SHEET CLARIFICATIONS LEGEND PROP WW EX WW PROP ROW EX ROW EX VALVE EX FH EX SSMH 0 50' 100' 200' HORIZONTAL SCALE TEXAS REGIFS ES EE O ENGWEERANDLPNG FIRM F-2144 ©201 1 Air Texas Deportment of Transportation r-north tarrant express bluebonnet contractors, LLC Improving mobility in Texas MICHOLS FORT WORTH RIVERSIDE DR. OVERALL PROJECT WASTEWATER LINE LAYOUT & PROJECT CONTROL PLAN SHEET G-3 SEQ. 03 OF 21 TECHNICAL OFFICE WORK ORDER N0. I - DATE 1111 1/24/2013 DISTRICT COUNT FT. WORTH TARRANT DESIGNED BY CHECKED BY I HIGHWAY NO AB DOS IH-35W x• o d -� '.• . i_ A Al 3R 4R COCis 4 FOSSIL = 4R s� 11110 EX. 10" GV m. 61E' . A O3 EX. FH TO DRAIN LINE S@FX 12" C.V 6 CONFLIC EVERE CoFLICT EX. FH 6B DRA I N EX EX. 12" GV rattOt 3 FOSSIL . CF'EEK '1--"...,“--,, ,A 2 " , ®^ A 011 yc _ ww 2 >a Y• +n: CO A Jc 4, p00 FOSSIL A CREEKC1 PARTNERS ' 1 LTD. CONFLICT ID 1 EX. 12" GV 1@ FIVE STAR COLLISION REPAIR CENTER, EX. 12" GV 3 SANDSHELL DR. A A ATANACROSS 6 Mtn LOOP 820 A, .y ta rmILISAV A I3 k ILaa -1 ©AL : V) I0' S S 1- Iz ate e� ,5 11 �l A 5 McLEAN ,O. A Off ,celoIIos CSJ10416 DOte301\24\Z013 - 08150,44 AM Useril°r F. IOft \ut,IBrow. OgS\NI YENS I IX UR\CV-ALL-PL-MAPS-W. OOn 9 I " ,L1 .. g 0'' Yap I _ ...CLIAY n0. 1116 RD. RECOMMENDED SEQUENCE OF CONSTRUCTION GENERAL NOTES 1. RECOMMENDED SEQUENCING IS PROVIDED AS A SUGGESTION TO THE CONTRACTOR. ALL MEANS AND METHODS OF CONSTRUCTION, INCLUDING SEQUENCING, IS ULTIMATELY THE RESPONSISBILITY OF THE CONTRACTOR. THE CONTRACTOR MAY SUBMIT ALTERNATE SEQUENCING PLANS FOR REVIEW BY THE ENGINEER AND CITY. CONFLICT 1 PRIOR TO SHUTDOWN OF EXISTING 12" WATER LINE 1. PERFORM "D-HOLE" TO VERIFY TIE-IN LOCATIONS. DURING 2 WEEK SHUTDOWN OF EXISTING 12" WATER LINE 2. THE CITY OF FORT WORTH WATER DEPARTMENT WILL CLOSE THE VALVES AS DESCRIBED IN THE SHUT DOWN PROCEDURES. 3. REMOVE EXISTING 12" DUCTILE IRON WATER LINE (X-9274) 4. INSTALL CASING PIPE FOR PROPOSED 12" WATER LINE FROM STATION 1+25 TO 2+60 BY OPEN CUT. 5. INSTALL PROPOSED 12" WATER LINE FROM STATION 0+95 TO 2+75. 6. INSTALL TEMPORARY TEST PLUGS AT STATIONS 0+95 AND 2+75 AND TEST WATER LINE. 7. PRESSURE TEST AND DISINFECT LINE THEN REMOVE TEST PLUGS AND MAKE THE CONNECTIONS TO THE EXISTING 12" WATER LINE. 8. BRING WATER UNE INTO SERVICE. SHUT DOWN PROCEDURES FOR CONFLICT 1 1. ONLY THE CITY OF FORT WORTH WATER DEPARTMENT SHALL OPERATE THE EXISTING WATER LINE. SHUT DOWN SHALL NOT LAST LONGER THAN 2 WEEKS. 1A. CLOSE EXISTING 12" GATE VALVE 130' EAST OF THE INTERSECTION OF N. RIVERSIDE DR AND THE WEST BOUND FRONTAGE ROAD. 2A. CLOSE EXISTING 10" GATE VALVE 500' WEST OF THE INTERSECTION OF N. RIVERSIDE DR AND THE WEST BOUND FRONTAGE ROAD. 3A. DRAIN THE EXISTING 12" WATER LINE USING THE FIRE HYDRANT. 4A. VERIFY THAT THE EXISTING VALVES ARE HOLDING. AFTER SHUT DOWN 1. RESTORE ALL SURFACES,LANDSCAPING, CURB AND GUTTER, PAVEMENT AND SIDEWALK AS NEEDED. CONFLICT 33 & 34 PRIOR TO SHUTDOWN OF EXISTING 12" WATER LINE FOR CONLFICT 33 1. PERFORM "D-HOLE" TO VERIFY TIE-IN LOCATIONS. 2. INSTALL CASING PIPE FOR PROPOSED 12" WATER LINE FROM STATION 1+10 TO 2+13. 3. INSTALL NEW WATER LINE FROM STATION 1+03 TO 2+19 INCLUDING BENDS AND ASSOCIATED CONCRETE BLOCKING. 4. INSTALL TEMPORARY TEST PLUGS AT STATIONS 1+03 AND 2+19 AND TEST WATER LINE. 5. NOTIFY THE BUSINESSES AND THE CITY OF FORT WORTH WATER DEPARTMENT 2 WEEKS PRIOR AND THEN AGAIN 72 HOURS PRIOR TO MAKING THE CONNECTION. A. MERCANTILE PARTNERS BUILDING (EVEREST COLLEGE AND BNSF), 5237 N. RIVERSIDE DR, DEBRA PIERCE AT (817)834-3767 EXT 21. I. THE BUILDING HAS ATENANT WHO OPERATES 24 HOURS DAY AND 7 DAYS WEEK. THE TENANT WOULD PREFER A SUNDAY SHUTDOWN. B. FIVE STAR COLLISION CENTER, 5250 N. RIVERSIDE DR, DUCK BREWER AT (817)849-3268 I. FIVE STAR COLLISION CENTER IS OPEN MONDAY-FRIDAY FROM 7 A.M. TO 6 P.M. AND CLOSED TO THE PUBLIC ON WEEKENDS, BUT WILL HAVE EMPLOYEES WORKING IN THE SHOP PERIODICALLY ON THE WEEKEND. C. SUNDAY IS THE PREFERRED SHUT DOWN DAY FOR BOTH BUSINESSES 6. SHUT DOWN EXISTING 12" WATER LINE FROM THE CORNER OF RIVERSIDE DR AND THE EAST BOUND FRONTAGE ROAD TO THE INTERSECTION AT RIVERSIDE DR AND NORTHERN CROSS BLVD. THE CITY OF FORT WORTH WATER DEPARTMENT WILL CLOSE THE VALVES AS DESCRIBED IN THE SHUT DOWN PROCEDURES. PRIOR TO SHUTDOWN OF EXISTING 8" WATER LINE FOR CONLFICT 34 7. PERFORM "D-HOLE" TO VERIFY TIE-IN LOCATIONS. 8. INSTALL CASING PIPE FOR PROPOSED 8" WATER LINE FROM STATION 1+11 TO 2+13. 9. INSTALL NEW WATER LINE FROM STATION 0+89 TO 2+19 INCLUDING BENDS AND ASSOCIATED CONCRETE BLOCKING. 10. INSTALL TEMPORARY TEST PLUGS AT STATIONS 0+89 AND 2+19 AND TEST WATER LINE. 11. SHUT DOWN EXISTING 12" WATER LINE FROM THE CORNER OF RIVERSIDE DR AND THE EAST BOUND FRONTAGE ROAD TO THE INTERSECTION AT RIVERSIDE DR AND NORTHERN CROSS BLVD. THE CITY OF FORT WORTH WATER DEPARTMENT WILL CLOSE THE VALVES AS DESCRIBED IN THE SHUT DOWN PROCEDURES. DURING 8 HOUR SHUTDOWN OF EXISTING 12" WATER UNE CONFLICT33 12. REMOVE THE TEMPORARY TEST PLUGS 13. INSTALL WATER LINE FROM STA 0+94 TO 1+03 AND FROM 2+19 TO 2+22 INCLUDING VALVES, TEES AND BLOCKING AT THE CONNECTIONS TO THE EXISTING PIPE. 14. MAKE THE CONNECTIONS WITH EXISTING 12" LINE. 15. BRING WATER LINE INTO SERVICE. DURING 8 HOUR SHUTDOWN OF EXISTING 12" & 8" WATER LINE CONFLICT 34 16. REMOVE THE TEMPORARY TEST PLUGS 17. INSTALL WATER LINE FROM STA 0+79 TO 0+89 AND FROM 2+19 TO 2+24 INCLUDING VALVES, TEES AND BLOCKING AT THE CONNECTIONS TO THE EXISTING PIPE. 18. BRING WATER LINE INTO SERVICE. SHUT DOWN PROCEDURES FOR CONFLICT 33 & 34 1. ONLY THE CITY OF FORT WORTH WATER DEPARTMENT SHALL OPERATE THE EXISTING WATER LINE. SHUT DOWN SHALL LAST NO LONGER THAN 8 HOURS AND CAN ONLY OCCUR ON SUNDAY. 2. THE SHUTDOWN FOR THESE TWO CONNECTIONS SHALL BE PERFORMED SIMULTANEOUSLY. 1B. CLOSE EXISTING 12" GATE VALVE 5' NORTH OF EAST TIE-IN LOCATION FOR CONFLICT 33. 2B. CLOSE EXISTING 12" GATE VALVE 90' WEST OF THE INTERSECTION OF RIVERSIDE DR AND NORTHERN CROSS BLVD. 3B. CLOSE EXISTING 12" GATE VALVE 100' EAST OF THE INTERSECTION RIVERSIDE DR AND NORTHERN CROSS BLVD. 4B. CLOSE EXISTING 12" GATE VALVE AT THE SOUTHEAST CORNER OF THE INTERSECTION AT RIVERSIDE DR AND NORTHERN CROSS BLVD. 5B. CLOSE EXISTING 12" GATE VALVE 200' WEST OF THE INTERSECTION OF THE EAST BOUND FRONTAGE ROAD AND N. RIVERSIDE DR. 68. DRAIN THE EXISTING 12" WATER LINE USING THE FIRE HYDRANT. 78. VERIFY THAT THE EXISTING VALVES ARE HOLDING. AFTER SHUT DOWN 1. GROUT AND PLUG ABANDONED LINES. 2. RESTORE ALL SURFACES INCLUDING LANDSCAPING, CURB AND GUTTER, PAVEMENT AND SIDEWALK AS NEEDED. REV DATE BY DESCRIPTION 4\1(/14(`/13 pGS REVISE NOTES 1)24/13 )GS SHEET CLARIFICATIONS LEGEND EX WL PROP WL HYDRANT ISO VALVE ARV 0 200'400' 800' HORIZONTAL SCALE A11 _ ;lptE ,0,; �E•4}1F • DANIEL STDJTEI861G, JR 9927I . �: ,T?4'.."s o ENOW:r z.96.g -241 FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGWEERING FIRM F-2144 ©zo11 4.0 Texas Deportment of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LAIR r--� NICHOLS FORT WORTH FORT WORTH WATER SYSTEM AND ABANDONMENT LOCATION MAP SHEET G-4 SEQ. 04 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE �fll 1/24/2013 DISTRICT COUNT FT. WORTH TAR ANT DESIGNED BY CHECKED BY I HIGHWAY NO ABC DOS IH-35W z.§oc hit 00 j0i A Pie _emu-39iL 1 nT'I Y. .59,53 54.4 11,5 r5. 41.1S 3 E05S1‘. 4R 1 I i I J L-9836 4... g 4 .-rvC ' CB z.•.rt , I FOSSIL CREEK BLVD' 0551n 1•zit L=By1z 2,4 ' 'CI ,•ESF 15.51 2r_1 .ss; x A.41x T`i u � _� a F In I5 83 5 4 ~I a • L -B1 14 44, 6.C1 i.ZSt 5 EX T. xr.c 15:. /N EVEREST/ i_ COLLEGE BNSF 'S 6.5,5E MITTI 2 5.4 p1 •r N FOSSI CREEK PA4'fNERS LTD. V. CONFLICT PNOR NERNo ma ID 35 CONFLICT ID 36 COL L1);\VE �ION REPAIR CENTER 7 CROSS .5.. SANDSHELL 7 OMR 4 4 L00P L yV. .i .x 1n .5•.r�4 4.4 2060-424 'ry I51-379 ,5..,1 DR. 10 U co 4 ...., . p7- 1 ; cc�x Pc) CA Q 03 03 MCLEAN 1\� BAR 1TA0 CLAY 4 TIM RD. ALE L NOTES: 1. CONTRACTOR SHALL PROVIDE FOR CONTINUOUS SANITARY SEWER SERVICE FOR ALL AFFECTED SERVICES LISTED BELOW. CONTRACTOR SHALL PROVIDE A TEMPORARY HOLDING TANK TO STORE WASTEWATER DURING CONSTRUCTION. CONTRACTOR WILL BE RESPONSIBLE FOR PROPERLY DISPOSING THE WASTEWATER. CONTRACTOR CAN NOT ALLOW ANY DISCHARGE OF WASTEWATER. ANY OTHER MEANS TO HANDLE THE WASTEWATER MUST BE APPROVED BY THE CITY. 2. CONTRACTOR SHALL NOTIFY AFFECTED BUSINESSES IN ACCORDANCE WITH THE GENERAL NOTES ON SHEETS G-8 AND G-9. NOTIFICATION SHALL BE GIVEN A MINIMUM OF 5 DAYS PRIOR TO CONSTRUCTION. A. FOSSIL CREEK CROWN PARTNERS LTD, 4084 SANDSHELL DR. CONTACT: JEFF SMITH (972) 739-7561. B. MERCANTILE PARTNERS (EVEREST COLLEGE AND BNSF), 5237 N. RIVERSIDE DR. CONTACT: DEBRA PIERCE (817) 834-3767 EXT. 21 C. FIVE STAR COLLISION CENTER, 5250 N. RIVERSIDE DR. CONTACT: DUCK BREWER (817) 849-3268 A\ -REV DATE BY DESCRIPTION AL 1/24/13 DGL` REVISE PER CITY COMMENTS LEGEND PROP WW EX WW 0 200'400' 800' HORIZONTAL SCALE FREESE AND NICHOLS. WC. TEXAS REGISTERED ENGINEERING FIRM F-2144 ©201 1 Texas Deportment of Tronsportotion north tarrant express bluebonnet contractors, LLC Improving mobility in Texas ra1NICHOLS FORT WORTH FORT WORTH WASTE WATER SYSTEM AND ABANDONMENT LOCATION MAP SHEET G-5 SEQ. 05 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE II 1/24/2013 DISTRICT COUNT FT. WORTH TARRANT DESIGNED BY CHECKED BY HIGHWAY NO ABC DOS IH-35W STATE TEXAS 'DRAWN BY LA,41 OfflceDo1105 CSJ10416 00te,01\24\2013 - 09:61111 AM User: for FIIe0,\utl I\Dr0winQs\RIVERSIDE OR\CV-ALL-PL-MAPS-5.dgn -REV DATE BY DESCRIPTION Ah 1/24/13 DOS SHEET CLARIFICATIONS 1. Definitions: • 'Owner' is the Owner of the Utility • 'Developer' is NTE Mobility Partners • 'Design Build Contractor (DISC)' is Bluebonnet Contractors, LLC • 'Utility Contractor' is the contractor hired for the construction of the utility installation, relocation, or removal. 2. All utility installations shall meet or exceed the TxDOT Utility Accommodation Rules WAR) and the Utility Owner's regulations and specifications. In case of conflict or contradiction between the construction standards of the UAR, Local Jurisdictional Authority and the NCTCOG specifications, the following hierarchy shall preside: UAR, Local Jurisdictional Authority standards, NCTCOG specifications, these general notes, these technical specifications, standard form of agreement and NCTCOG standard details, and the most stringent shall apply. 3. The Utility Contractor shall preserve and protect all survey control monuments, benchmarks and right of way markers. Any survey markers that are damaged or destroyed must be replaced by a licensed professional land surveyor registered in the state of Texas at the Utility Contractor's expense. 4. The Design -Build Contractor has adopted project site control having horizontal positions established with North American Datum 1983 (NAD 83, 2007 Adjustment) Texas State Plane Coordinates, North Central Zone 4204, and according to measurements based on the TxDOT RTK/VRS Network. The official combined scale factor is established system wide as 1.00012 (as published by TxDOT for Tarrant County) to convert coordinates from grid to surface. All coordinates and distances will be published as surface values. Project site control is also established with the North American Vertical Datum of 1988 (NAVD 88) as a basis for its vertical positioning. 5. The locations of all existing utilities shown on these plans were determined and obtained from available records and utility potholes surveys, and are approximate. Neither. the Owner, the Design -Build Contractor, nor the Engineer accept any responsibility for any utilities not shown or not located in the location shown. The Utility Contractor shall determine the actual location and condition of the existing utility prior to any trenching or digging beginning. The Utility Contractor must take every precaution to protect all utilities shown or not shown on the plans. Utility Contractor must call DIG-TESS 48 hours prior to any construction work beginning. 6. The Utility Contractor shall protect and preserve all public utilities at all times. Any damage to utilities resulting from the Utility Contractor's operations shall be repaired to the Owner's satisfaction and at the Utility Contractor's expense. 7, The Utility Contractor is also responsible for preserving all adjoining properties. Any trees, shrubs, landscaping, driveways, sidewalks, paving, sprinkler systems, mailboxes, etc. damaged by the Utility Contractor shall be repaired or replaced to equal or better condition and to the Owner's satisfaction at the Utility Contractor's expense. 8. The Utility Contractor shall provide the Engineer and Design -Build Contractor a trench safety plan as per NCTCOG Specification Item No. 107.19.3.3, "Trench Safety" and comply with TxDOT Item No. 402'Trench Excavation Protection". This document will be presented to the Local Jurisdictional Authority prior to the start of construction. The Trench Safety Plan shall be prepared and certified by a registered professional engineer licensed in the state of Texas. All excavations, trenching, and shoring operations shall comply with the requirements of the U.S. Department of Labor, OSHA, "CONSTRUCTION, SAFETY, AND HEALTH REGULATIONS", 29 CFR 1926, Subpart P, "Excavation",, and any amendments thereto. The Utility Contractor shall provide all trench safety measures as required. 9. The Utility Contractor shall keep neat and current plans available on site at all times. The Utility Contractor shall keep accurate current hard copy records of all construction that deviates from the plans. The Utility Contractor shall provide complete accurate "as -built" drawings showing all changes and modifications completed during construction to the Engineer and the Design -Build Contractor. 10. The Utility Contractor is responsible for obtaining all necessary permits, approvals and releases. 11. The Utility Contractor shall give the residents, local jurisdictional authority, businesses and anyone who will be affected by any anticipated or planned disruption in water, wastewater, electrical, phone or cable services 48 hours prior notice. NTE GENERAL NOTES 12. The Utility Contractor is responsible for providing access to abutting streets and properties during the construction of this project for emergency vehicles and property owners. 13. The Utility Contractor Is responsible for keeping all streets, parking tots, driveways and sidewalks adjacent to the project free from mud and debris from the construction site at all times. 14. Utility Contractor shall maintain adequate and positive site drainage throughout the duration of the project. 15. The Utility Contractor must maintain adequate erosion control measures. In the event, erosion occurs as a result of construction, the Utility Contractor shall restore the eroded area to its original condition as soon as possible. Erosion control methods and tree protection should be in place prior to construction beginning in that area. 16. All excavated material deemed excess or unsuitable shall be disposed of off -site by the Utilityy Contractor. The job site shall be cleaned as soon as possible to the satisfaction of the Design -Build Contractor. 17. The Utility Contractor shall not place fill, excess material or any other material in low drainage areas, streams or waterways. Excess material should be removed on a daily basis so that the material will not accumulate. 18. The Utility Contractor shall not place fill or waste material on private property without prior written permission from the property owner. 19. Utility Contractor shall maintain adequate restroom facilities for use by the workers throughout the project. 20. Traffic control measures shall be in compliance with TMUTCD and local jurisdictional authority. Confirm Forth Worth TPW has reviewed the TCP. 21. Directional bores must be approved by the Design -Build Contractor prior to construction of bore pits. Bore pits left open overnight shall be protected as dictated by the Design -Build Contractor. 22. When installing non-metallic pipe, a tracer wire/tape shall be installed concurrently with the pipe at a location above the pipe in the same trench. 23. The Utility Contractor shall keep excavated trenches free of groundwater during construction. If necessary, Utility Contractor shall utilize dewatering procedures in order to control groundwater during construction such that it does not affect his construction work. 24. All items furnished and installed on this project shall be in compliance with the applicable standard details unless otherwise noted or shown. Prior to back filling trenches the new facility shall be inspected and approved by the local jurisdictional authority and the Utility Contractor. 25. All installations are subject to inspection and testing as may be deemed necessary by TxDOT or the local jurisdictional authority to verify that work is done in accordance with TxDOT or Owner's requirements. All supervisory personnel shall be instructed to furnish such information and cooperation as may be required to perform such inspections. Final inspection and approval of water and wastewater improvements is required from the Owner's inspector before these utilities can be considered complete. 26. Water and wastewater testing requirements must meet or exceed the requirements of that utility's Owner. 27. All utilities passing under side streets or the project roadway must be located in casing. 28. The Utility Contractor shall be required to provide and maintain all necessary warning and safety devices to protect the public safety and health at all times until all work has been completed and accepted. 29. Line flushing or any activity using a large quantity of water must be scheduled with focal jurisdictional authority at least 24 hours prior to needing the water. Confirm notification prior to water needs and line flushing. 30. All surfaces such as lids to valve boxes, meter boxes, manholes, splice boxes, etc. shall be rated for HS 20 traffic load bearing. 31. seat. Ail water lines shall be pressure tested and disinfected in accordance with AWWA standards and any additional local jurisdictional authority requirements. 32. All utilities shall have a minimum of 42 inches of cover. 33. Wastewater lines at a minimum shall be SDR 26 PVC, Class 160, green in color, unless denoted otherwise on the plans. 34. All manholes shall be vacuum tested to ensure the manhole is water tight. 35. Remove and salvage all fire hydrants as well as valves 12" and greater from all water lines to be abandoned. FWWD requires all valves to be salvaged. 36. DUE TO EXCESSIVE CONGESTION AND CONFLICTS BETWEEN EXISTING AND PROPOSED FEATURES OF THIS CONSTRUCTION, THE LINES AND GRADES SHOWN ON THE PLANS ARE IN MOST CASES, VERY CRITICAL. THE UTILITY CONTRACTOR MAY NOT'ADJUSTANY LINE, GRADE OR LOCATION IN THE FIELD WITHOUT THE EXPRESSED WRITTEN PERMISSION FROM THE DESIGN -BUILD CONTRACTOR AND CONSULTATION WITH THE DESIGN -BUILD CONTRACTOR'S ENGINEER, EVEN IF NO CONFLICTS ARE APPARENT. 37. Contact Information for Utility Owners • AboveNet • AT&T • Atmos Energy • Barnett Gathering (XTO) Pete Neilsen Gary Ttlory William Day Farrell Gray a. Jeryl White • Charter Communications Peter Ligon • Chesapeake Energy Tim Gilpin • City of Bedford John Kubala a. Bill Shelton • City of Euless Ron Young • City of Ft. Worth John Kasavich • City of Hurst Joe Sherwin a. Ron Haynes • Haltom City Tom Ice a. David Failn • North Richland Hills Greg Van Nieuwenhuize • City of Watauga Johnie Reagan • CrossTex Energy Warren Redd • Enterprise Tx Pipeline Jeryl White a. Don Brown • Explorer Pipeline Chance Gipson • Fiberlight Communications Chris Bigley • Level (3) Communications Jason Mechiem • Oncor Electric Delivery Gary Wilson • Qwest Communications • Sprint Communications • Sunoco Pipeline • Time Warner Cable • Trinity River Authority (TRA) • TW Telecom of TX • Verizon Business • RUSSELL CURLS: FW Field Ops • ROGER HAUSER:Field Ops • FW W & W W Line Locates • FW Street Lights/Traffic • Phone,Cable,Gas,Electrlc (DIG TESS) a. Alton Gillit b. Randy Bell Scott Whaley James Stuart William Chaparro David Cheney RonTamada Tom Westendarp Erik Baker 214-252-7934 817-338-6202 817-215-4368 817-885-2366 817-846-7754 214-695-3034 817-718-6863 817-952-2248 817-952-2220 817-685-1646 817-392-8480 817-788-7080 817-788-7180 817-834-9036 817-834-9036 817-427-6400 817-814-5806 817-721-9320 817-846.7754 719-381-6311 918-493-5152 214-714-0296 214-443-2720 817-215.6017 817-215-6141 940-497-7530 972-720-2989 214-289-5105 817-637-6467 214-320-7406 817-493-5100 972-455-7907 972-729-6079 817-392-2622 817-925-2360 817-392.8296 817-392-7738 1-800-DIG-TESS FREESE AND NCHOLS.WC. TEXAS REGISTERED ENGWEERING FIRM F-2144 Q2�® Texos Deportment of Transportation .snorth tarrant express bluebonnet contractors, LLC Improving mobility in Texcss NICHOL IF7S STATE TEXAS DRAWN BY LI.rr Foe T� H NTE GENERAL NOTES SHEET G-6 SEG. 06 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE i/24/2013 DISTRICT I COUNT FT. WORTH TARRANT DESIGNED BY I CHECKED BY I HIGHWAY NO ABC DGs I j H-35W OKK,cA:or't Worth CSJ10416 Dote: Jon. 24, 2013 - 09:40:05 mos.-tie Filew:\ut, I\Urow,nQs\RIVEHSI DE UN\CV-ALL-GN-NOILOI. Oqn STATE OF TEXAS DEPARTMENT OF TRANSPORTATION REV DATE BY DESCRIPTION As 1/24/13 DGS SHEET CLARIFICATIONS T:DOT I. ALL UTILITY INSTALLATIONS MUST MEET THE TXDOT UTILITY ACCOMMODATION RULES 2. ALL TRAFFIC CONTROL MUST BE IN ACCORDANCE WITH THE APPLICABLE PORTIONS OF THE TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (TX MUTCD) 3. LANE CLOSURES (IF REQUIRED) ARE ONLY ALLOWED BETWEEN 9:00 AM AND 4:00 PM MONDAY THROUGH FRIDAY. LANE CLOSURES ARE NOT ALLOWED IN INCLEMENT WEATHER OR IF THE PAVEMENT IS WET OR ICY. PRIOR TO ANY TRAFFIC CONTROL SET UP, CONTRACTOR MUST NOTIFY TXDOT AND OBTAIN APPROVAL. 4. CONTRACTOR MUST CONTACT TXDOT MINIMUM 48 HOURS PRIOR TO ANY WORK ACTIVITY IN THE TXDOT RIGHT-OF-WAY (ROW). 5. FIELD CREWS ARE NOT ALLOWED TO PARK THEIR VEHICLES WITHIN THE TXDOT ROW. 6. TXDOT ROADS MUST BE KEPT CLEAN OF CONSTRUCTION RELATED DIRT AND DEBRIS AT ALL TIMES. 7. ANY OPEN EXCAVATIONS OR EQUIPMENT LEFT OVERNIGHT THAT ARE CLOSER THAN 30 LF FROM THE EDGE OF THE PAVEMENT MUST BE PROTECTED BY CONCRETE TRAFFIC BARRIERS (CTBs), AND SECURED WITH MESH FENCING. EQUIVALENT PERFORMANCE WATER FILLED BARRIERS MAY BE USED IN LIEU OF CTBs ONLY WITH PRIOR TXDOT APPROVAL. BARRIER AND BARRIER TRANSITION TO BE INSTALLED ACCORDING TO TXDOT POLICY. 8. ALL EXISTING ASPHALT AND CONCRETE DRIVEWAYS LOCATED WITHIN TXDOT ROW MUST BE BORED UNLESS PROPERTY OWNER GRANTS PERMISSION TO THE CONTRACTOR TO OPEN CUT. PRIOR TO OPEN -CUTTING A DRIVEWAY, CONTRACTOR MUST SUBMIT TO TXDOT OWNER'S LETTER GRANTING PERMISSION. SUCH A LETTER MUST CONTAIN OWNER'S NAME AND CONTACT INFORMATION SO THAT TXDOT MAY VERIFY THE CONTENT. 9. THE CONTRACTOR IS REQUIRED TO RESTORE THE GRADE TO ITS PRE -CONSTRUCTION CONDITION UNLESS DIRECTED BY THE DEVELOPER. 10. CONTRACTOR IS CAUTIONED THAT ONE CALL WILL NOT LOCATE TXDOT'S UTILITY LINES THAT OPERATE TRAFFIC SIGNALS, FLASHING BEACONS, OR STREET LIGHTING. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTACT TXDOT FOR LOCATIONS OF SUCH FACILITIES. IF ANY DAMAGE OCCURS TO TXDOT'S FACILITIES, CONTRACTOR MUST CONTACT TXDOT IMMEDIATELY TO COORDINATE REPAIR. 11- CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE OR MISSING MONUMENTS, SIGNS, OR RIGHT-OF-WAY MARKERS. REPAIR OF SUCH FACILITIES MUST BE DONE IN A TIMELY MANNER, AND IN ACCORDANCE WITH TXDOT STANDARDS. 12. IF INSTALLING NON-METALLIC PIPE, A TRACER WIRE MUST BE CONCURRENTLY INSTALLED, OR OTHER MEANS SHALL BE PROVIDED FOR DETECTION PURPOSES. 13. EXCESS MATERIALS FROM ANY KIND OF EXCAVATION SHALL BE REMOVED FROM TXDOT ROW AND THE JOB SITE MUST BE CLEANED UP AS SOON AS POSSIBLE TO THE SATISFACTION OF TXDOT. 14. CONTRACTOR SHALL INFORM THEIR FORCES THAT ALL UTILITY INSTALLATIONS AUTHORIZED BY TXDOT ARE SUBJECT TO INSPECTION AND TESTING AS MAY BE DEEMED NECESSARY BY TXDOT TO VERIFY THAT WORK IS DONE IN ACCORDANCE WITH TXDOT REQUIREMENTS. ALL SUPERVISORY PERSONNEL SHALL BE INSTRUCTED TO FURNISH SUCH INFORMATION AND COOPERATION AS MAY BE REQUIRED TO PERFORM SUCH INSPECTIONS. 15. NO CONSTRUCTION EQUIPMENT RELATIVE TO THE APPROVED CONSTRUCTION SHALL BE ALLOWED ON THE ROADWAY OR SHOULDER, UNLESS SPECIFICALLY AUTHORIZED BY TXDOT. ANY AND ALL TEMPORARY TRAFFIC CONTROL MUST BE PRE - APPROVED BY TXDOT. SET UP BY COMPETENT PERSONNEL AND MUST BE IN ACCORDANCE WITH TMUTCO. 16. ANY TREES AND LANDSCAPE LOCATED ON PRIVATE PROPERTY ARE CONSIDERED PROJECTED. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE TO LANDSCAPE AND VEGETATION ON PRIVATE PROPERTY, AND SHALL RECTIFY THE DAMAGE TO THE SATISFACTION OF THE INVOLVED PROPERTY OWNER. 17. ALL TREE PRUNING, IF REQUIRED, SHALL BE DONE IN ACCORDANCE WITH ANSI 300 STANDARDS. CONTRACTOR SHALL TAKE ALL PRECAUTIONARY MEASURES TO PREVENT THE SPREAD OF OAK WILT. GENERAL CONSTRUCTION NOTES: 1. CONTRACTOR IS REQUIRED BY LAW TO CONTACT THE TEXAS ONE -CALL A MINIMUM OF 48 HOURS BEFORE ANY EXCAVATION CAN TAKE PLACE. 2. CONTRACTOR IS CAUTIONED THAT ONE -CALL LOCATES UTILITIES THAT SUBSCRIBE TO THEIR SERVICE ONLY. CONTRACTOR 1S RESPONSIBLE TO CONTACT NOTED UTILITY Off,ceNort worth CSJ10416 Uote:Jon. 24, 2013 - 09:2St31 AIMserlje F,Itlll\ut,l\Drowings\RRIVERSIUE UN\CV-ALL-13N-NO1E02.0gn PROVIDERS IN THE AREA DIRECTLY IF THEY ARE NOT LISTED AS RESPONDING TO ONE -CALL. 3. CONTRACTOR MUST OBTAIN ALL LOCATES PRIOR TO CONSTRUCTION. VERIFY THE LOCATION OF UNDERGROUND UTILITIES AT LEAST 100 LF IN ADVANCE OF ALL PROPOSED UTILITY CROSSINGS, AND ALSO AT LOCATIONS WHERE THE PROPOSED FACILITIES ARE DEPICTED TO RUN PARALLEL TO AND WITHIN EXISTING FACILITIES. 4. EXISTING UTILITY LOCATIONS SHOWN ON PLANS ARE BASED ON SUE AND RECORD INFORMATION, AND MAY BE NEITHER ACCURATE NOR COMPLETE. CONTRACTOR IS RESPONSIBLE TO PHYSICALLY VERIFY ALL EXISTING UTILITY LOCATIONS AND OTHER OBSTRUCTIONS IN PROPOSED UTILITIES PATH. INCLUDING BUT NOT LIMITED TO THOSE UTILITIES THAT RUN PARALLEL TO THE PROPOSED UTILITY ASSIGNMENT. 5. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE TO THE PUBLIC IMPROVEMENTS. INCLUDING BUT NOT LIMITED TO EXISTING UTILITIES, PAVEMENT, ROAD, CURB AND GUTTER, SIDEWALK, AND GRADE. 6. INSTALLATION MUST MEET TXDOT UTILITY ACCOMMODATION RULES (UAR), AS WELL AS BE IN ACCORDANCE WITH UTILITY OWNER STANDARDS, METHODS, AND PRACTICES. 7. ALL LABOR TO BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE AND LATEST OSHA STANDARDS. INCLUDING BUT NOT LIMITED TO TRENCH SAFETY. 8. CONTRACTOR SHALL PLACE UTILITY, BOTH HORIZONTALLY AND VERTICALLY AS SPECIFIED. ANY PROPOSED FIELD CHANGES MUST BE APPROVED BY THE ENGINEER, TXDOT, AND BLUEBONNET CONTRACTORS PRIOR TO MAKING SUCH CHANGE. 9 CONTRACTOR IS SPECIFICALLY CAUTIONED THAT VERTICAL ALIGNMENT HAS BEEN DESIGNED TO MEET THE UAR FOLLOWING HIGHWAY CONSTRUCTION GRADE ADJUSTMENTS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO PLACE THE PROPOSED UTILITY AT OR BELOW SPECIFIED ELEVATION. BEFORE THE CONTRACTOR ELECTS TO INSTALL UTILITY BELOW SPECIFIED ELEVATION, HE SHOULD ENSURE THAT THERE ARE NO OBSTRUCTIONS TO DOING SO. INCLUDING BUT NOT LIMITED TO OTHER UTILITY CROSSINGS. CONTRACTOR SHOULD CONTACT THE ENGINEER FOR ANY NECESSARY CLARIFICATIONS. 10. CONTRACTOR MUST EXERCISE EXTREME CAUTION AND MUST PROTECT ALL EXISTING UNDERGROUND UTILITIES WHEN WORKING IN THEIR VICINITY. COORDINATE TEMPORARY SUPPORT AND PROTECTION OF EXISTING UTILITIES DIRECTLY WITH AFFECTEQ UTILITY PERSONNEL. 11. PRIOR TO CROSSING EXISTING PIPELINES, CONTRACTOR MUST CONTACT APPROPRIATE PIPELINE INSPECTOR. 12. ALL UNDERGROUND UTILITY CROSSINGS MUST BE ACCOMPLISHED WITH A MINIMUM OF 12" CLEARANCE, MEASURED FROM THE EDGE OF THE INVOLVED UTILITIES. 13. CONTRACTOR MUST PROTECT ALL OVERHEAD PLANTS WHEN WORKING IN ITS VICINITY. CONTRACTOR MUST COMPLY WITH RELATED OVERHEAD UTILITY OWNER'S POLICY ON POLE SUPPORTING. 14. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE RESULTING FROM HIS METHOD IN CONDUCTING WORK. 15. TRENCH BACKFILL MUST BE COMPACTED TO COMPLY WITH TXDOT STANDARD SPECIFICATION ITEM 400. ANY AND ALL SETTLEMENT OF EROSION SHALL BE REPAIRED BY THE CONTRACTOR UNTIL FULL STABILITY IS ACHIEVED. 16. WHEN STRINGING CASING OUTSIDE OF THE LIMITS OF CONSTRUCTION, IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTACT THE AFFECTED PROPERTY OWNERS AND OBTAIN THEIR PERMISSION PRIOR TO UTILIZING THEIR PROPERTY FOR STRINGING CASING, OR FOR ANY OTHER CONSTRUCTION RELATED ACTIVITY. 17. CONTRACTOR IS RESPONSIBLE FOR SEEKING AN APPROPRIATE STAGING AREA, AND OBTAINING ANY NECESSARY AGREEMENTS AND/OR PERMITS RELEVANT TO IT. ANY AND ALL EQUIPMENT AND/OR MATERIAL LEFT IN THE TXDOT ROW OVERNIGHT MUST BE SECURED AND PROTECTED IN ACCORDANCE WITH TXDOT STANDARDS. 18. CONTRACTOR SHALL AVOID MANEUVERING MACHINERY AND EQUIPMENT ON PAVED SURFACES. IF IT BECOMES NECESSARY, CONTRACTOR SHALL TAKE NECESSARY MEASURES TO ENSURE NO DAMAGE OCCURS TO THE PAVEMENT. CONTRACTOR IS RESPONSIBLE TO REPAIR ANY DAMAGE HE CAUSES TO THE SATISFACTION OF TXDOT. 19. CONTRACTOR SHALL OPEN ONLY AS MUCH TRENCH AS HE CAN BACKFILL DAILY, IN ACCORDANCE WITH TRENCH BACKFILL SPECIFICATIONS. CONTRACTOR SHALL NOT LEAVE ANY TRENCH OPEN OVERNIGHT. IF IT BECOMES NECESSARY TO LEAVE TRENCH OPEN OVERNIGHT IT SHOULD BE PROTECTED WITH CTBs OR APPROVED EQUIVALENT. 20. CONTRACTOR SHALL KEEP ALL APPLICABLE AND NECESSARY PERMITS ON SITE, AND BE READY TO PRODUCE THEM AT THE REQUEST OF APPROPRIATE AUTHORITIES. 21. FOR T2 MANHOLES, ABANDONMENT SHALL CONSIST OF BACKFILLING VOIDS WITH SAND OR OTHER UAR APPROVED MATERIAL IN ACCORDANCE WITH TXDOT SPECIFICATIONS FOR T2 MANHOLES, ABANDONMENT SHALL CONSIST OF REMOVAL OF MANHOLE NECK SECTION AND LID, AND BACKFILLING MANHOLE WITH SAND OR OTHER UAR APPROVED MATERIAL. BACKFILLING TO ORIGINAL GRADE SHALL BE IN ACCORDANCE WITH TXDOT SPECIFICATIONS. MANHOLES MAY NOT BE ABANDONED UNDER PROPOSED PAVEMENT. FOR T4 HANDHOLE, ABANDONMENT SHALL CONSIST OF REMOVAL OF LID OF HANDHOLE, AND BACKFILLING WITH SAND OR OTHER UAR APPROVED MATERIAL. BACKFILLING TO ORIGINAL GRADE SHALL BE IN ACCORDANCE WITH TXDOT SPECIFICATIONS. 22. CONTRACTOR IS CAUTIONED THAT DIRECTIONAL BORE LENGTH INDICATED ON PLANS ACCOUNT FOR THE HORIZONTAL LENGTH OF THE BORE ONLY. ADDITIONAL LENGTH OF BORE NECESSARY TO RISE AND FALL VERTICALLY IS CONSIDERED INCIDENTAL. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ADJUST THE BORE LENGTH ACCORDINGLY. ENVIRONMENTAL NOTES: 1. CONTRACTOR MUST CONFORM TO BLUEBONNET CONTRACTORS' ENVIRONMENTAL PERMIT, ISSUES AND COMMITMENT (EPIC) SHEETS AND APPROVED COMPREHENSIVE ENVIRONMENTAL PROTECTION PLANS FOR ENVIRONMENTAL PROTECTION INFORMATION. 2. TREE PROTECTION IS ONLY NECESSARY TO ENSURE PROTECTION OF TREES ON PRIVATE PROPERTY. 3. CONTRACTOR SHALL NOT DISPOSE OF SURPLUS EXCAVATED MATERIAL WITHOUT NOTIFYING BLUEBONNET CONTRACTORS WITHIN 48 HOURS OF SOIL DISPOSAL. 4. ALL TEMPORARY EROSION CONTROL MEASURES SHALL BE IN PLACE PRIOR TO START OF CONSTRUCTION, AND MUST BE INSTALLED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. 5. TEMPORARY EROSION CONTROL MEASURES SHALL BE INSTALLED USING BEST MANAGEMENT PRACTICES AND IN A MANNER TO PREVENT CONSTRUCTION RELATED SEDIMENT TO FLOW DOWNSTREAM INTO WATERWAYS. 6. TEMPORARY EROSION CONTROLS SHALL BE INSPECTED AND MAINTAINED SUCH TO INSURE THEIR INTENDED PERFORMANCE. 7. ALL BORE PITS MUST BE PROTECTED WITH SILT FENCING ON THE DOWN SLOPE SIDE TO PREVENT BORING MUD RUNOFF. 8. ANY BORING MUD DISCHARGE MUST BE PROMPTLY CONTAINED AND CLEANED UP AS SOON AS PRACTICAL, BUT NOT LATER THAN COMPLETION OF THE RELEVANT BORE OPERATION. 9. CONTRACTOR SHALL HAVE A VACUUM TRUCK AVAILABLE AROUND BORE RIGS AT ALL TIMES TO HELP CONTAIN ANY MUD SPILLS PROMPTLY. 10. GRADE RESTORATION SHALL FOLLOW ACTIVE CONSTRUCTION, AND SHALL NOT LAG BEHIND ACTIVE CONSTRUCTION MORE THAN 48 HOURS. 11. NO PERMANENT EROSION CONTROLS SHALL BE IMPLEMENTED AS PART OF THIS PROJECT WITHIN THE LIMITS OF THE CONSTRUCTION (LOC) OF THE NORTH TARRANT EXPRESS (NTE). HOWEVER, WHERE CONSTRUCTION IS TO TAKE PLACE OUTSIDE OF LOC OF THE NTE, ALL APPLICABLE RESTORATION INCLUDING RE -VEGETATION USING TXDOT STANDARDS SHALL APPLY. 12. BORING MUD MUST BE DISPOSED AT A LOCATION APPROVED BY THE PROJECT, AND THE APPROPRIATE GOVERNING AUTHORITY. TRAFFIC CONTROL NOTES: 1. ALL TRAFFIC CONTROL SET UPS MUST BE IN ACCORDANCE WITH THE APPLICABLE SECTION OF TMUTCD. ALL LANE CLOSURES MUST BE PRE -APPROVED BY TXDOT 2. REFER TO TRAFFIC CONTROL DETAILS PROVIDED. CONTRACTOR IS URGED TO CONTACT THE ENGINEER FOR ANY NECESSARY CLARIFICATION. 3. WHEN SETTING UP TRAFFIC CONTROL ON ROADS OTHER THAN TXDOT, APPLICABLE PERMITS MUST BE OBTAINED FROM THE APPROPRIATE GOVERNING AUTHORITY. CONTACT ENGINEER FOR ANY QUESTIONS. 4. NO TRAFFIC CONTROL CAN BE SET UP IN INCLEMENT WEATHER. ,l; OF T f*111 ,./* * 9S 11 i* �' RAC DANIEL STOUTENBuRG, JR j 1••, 9 9 2 7 I .. ,IPo111,7NAL 1 �kENSE NV4-' � FREESE AND NICHOLS. NC. TEXAS REGISTERED ENGNEERING FIRM F-2144 m. mil'® Texas Deportment of Transportation .inorth tarrant express bluebonnet contractors, LLC Improving mobility in Texas r--1 NICHOLS FORT WORTH TXDOT GENERAL NOTES STATE TEXAS DRAWN BY LMl DISTRICT FT. WORTH DESIGNED BY ABC SHEET G-7 SEQ. 07 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 1/24/2013 COUNT TARRANT CHECKED BY I DOS HIGHWAY NO IH-35W GENERAL NOTES GENERAL NOTES CONT. REV DATE BY DESCRIPTION A 1/24/13 DGS SHEET CLARIFICATIONS ffi 1. LOCATION OF EXISTING UTILITIES SHOWN ARE APPROXIMATE. CONTRACTOR SHALL FIELD VERIFY HORIZONTAL AND VERTICAL LOCATIONS AND OWNERSHIP OF ALL EXISTING UTILITIES PRIOR TO ANY CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL EXISTING UTILITY COMPANIES OR OWNERS A MINIMUM OF FORTY-EIGHT (48) HOURS BEFORE PERFORMING ANY WORK IN THIS AREA. CONTRACTOR WILL COORDINATE CONSTRUCTION ACTIVITIES WITH OTHER UTILITIES THAT ARE BEING RELOCATED. THE UTILITY COMPANIES PHONE NUMBERS KNOWN TO BE ON SITE ARE AS FOLLOWS: UTILITY COMPANY CITY OF FORT WORTH CITY OF FORT WORTH ATMOS ENERGY AT&T ONCOR TIME WARNER CHARTER COMMUNICATIONS EXPEDIUS COMMUNICATIONS ARCO GASOLINE SINCLAIR OIL CITGO GAS VERIZON WIRELESS DIG TESS (FIBER OPTICS) CONTACT PHONE NO WATER DEPT. FIELD OPERATIONS 817)871-8296 TRANSPORTATION & PUBLIC WORKS 817392-8100 KEITH KEATING 817) 303-2914 GARY TILORY 817) 338-6202 ROBERT MARTINEZ 817) 215-6688 C.J. BRANDS 214) 320-5417 817) 509-6272, 817) 538-8534 1-800-322-2726 660542-0208 (817) 355-4014 KELLY BAUMEN (972) 578-3345 1-800-344-8377 20. THE CITY HAS THE FIRST RIGHT OF REFUSAL ON ALL SALVAGE MATERIALS FROM THE PROJECT. THOSE THE CITY WISHES TO KEEP SHALL BE DELIVERED TO THE SERVICE CENTER AND THOSE THE CITY DOES NOT WANT SHALL BE DISPOSED OF BY THE CONTRACTOR AT HIS EXPENSE. PROVIDE TRANSMITTAL ON ALL DELIVERIES. 21. BLOCKING IS NOT SHOWN FOR CLARITY BUT IS REQUIRED FOR ALL BENDS, TEES, PLUGS OR OTHER FITTINGS. 22. BASELINE (BL) STATIONING IS THE UTILITY BASE LINE. 23. WATER LINE MARKERS SHALL BE SUBSIDIARY TO THE UNIT COST OF PIPE. 24. ALL ABANDONED LINES SHALL BE FILLED WITH GROUT IN ACCORDANCE WITH UAR. 25. TELEPHONE LINES, ELECTRIC LINES, GAS LINES (UNDERGROUND OR ABOVE GROUND) CUT OR DAMAGED BY CONTRACTOR SHALL BE REPAIRED AND RESTORED AT NO ADDITIONAL COST TO OWNER. EXT. 3363 26. CONTACT UTILITY IMMEDIATELY IF CUT OR DAMAGED. SERVICE MUST BE RESTORED IMMEDIATELY TO ELIMINATE DISRUPTION OF SERVICE OVER THE WEEKEND. CONTRACTOR SHALL OBTAIN EMERGENCY 24 HOUR UTILITY CONTACTS AND HAVE AVAILABLE SHOULD THIS ISSUE ARISE. 2. THE CONTRACTOR SHALL NOT OPERATE WATER MAIN VALVES. THE CONTRACTOR SHALL COORDINATE WITH THE CITY OF FORT WORTH 2 FULL BUSINESS DAYS PRIOR TO CONSTRUCTION TO OPERATE VALVES. 3, IT IS THE CONTRACTORS RESPONSIBILITY TO MAINTAIN NEAT AND ACCURATE PLANS OF RECORD. 4. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING ADEQUATE SITE DRAINAGE THROUGHOUT THE DURATION OF THIS PROJECT. 5. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS AND APPROVALS BEFORE CONSTRUCTION BEGINS. 6. PRIOR TO EXCAVATION FOR NEW PIPING, THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE LOCATION OF ALL EXISTING PIPING AND UTILITIES IN THE CONSTRUCTION AREA(S). CONTRACTOR SHALL SUPPORT EXISTING UTILITIES AS REQUIRED FOR CONSTRUCTION OF NEW ITEMS AND REINSTALL THEM AS REQUIRED AT NO ADDITIONAL COST TO THE OWNER. 7. THE CONTRACTOR SHALL NOT PLACE FILL OR WASTE MATERIAL ON ANY PRIVATE PROPERTY WITHOUT PRIOR WRITTEN PERMISSION FROM THE PROPERTY OWNER AND PROVIDE DEVELOPER WITH A COPY. NO EXCESS EXCAVATED MATERIAL SHALL BE DEPOSITED IN LOW AREAS OR ALONG NATURAL DRAINAGE WAYS THAT WILL RESTRICT THE NATURAL FLOW OF WATER. IF THE CONTRACTOR PLACES EXCAVATED MATERIAL IN LOW AREAS THAT WILL CAUSE FLOOD DAMAGE, HE WILL BE RESPONSIBLE FOR ALL DAMAGE RESULTING FROM SUCH FILL AND HE SHALL REMOVE THE FILL AT HIS EXPENSE. 8. ALL STREETS WITHIN THE SCOPE OF THE CONTRACT SHALL BE KEPT ACCESSIBLE TO FIRE TRUCKS, AMBULANCES AND OTHER EMERGENCY VEHICLES, AT ALL TIMES. 9. THE CONTRACTOR SHALL MAINTAIN SUITABLE ACCESS OF A PASSENGER CAR TO PRIVATE PROPERTY OWNERS, THE ENGINEER AND THE CITY OF FORT WORTH AT ALL TIMES DURING CONSTRUCTION. 10. WHERE GRASS IS REMOVED FOR INSTALLATION OF PIPELINE, OR OTHER IMPROVEMENTS REQUIRED BY THIS PROJECT, CONTRACTOR SHALL REPLACE GRASS SUCH THAT THE GRASS THAT WAS PRESENT IN PRE CONSTRUCTION CONDITIONS IS REPLACED AND/OR RESTORED, WITH THE SAME TYPE GRASS, TO ITS CONDITION IN AS GOOD OR BETTER CONDITION THAN PRIOR TO CONSTRUCTION. GRASS REPLACEMENT SHALL BE SODDING IN PRIVATE PROPERTY AND HYDROMULCH SEEDING IN OTHER AREAS, UNLESS DIRECTED OTHERWISE BY DEVELOPER. 11. THE CONTRACTOR SHALL AVOID DAMAGING ANY EXISTING WATER SPRINKLER SYSTEM THAT MAY BE IN THE CONSTRUCTION AREA AND WILL BE RESPONSIBLE FOR REPAIRS TO ANY HEADS OR LINES DAMAGED. REPLACEMENT, AS NECESSARY, SHALL BE AT LIKE OR BETTER MATERIAL AND INSTALLED BY A LICENSED IRRIGATOR, AT THE CONTRACTORS EXPENSE. DAMAGED SPRINKLERS SHALL BE REPLACED THE SAME DAY THEY ARE DAMAGED, TO THE SATISFACTION OF THE CITY, DEVELOPER AND OWNER. 12. THE CONTRACTOR SHALL REMOVE ALL FENCES, LOCATED WITHIN EASEMENTS, INTERFERING WITH CONSTRUCTION OPERATION AND PROVIDE TEMPORARY FENCING DURING CONSTRUCTION. REMOVED FENCES SHALL BE REPLACED WITH A NEW FENCE OF EQUAL OR BETTER QUALITY OR UNDAMAGED ORIGINAL FENCING TO MATCH THE EXISTING CONDITION OF THE FENCE. ALL AFFECTED PROPERTY OWNERS SHALL BE NOTIFIED TWO WEEKS PRIOR TO CONSTRUCTION. REMOVAL AND REPLACEMENT OF EXISTING AND TEMPORARY FENCES SHALL BE CONSIDERED SUBSIDIARY TO THE PROJECT COST. 13. ALL DRIVEWAYS, WHICH SHALL BE SAW CUT, SHALL HAVE ACCESS PROVIDED AT ALL TIMES. CLOSURES. PARTING OF FULL SHALL BE COORDINATED WITH PROPERTY OWNER. 14. THE CONTRACTOR SHALL DISTRIBUTE LETTERS TO ALL AFFECTED PROPERTY OWNERS PRIOR TO BEGINNING WORK ON EACH PROPERTY. THIS LETTER SHALL INCLUDE NAMES AND TELEPHONE NUMBERS OF CONTRACTOR CONTACTS, A DESCRIPTION OF WORK TO BE DONE, AND THE TIME FRAME FOR DOING THE WORK. THE CONTRACTOR SHALL NOTIFY RESIDENTS 5 BUSINESS DAYS IN ADVANCE OF PERFORMING ANY WORK ON PRIVATE PROPERTY. DISTRIBUTION OF LETTERS SHALL BE CONSIDERED AN INCIDENTAL COST TO PROJECT. 15. THE CONTRACTOR SHALL DVD ALL POTENTIALLY IMPACTED PRIVATE PROPERTY AREAS PRIOR TO WORK. VIDEOS SHALL INCLUDE DATE NOTATION AND AUDIO IDENTIFICATION OF PROPERTY ADDRESS AND MAIN/LATERAL NAME. THIS PRE -CONSTRUCTION DVD OF IMPACTED PROPERTIES SHALL BE CONSIDERED SUBSIDIARY WORK AND SUBMITTED TO THE CITY PRIOR TO CONSTRUCTION. 16. PI'S AND VPI'S ARE SHOWN IN THE PLANS FOR ALINGMENT PURPOSES. CONTRACTOR SHALL USE STANDARD FITTINGS SHOWN ON THE PLAN AND DEFLECTED PIPE JOINTS, NO GREATER THAN 75% OF THE MANUFACTURERS RECOMMENDATIONS, TO ACHIEVE THE ALIGNMENT SHOWN IN THE PLANS. 17. THE CONTRACTOR SHALL DISINFECT THE NEW WATER MAINS IN ACCORDANCE WITH AWWA STANDARD C651 AND THEN FLUSH AND SAMPLE, AND PROVIDE A HARD COPY OF TEST RESULTS PRIOR TO TESTING THE LINES BEFORE BEING PLACED INTO SERVICE. SAMPLES SHALL BE COLLECTED FOR MICROBIOLOGICAL ANALYSIS TO CHECK THE EFFECTIVENESS OF THE DISINFECTION PROCEDURE WHICH SHALL BE REPEATED IF CONTAMINATION PERSISTS. A MINIMUM OF ONE SAMPLE FOR EACH 1,000 FEET OF COMPLETED WATER LINE WILL BE REQUIRED OR AT THE NEXT AVAILABLE SAMPLING POINT BEYOND 1,000 FEET AS DESIGNATED BY THE DESIGN ENGINEER. TEST MUST BE APPROVED BY THE CITY OF FORT WORTH BEFORE THE WATER LINE CAN BE PUT IN SERVICE. CONTRACTOR TO DECHLORINATE WATER USED FOR FLUSHING NEW WATER LINE TO 0.1 MG/L CHLORINE PRIOR TO DISCHARGE TO STORM DRAIN. 18. ALL NEWLY INSTALLED WATER PIPES AND RELATED PRODUCTS MUST CONFORM TO AMERICAN NATIONAL STANDARDS INSTITUTE/NATIONAL SANITATION FOUNDATION (ANSI/NSF) STANDARD 61 AND MUST BE CERTIFIED BY AN ORGANIZATION ACCREDITED BY ANSI. 19. THE CONTRACTOR SHALL NOT PLACE THE WATER PIPE IN WATER OR WHERE IT CAN BE FLOODED WITH WATER OR SEWAGE DURING ITS STORAGE OR INSTALLATION. 27. REPLACE OR RESTORE ALL EXISTING UTILITY MARKERS AND ROADWAY SIGNS. 28. NO MUD PERMITTED ON ROADWAYS, PARKING LOTS, AND DRIVEWAYS. 29. COVER OPEN TRENCHES IN ROADWAY AT END OF WORK SHIFT WITH STEEL PLATES OR FILL WITH TEMPORARY BACKFILL TO PREVENT PUBLIC (PEDESTRIAN) FROM FALLING INTO EXCAVATIONS. 30. WHEN WORK IS COMPLETE, ALL PIPE, FITTINGS, SOILS, TOOLS, INCIDENTAL MATERIALS, RUBBISH MUST BE REMOVED. THE STREET MUST BE POWER BROOMED. SIDEWALKS, DRIVEWAYS MUST BE CLEANED AND CLEARED OF EXCAVATED PAVEMENT AND SOILS. 31. WATER DISCHARGE WHILE DRAINING, TESTING, OR DISINFECTING PIPELINES SHALL BE DONE IN ACCORDANCE WITH TCEQ GENERAL PERMIT NO. TX670000. ,CP_E OF 'TF+II qr l� DLNIEL STWTEI@IFG, JR� l'IA •,'O't 99271 10'; IIhENSENV�? ,G 20/3 pl `c FREESE AND NICHOLS. NC. TEXAS REGISTERED ENGINEERING FIRM F-2144 m 2D® Texas Deportment of Transportation .north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LMR DISTRICT FT. WORTH DESIGNED BY ABC .IL.ILM FREESE FORT WORTH RIVERSIDE DR. GENERAL NOTES SHEET G-8 SEQ. 08 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 1/24/2013 COUNT TARRANT Off,CWOYt Worth' C5310416 Dote:Jon. 24, 2013 - 09:26:50 ANJSer:Je Fle0:\AtiI\UYCW,n5S\NIVEHSIOE UR\CV-ALL-GN-NOTE03.0gn CHECKED BY I HIGHWAY NO DGS IH-35W FORT WORTH WATER GENERAL NOTES REV DATE BY DESCRIPTION A 1/24/13 DCS SHEET CLARIFICATIONS 1. Water Systems have been designed in accordance with the "Policy and Procedure for Processing Water and Sewer design" dated April 1999, with the latest revisions, as established by the City of Fort Worth Water Department for water and sewer projects. 2. Applicable design and details shall conform to City Standard specifications and/or any current updates of these. 3. Existing utility data is provided for information only. Although this data is shown as accurately as possible, the contractor is cautioned that the City and the Engineer neither assumes nor implies any responsibility for the accuracy of this data. 4. The contractor is to verify location and elevation of existing utilities prior to construction. 5. The contractor shall keep at least one lane of traffic open at all times during construction. 6. Horizontal blocking for water lines has been omitted for clarity; however blocking shall be constructed in accordance with details included in these plans. 7. Trenches which lie outside existing pavements shall be backfilled above the top of the embedment with acceptable backfill material. All backfill material shall be compacted to a minimum of 95% proctor density by means of tamping only. Trenches, which cross under existing pavement, shall be backfilled per WTR-029 and compacted to 95% of standard proctor density at a moisture content of -2% to +4% of optimum moisture content. 8. Top of water lines shall be a minimum of 3'-6" below top of curb except where shown otherwise in these plans. 9. Valves shall be installed where designated on these plans. 10. Fire hydrants shall be a minimum of 3'-0" behind the face of curb and in line with property/lot lines except where shown otherwise in these plans. 11. Insert cleaning PIG in water main where directed. "Cleaning PIG" shall be provided by Contractor. 12. Install chlorination and sampling points at designated locations per WTR-21 of the "General Contract Documents and specifications for Water Department Projects." 13. Corporation stops shall be tested for full flow when the system is pressure tested. 14. Contractor is responsible for all trench safety. The contractor shall construct the proposed work utilizing a trench safety plan prepared by a professional engineer for this project. A trench safety plan shall be submitted at the pre -construction meeting. 15. All water lines crossing below storm sewer lines shall be ductile iron pipe unless noted otherwise. 16. All water services shall be installed over storm sewers, except where shown otherwise. 17. Elevation adjustment at connections may be made with bends, offsets, or joint deflections (Joint deflections not to exceed manufacture's recommendations or as deemed appropriate by the engineer). 18. All non-standard bends shall be made by using the closest standard MJ fittings or fittings with the required joint deflections (deflection not to exceed the manufacturer's recommended deflection per joint). Off,c0tort Worth CSJ10416 Dote:Jon. 24, 2013 - 09:28:22 Alllser: Ie Fi1e11\utll\0rorin5s\HIVERSIDE UR\CV-ALL-GN-NOIL04,00n 19. All existing 3/4-inch water service lines shall be replaced with 1-inch Type K Copper service lines, with 1-inch corporation stops and if required 1-inch tapping saddle and 1- inch x 3/4-inch reducer at the 3/4-inch curb stop as directed by the Engineer. 20. All existing water meters shall be relocated 3' behind curb or as directed by the Engineer. 21. Existing utility crossing shown on profile are from reference plans, and from information obtained from the utility companies. It shall be the contractor's responsibility to field -verify the horizontal and vertical locations of the existing utilities. 22. The contractor shall install a 2" temporary water service main. 23. The contractor personnel shall wear identifying clothing or hats at all times. The contractor shall also have identification on all vehicles. 24. Construction activities shall be limited to the hours of 7:00 AM to 6:00 PM unless otherwise approved or directed by the engineer. In the case of arterial streets, 9:00 AM and 4:00 PM only. 25. Contractor is responsible for maintaining water connections to all homes and businesses in working order at all times, except for brief pre -notified interruptions in water services. In no case shall services be allowed to remain unreinstated overnight. 26. The contactor shall saw cut existing curb and gutter pavement, driveways and sidewalks in areas where pavement or concrete is to be removed. Saw cutting will be considered subsidiary to the price per linear foot of pipe. Contractor shall provide compacted select material as needed to repair damaged drives, streets, walks, and patios. 27. The contractor shall remove all fences, located within easements and parkway, interfering with construction operations and provide temporary fencing during construction. Removed fences, wooden or chain link, shall be replaced with a new fence or undamaged original fencing. All affected property owners shall be notified prior to construction. Removal and replacement of existing and temporary fences shall be considered subsidiary to the project cost and must be reflected in the unit bid prices for various items listed in the proposal. 28. The contractor is responsible for keeping streets and sidewalks adjacent to the project free of mud and debris arising from the construction activity. 29. All barricades, warning signs, light devices, etc. for the guidance and protection of traffic and pedestrians must conform to the installation shown in the 1980 Texas Manual of Uniform Traffic Control Devices as currently amended, Texas State Department of Highways and Public Transportation. s*: *; 1 1 DARIEL S10UTEI4L fG, JR j "• 99271 W4!'eEN4tt= OF 1 htp`�•.....?Fk4111 r, '••s A FREESE AND NICHOLS. NC. TEXAS REGISTERED ENGINEERING FIRIA F-2144 ©2® Texos Department of Transportation Age -north tarrant express bluebonnet contractors, PLC Improving mobility in Texas r-� FREESE FORT WORTH FORT WORTH WATER GENERAL NOTES STATE TEXAS DRAWN BY LLR DISTRICT FT. WORTH DESIGNED BY ABC SHEET G - 9 SEQ. 09 OF 21 TECHNICAL OFFICE WORK ORDER NO. I DATE till 1/24/2013 COUNT TARRANT CHECKED BY I DOS HIGHWAY NO IH-35W REV DATE BY DESCRIPTION 661 660 650 640 Boa nc wii.' Ww 630 N>NN 566 620 610 600 590 580 L r CJ ❑ INLE T PARKING AREA ISOLATION i VALVE 200' EX. 12" DI WL (X-9274) EXISTING TXDOT ROW EX. 12" DI WL (X-9274) . 1 /,11 PROPOSED DRILLED SHAFTS & BRIDGE BENT (BY OTHERS) 1111 EXTENDED STAY DELUXE 41 111 FOSSIL CREEK J 3261 NORTH EAST LOOP 820 III STA 0.90.00 ID 1 = BL STA 699.93, 233' LT INSTALL: 1-12" GATE VALVE (E) CONNECT TO EX. 12" D.I. WL N=6991506.04 E=2337119.59 24" PIPE (FIELD VERIFY) FL INV=616.66' ( V I 1 4/_ 1 PROPOSED --- ELECTRIC LINE (BY OTHERS) UGC EXISTING STORM DRAIN N. E. LOOP 820 1.1 -20' UNDERGROUND UTILITY EASEMENT CLAY INV=61E,6-7_� - =1 46 RIM=626.48' EXISTI STOR BOX i'-i /� . - 8" PVC 1 FL INV=6,14 11 EX. 8" PVC !j 1I'SS (M-395EXT) i PROPOSED J TXDOT ROW V7 9' MIN. REQ'D / i SPACING OIREMENTS EX. UG EX. UGE -11 SIGN 16 L' OF C & ; REPAIR e ) •tom 16 LF OF (FROM WL C & G REPAIR. TO BRIDGE 7.86' - PIER) 1_+00_ IIlLE �o"` VDU f� -EXISTING 12" D.I" f/ 1 (X-9274) I CONFLICT ID 1 j~� (TO BE REMOVED) -EX. FOC `.51 LF OF TEMP ASPHALT REPAI CONFLICT 'ID 1 PROPOSED 12" 0.I. WATERLINE 35 LF STEEL CASING BY OPEN CUT STA 2.82.00 ID 1 = BL STA 701.84, 240' LT INSTALL: 8" P 1-12" GATE VALVE (W) CONNEC TO EX. 12" D.I. WL FL I N-233 311.41 (FIELD VERIFY) EX. GAS I-I-13I9 — 8" PVC (1FL INV=620. 17' \ FOSSIL CREEK CROWN PARTNERS, L 4084 SANDSHELL DR. \P. 14 y=624. 03' I PANEING AREA �� I 0_ ___ ,,,,-)1_,..-r,.C{-� . , t , -- ,�L�=ems AS WL T T.' i PROPOSED .-� a TXDOT ROW EX. 12" D.I. WL (X-9274) -20'/UNDERGROUND UTd ITY_E.SEMENT CONFLICT ID 3` SEE SHEET C-4 PROPOSED DRILLED SHAFTS & BRIDGE BENT (BY OTHERS) EX, FOC SIGN--- PROPOSED BRIDGE RIM=629. 66' ( H S 1 6 --/ JOE U6E • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • i8'' •.55 t0 4FLd-CT'. ID.35' • • • • • • • • • • • to 0 i c2:...MLN.... — 173 : • cci • Tor -Rszp. • • • • • • • • • • • • • • • • • • • FAS • • • • • EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED LEGEND PROP WL PROP WW EX WL EX WW PROP ROW EX ROW EX VALVE >al PROP VALVE 04 EX SSMH 0 20' 40' 80' HORIZONTAL SCALE VERTICAL SCALE Sit. 99271 RI 650 49`se\ocENSIS:04::- 640 630 620 600 TEXAS REGISTERED ENGINEERCIG FIRM F-2M4 ©2011 Texas Department of Transportation express bluebonnet contractors, LLC Improving mobility in Texas ralFNICIVITS FORT WORTH 590 CONFLICT ID 1 12" WATER LINE BL STA 699+93 TO 701+84 580 TECHNICAL OFFICE WORK ORDER NO. DATE 1/24/2013 570 2+00 3+00 570 STATE TEXAS DRAWN BY LMR DISTRICT FT. WORTH DESIGNED BY ABC comm TARRANT CHECKED BY I HIGHWAY NO dgg gggi 00000 • UOE FKL:"JCL 660 650 640 630 620 610 600 590 580 Off.ce)a 11as U3: YS`" 'S u! usF PROPOSED SOUND N.E. L00P 82..0 fTHFRS) L'CL; SCL -- At! /RV rut-L SIGN !MC -- )\ _ > ) L.) .� .. I I , 1-_ lINLET \-EX. 12" EXISTING PVC WL TXDOT R0W LJ (X-15141) I'AP.ING AREA ISOLATION VALVE 0 0 Os EVEREST BNSF COLLEGE 5237 N. RIVERSIDE DR. 1 I-1DU PROPOSED BRIDGE (BY OTHERS) PROPOSED 1 TXDOT ROW, 8 LF OF SIDEWALK REPIR( STA 1+08.84 PI 0=90'00'00" I INSTALL: 1-12"x90° BEND f 1 N=6990921.31 E=2337160.14 STA 0.94.64 ID 33 = BL STAL700.29, 350' R INTAL 1-12"x90' BEND 1-12" GATE VALVE (E) CONNECT TO EX. 12" WL SEE SHEET C-12, DTL. 1 l N=6990916.85 (FIELDIVERIFY) STA 1.03.84 P 1 «9O° 00' 00 1-12"x90' BEND N=6990916.32 E=2337159.85 103 IF -STEEL CASING; PROPOSED STORM DRp,I,N._ (BY OTHERS) CONFLICT ID-36'" SEE SHEET Cr5 ' 5' UTILITY MAINTENANCE EASEMENT\ ' , 1 EX. 8" PVC SS !' (L-9628) PROPOSED MSE WALLS (BY OTHERS) • • • • • • • • • • • • • • • • • • • 1r EX: IFOC� PROP. SD INLET (BY OTHERS) --COlJ' LIF�CT I 3 ; PROPOSED 12" II. WATER LI% , nal1 uu/ . FYKI FUEL ►'3F ,4'' \\ (Ui ? —) 1 ii , UGC WE lYl!•VUL--www--Alw.l wa J JWIe JJJwwIJI.IaAV•... sea• a.e•na a JJiiw . PROPOSED TXDOT RQW_I /1 0 2 PROPOSED DRILLS D SHAFT & BRIDGE BENT (BY OTHERS) EXISTIN!12" D.I. WL-, ,LP °LP (X-�937G 11 )( PARKING AREA CONFLICT ID 33 (Td.BE ABANDONED AND FILLED W/ GROUT PER UAR REQUIREMENTS) ISOLATION VALVE STA 2.13.84 12 SY CONC. P I 0 =90° 00' 00" DRIVEWAY INSTALL: REPAIR 1-12"x90' BEND N=6990915.29 E=2337264.96 PROPOSED BRIDGE ABUTMENT (BY OTHERS) }j DI SECTION OF EX. 12" WL (X-9371) EX. 12" PVC WL (X-9371) SECTIONS OF DI NEXT T0' SD INLETS 5' UTILITY 1 MAINTENANCE EASEMENT-, ULTIMATE GRADE : : igy i. s 4 x W.C11.a0 ... J1*.51 ....W* ..0 0.:OO...G1... _Ilan? .:.JQ..03.— • LfiO.IY. ' J ;• 1-1- J Ia( WO .:i:: • J•r ;J111 .0 ' I=I-W. -..+O:4••:•1•1 ...Dv:•••y-••-::it' q...."CC- .14: 0,--o wX3.: ••.OEJ t--..-ty< '>. JO1L]1:• 0 J Y O100 ..0•: 6= ••4_.IX C'4 IJ^ i- - -'/ mil._• _• n _ �, ,.. 21 1 •Cl F..Aa•.'10•I-Q I-> �.•1. Z•1it— ..H.21 3 14-.. Z.:1 a 0e,.., Q ^ •^ ©• H Z 1 n 11FF--�� i H. Z I 1a r i 0 LL: E X'CST•.TNG • 21 MIN.. �^= a` �" STA 2.22.82, ID 33 = BL STA 701.47, 355' RT INSTALL: 1-12"x12" ANCHOR TEE 1-12" GATE VALVE (W) CONNECT TO EX. 12" D.I. SEE SHEET C-12, DTL. 2 N=6990910.07 (FIELD 64 (FDVERIFY) STA 2.18.84 P I A = 90° 00' 00" INSTALL: 1-12"x90° BEND N=6990910.29 E=2337264.68 WL CONFLICT 86 EX. 12" PVC WL L P FJS. - .1 .,S1_7' UOE FIVE STAR COLLISION REPAIR CENTER 5250 N. RIVERSIDE DR. NOTE: STEEL CASING CAN BE INSTALLED BY OPEN CUT OR BY BORE. IF OPEN CUT IS USED COST OF CASING SHALL INCLUDE PAVEMENT REPAIR CURB & GUTTER REPAIR AND SIDEWALK REPAIR OVER CASING. • • • • • • • • • • 1... W)i. -861.4C: ' C=G21 26 'V1rR- FQT • • • • • a0. 1-0 VT- LF •44" ;x 3.,375•';MtN, ATE EL • 8?.k50R8 103 • • • • • • • • • • 94T.I M!lT.�.. CiIi�:V.E: 'Ft=I 1NaNdwN (€"1-tE} 1lEtIi1 Y1 • • • • • • • • • • • • • • • • • • ...!•........126 Lt....1.2 D: J WA rtt? WL.1 Al 1 • CI1A .f:CAL.1...k 1...'..'''''' Nza..goltstrc ..J0LWl • • • • CSJ10416 Dotes 01\24\201! - 0913/11/ AM 1+00 Users I,r f, IeM1\ut11NUM. ngs\RIVLRSIU! UR\CV-u1L-PL-W,RL02. Oen a in a 1- ...( 0- I- 01-1 2+00 3+00 • • • • • REV DATE BY DESCRIPTION EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED LEGEND PROP WL PROP WW EX WL EX WW DI WL PROP ROW EX VALVE PROP. VALVE EX FH EX SSMH PROP SSMH ABANDON CUT & PLUG • HORIZONTAL SCALE 0 10' 20' VERTICAL SCALE 650 V'N'ENOOtr 640 630 620 610 600 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Texas Deportment of Transportation express bluebonnet contractors, LLC Improving mobility in Texas FORT WORTH 590 CONFLICT ID 33 12" WATER LINE BL STA 700+29 TO 701+47 580 570 sun TEXAS Drum BY DISTRICT FT. WORTH DESIGNED BY ABC SHEET C-2 SEQ. 11 OF 21 TECHNICAL OF ICE WORK ORDER NO. DATE 1/24/2013 COUNT TARRANT CHECKED BY I DOS HIGHWAY NO 6660, trzez ) ) tF 660 650 640 630 620 610 600 590 570 p I.RV1(1, PPEu EVEREST COLLEGE 5237 N. RIVERSIDE DR. PROPOSED BRIDGE (BY OTHERS) 5' MAINTENANCE L'INL, TO BE ABANDONED EASEMENT REFER TO SHEET C-2 CONFLICT ID 3 ``SEE SHEET C-2 l EXISTING CITY OF T. NORTH ROW,— STA 1+10.00 P I 6.=90° 00' 00" INSTALL: 1-8"x90° BEND N=6990754.03 E=2337138.87 STA 0.84.00 PI 6.=90°00'00' INSTALL: 1-8"x90° BEND CUT & PLUG EX. 8" WL (E) N=6990728. 77 E=2337132.69 STA 0.79.00 ID 34 = BL STA 700.b8, 536' RT CONNECT TO EX. 8" WL N=6990729.96 E=2337127.84 STA 0+82.00 REMOVE/SALVAGE EX. FH INSTALL: 1-8"x6" ANCHOR TEE 1-6" GATE VALVE (S) 10 LF 6" D.I. WL (S) 1-FH ASSEMBLY SEE DETAIL 3, SHEET C-12 N=6990729.25 (FIELDIVERIFY) EX. 8" PVC SS (L-9628) ) 8 LF OF C & G REPAI '1Igfp1AITE 'GRADE 5' UTILITY MAINTENANCE EASEMENT PROPOSED BRIDGE ABUTMENT (BY OTHERS) CONFLICT ID 36 SEE SHEET C-5 EXISTING 12" D.I./PVC WL (X-9371 ) DI SECTION OF EX..02" WL (X-9371) PROPOSED MSE WALLS (BY OTHERS) STA 2+14.00 PI 6=90'00'00" INSTALL: 1-8"x90° BEND =6990729.31 'E=2337239.89 STA 2+19.00 PI =90°00'00" INSTALL: 1-8"x90° BEND N=6990724.46 E=2337238.70 STA 2+23.94 ID 34 = BL STA 701.4, 543' RT �1" N12x8" ANCHOR TEE 1-8" GATE VALVE (W) CONNECT TO EX. 12" D.I. WL SEE DETAIL 4, SHEET C-12 N=6990723.29 E=2337243.50 (FIELD VERIFY) CONFLICT ID 34 PROPOSED 8" D.I. WATER LINE DI SECTION OF EX. 12" WL (X-9371) 102 LF STEEL CASING EXISTING ROW EXISTING 8" D.I. WL (X-9371) CONFLICT ID 34 (TO BE ABANDONED AND FILLED W/ GROUT PER UAR REQUIREMENTS) IL F--1•1 • : al: •o>E.: a n : co ' St`' In O.�... Lill...P W.{..- , r Q r- :...a. J: 7..9 .. J.a.. . .. ... a. m •9' ... o—.. a, ,,I o..... • ' `:#-MOLD. �f�:,cV° 8 a - EfD•tis/ir- 7.Q'�'( �iFT-'• .. v4-OU: F X i- K 1 1(-�5 1 �Z [ I c ,, y..o .. ..o -- _oa.© :p :..; )-ri••c�r •--if . J .ro-in•O �I-��a N taN 1 -. H:Z ••H-Z 1 :n H-:II 4-._ 8• TIE ��,.... 5 'r VSL'.-WALL 6:5'i" '. 2 p 44. L -1; 12%/ FIVE STAR COLLISION REPAIR CENTER 5250 N. RIVERSIDE DR. NOTE: STEEL CASING CAN BE INSTALLED BY OPEN CUT OR BY BORE. IF OPEN CUT IS USED._COST OF CASING SHALL INCLUDE PAVEMENT REPAIR CURB & GUTTER REPAIR AND SIDEWALK REPAIR OVER CASING. • • • • TOP:=622.)6 ST E Q2i..LF CASING • • UL IIl,1AT.E ..GI AA F1# 61.9.90 4. 7:5' :8" W� :0 15:2 'E =6'f 7 -2-II : tF IEL17 'VERIF-1 • • • • • • • • • • • • • • • • • • • 0 • • • • . L1a • V•95•' EF"8•" b..r. kv r L.j 'cNANI c(L L r: )•4F51Ri IFn'..!n) N7• iy i r 660 650 640 630 620 REV DATE BY DESCRIPTION 104/13 DG5 REVISE CONFLICT 34 /24/13 ?GS SHEET CLARIFICATIONS rAIITrnNI 11 EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TODCCDIATTAYOREID N ANOORNENQURE RELOCATION. LEGEND PROP WL PROP WW EX WL EX WW DI WL PROP ROW -------- EX ROW EX VALVE ca EX OFH VALVE b EX 8 PROPSMH SSMH • ABANDON CUT & PLUG // 0 20' 40' 80' HORIZONTAL SCALE 0 10' 20' VERTICAL SCALE FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERII(G FIRM F-2144 2011 Texas Department of Tronsportotion r-north tarrant express bluebonnet contractors, LLC Improving mobilityin Texas 610 �MICHOLS 600 590 580 570 FORT WORTH CONFLICT ID 34 811 WATER LINE BL STA 700+08 TO 701+24 STATE TEXAS DRAWN BY LIAR SHEET C-3 SEQ. 12 OF 21 TECHNICAL OFFICE WORK ORDER N0. )DATE 1/24/2013 DISTRICT FT. WORTH DESIGNED BY ABC COUNT TARRANT CHECKED BY I DOS HIGHWAY NO IH-35W Off ic41ol los CSJ10416 Date: 01\24\2013 - 09136136 AM User: lnr 1+00 F,Ie(1\ut, I\Drox,ngs\RIVENSIUE DH\CV-UfL-PL-WIRLO3.4Qn 2+00 3+00 CV-ALL-PR-SEWER.don 0INLC PARKING AREA -771 LP EXTENDED STAY DELUXE FOSSIL CREEK 3261 NORTH EAST LOOP 820 _ INI I 0 I I I IIII I7I I,g 1 EX. UGE r! !Ili r. r� STA 1*00.00 ID 35 = BL STA 699*97, 230' LT 24 PIPE INSTALL: 1-STD. 4' DIA. WWMH FL INV=616.66'-\ FL 8" IN (E)= 618.32 FL EX. 8" OUT (W)=618.22 , N=6991496.28 E=2337124.61 (FIELD VERIFY) 24" CLAY I PROPOSED EXISTING FL INV=616t-6-I- =./ \ II � TXDOT ROW TXDOT-ROW- _ USE 4-- i-- EX. 21 " VC SS (M-395) VOC ry - X. - 8' PVC --- s IMF395EXfi)- 9' FROM -PROP TO - D OF CA J V- r/ J N. E. (FROM TO BRIDGE - PIER) 6, I) - 52 LF OF TEMP WL ASPHALT REPAIR REMOVE 183.5 LF EX. 8" PVC SS LOOP 820 UGC — FX. UGE L II-I.S16 c ~tee+, ,. 7717,t 6,7; NOTE: CONTRANCTOR SHALL PROVIDE CONTINUOUS SEWER SERVICE. SEE NOTES ON SHEET G-5. UGC I I-13\I 4 I dl I(------‘ OLP I -PROPOSED DRILLED SHAFTS & / BRIDGE BENT (BYOTHE S) 1 EX. FOC EX. GAS ( FLICT ID 1 SHEET C-1 PR POSED TXDOT ROWH) I 1,171* 16 LF OF \ H I L TT 1 C & G REPAIR 1 \--TH31 2 1-RIM=629.66' STA 2.83.50 ID 35 = — BL STA 701*81, 232' LT INSTALL: 1-STD. 4' DIA. WWMH FL EX. 8" IN (E)=619.41 PROPOSED DRILLED FL 8" OUT (W)=619.31 -; '-)SHAFTS & BRIDGE N=6991496.17 tQ BENT (BY OTHERS) E=2337308.04 UGC -UDC U(FIELD VERIFY>.,, 19' FROM PROP END -Of CASING- FOSSIL CREEK CROWN PARTNERS, LTD. 4084 SANDSHELL DR. ?. 14' G wL11FL IREI• r1 i=624.03' �1.7) PARKMG AREA CONFLICT ID 35 PROPOSED 8" D.I. WASTE WATER LINE 145 LF STEEL CASING BY OPEN CUT PROPOSED BRIDGE (RY OTHERS) EX:-FOC 660 650 640 630 620 610 600 590 570 • • • • • • • • it (PL: COI IF{I•IG•t•T- ' E•k; 8" PVC . P •0,-60%- ---• - 1 • • • • (S4 • •to • • 'm'C11Y' MIN• • • • • • • • • • • UL• TIfA:7-E GF D•E EXISfING: irt�'if xbfE'rORAD 2'• •Io4YN L-bL--4UF{KNO44•• ••- •••• F4EL••D••IVER1-ZYi •:.•• 22.10 rn ('tCLW YttithY1 -A • • • • • • • • • • • • • • • Iv N CO CO 7 i0. ao •• 10o cc- : 4 • J _L LL LL J • • • • • to EX.1 8?' P W 0' •6�%I -FL=UNKNOWI i -----•YF7-atritE►IIrr I • • • • L 1672. X0'• • I=I:EL) 1 :14i F 1 _ I�.G:E. : 4. r'- r c,. •� • • • • • : : WON. `. l 94-EF •.l „ •DI • I. • ww -W PRQTECTb 4Ol `. L`.INI,JC R•Fit,io!, -1t84- :T~ 4F • ,h' 5 rI VC Ig ....pC L FN) 77. • • • • • • 640 630 620 610 600 REV DATE BY DESCRIPTION 11(1403 ?G5 REVISE CONFLICT 35 1/24/13 )GS SHEET CLARIFICATIONS EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED LEGEND PROP WL PROP WW EX WL EX WW EX ROW EX VALVE c.1 PROP. VALVE 04 EX FH PROP SSMH • HORIZONTAL SCALE VERTICAL SCALE • ,114 TEXAS REGISTERED ENGINEERM FIRM F-2144 Texos Deportment of Transportation express bluebonnet contractors, LLC Improving mobility in Texas MI FREESE FORT WORTH 590 CONFLICT ID 35 8" WASTE WATER LINE BL STA 699+97 TO 701+81 580 570 TEXAS mum BY UM TECHNICAL OFFICE WORK ORDER NO. DATE DISTRICT FT. WORTH DESIGNED BY ABC 1/24/2013 COUNT TARRANT CHECKED BY I DGS HIGHWAY NO IH-35W 3+00 660 650 640 440 '"uoa �z<ww 630 inn RtaZ �aoY 620 610 600 590 580 HOE CSC: FULL IG[ Pill Ot7---uo[ Cp 26425 S GC "'PROPOSED souNe' N.E. LOOP 820 rLL (BY OTHERS) rIISL ruck rKL EXISTING TXDOT ROW RI:ING AREA 0 EVEREST COLLEGE 5237 N. RIVERSIDE DR. INLET 111OU PROPOSED I TXDOT ROWWW LINE TO BE ABANDONED REFER TO SHEET C-2 !PROPOSED BRIDGE ABUTMENT (BY OTHERS) PROPOSED DRILLED SHAFTS,& BRIDGE BENT C� (BY OTHERS) r- uiunr. :,r l s STA 1+00.00 ID 36 = BL STA 700.33 389' RT REMOVE AND REPLACE EX. WWMH FL 8" IN (E1= 616.46 FL EX. 8" IN (NW)=617.06 FL EX. 8" OUT (5)=616.36 N=6990877.94 E=2337153.95 (FIELD VERIFY) REMOVE EX. SS-J EX. 8" PVC\SS J( (L-96281 5' UTILITY' I MAINTENANCL EASEMENT / PROPOSED MSE WALLS (BY OTHERS/ IP F OF �EWALK &A 1 G REPAIR LF OF DEWAI.K & ,& G yREPAIR .• 1 . _) I 0' I Eye. R01� ruc rail:• / rr--.) :� uc[ TH 182 TH315 'PROFOSED TfXD_OT ROW IP PROPOSED DRILLED SHAFTS & BRIDGE BENT (BY OTHERS) 'EXISTING 12" D.I. WL , (9(. 93T71 ) 'CONFLICT ID 33 SEE ;SHEET C-2 EX FOC STA 2+04.00 ID 36 = BL STA 701.37, 397' RT INSTALL: 1-STD. 4' DIA. WWMH 12 LF 4" WW SERVICE LINE 1-4" WW CLEAN OUT AT ROW CONNECT TO EX. 4" WW SERVICE (FIELD VERIFY LOCATION & SIZE) FL 8" OUT (W)=617.80 N=6990869.30 E=2337257.59 (FIELD VERIFY) CONFLICT ID 36 PROPOSED 8" D.I. WASTE WATER LINE 93 LF STEEL CASING BY OPEN CUT 1GATE 5' UTILITY MAINTENANCE EASEMENT n vc nre-- \'rJ- EXISTING /GAS LINES FI.TLrux - i1131� EXISTING ELECTRIC LINE -EXISTING 12" PVC WL CONFLICT 86 .LP • • • • • err ULTIMATE -GRADE` rn EX SING' MSE WALL F:L=:62 &•25': :MIN. COV£R•4 i. 1.,? z. •,,. s : : : :v2: . 0!'...xi-0 -M .3.7.5';- 1N KTFUI 'ACUT(r f'j Doti"- �: tO f-f.T.41,F--3' 174. wsa.11...kN(. •W)<••PROTEO.TO ,�....... REMOME...T�..�...4.F z : 3F EEf S• fT . .:....-8 ., Eft.W Y • f>•l 3 4 = : WW o W:X:). a 01.G 4 LLL • o=, a Qs L P PARI:ING AREA FIVE STAR COLLISION REPAIR CENTER 5250 N. 1IVERSIDE DR. • FH NOTE: CONTRANCTOR SHALL PROVIDE CONTINUOUS SEWER SERVICE. SEE NOTES ON SHEET G-5. vx , • • • • • /MATE • • • • • • • • • • • • • • • JNJ(NOWN • _tD 'VEFt1E'Y • F:9„=�2/1.�Q� : EFILD VERIFY: 11 Fi="20. 55: : .I: EFIiLD VERIFY. • • • • • • • • • • • • • • • • • • • 1+00 m L.- 2 + 06 660 650 630 620 610 600 REV DATE BY DESCRIPTION REVISE CONFUCT 36 SHEET CLAMRCATIONS fAUTIONIII EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED LEGEND PROP WL PROP WW EX WL EX WW PROP ROW EX ROW EX VALVE PROP. VALVE CKI EX FH EX SSMH PROP SSMH • HORIZONTAL SCALE 0 10' 20' VERTICAL SCALE FREESE AND MCHOLS. INC, TEXAS REGISTERED ENGINEERING FIRM F-2144 Ar Texas Deportment of Tronsportotion express • bluebonnet contractors, LLC Improving mobility in Texas fill FREESE FORT WORTH 590 CONFLICT ID 36 8" WASTE WATER LINE BL STA 700+33 TO 701+37 580 570 slIcrE TEXAS NMI BY LW DISTRICT FT. WORTH DESIGNED BY ABC TECHNICAL OFF ICE WORK ORDER NO. DATE 1/24/2013 COUNT TARRANT CHECKED BY 1 HIGHWAY NO Off:a9)al1o5 CSJ10416 Dote:01\24\2013 - 09:41:18 AM User: Imr 1,IeN:\ut:l\Drew:nos\RIVERSIDE DR\CV-UfL-PL-SEWR02. skin REV DATE BY DESCRIPTION A 1/24/13 )GSREVISE PAVEMENT REPAIR DETAIL STABILIZED SUBGRADE PER PAVING TYPICAL SECTION BACKFlLL 1� 6' MIN. AND:;, 12' MAX. INITIAL BACKFILL "%I•L TRENCH GEOTEXTILE • IIII FABRIC UTILITY SAND PER SECTION 33 05 10 12' MAX. BEDDING ,,) _- (1 III III —III \I I �-7 � I CRUSHED ROCK PER 0CTION 33 05 10 I I=1 I 6' MIN. TRENCH /—j:' WALL CLEARANCE (TYP.) NO GROUND GROUND WATER WATER PRESENT PRESENT EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER (33 05 10-D101) ±N NOT TO SCALE AUG. 2012 PROPOSED ASPHALT PAVING PER TYPICAL SECTION 1'-4 Y,' %•1 f q R R i I'-1I1 I it IIII111 .�._ 4 Hi 0 /@ o LA I I - IL a 1_ Ts1= i I;=111...I 11, F4 BARS 6' 6' ITN. AND 12' MAX. INIDAL BACKFILL 6' MIN. AND 12' MAX BEDDING TRENCH GEOTEXIILE FABRIC CRUSHED ROCK PER SECTION 33 05 10 • 12' MIN. TRENCH WALL CLEARANCE (TYP.) EMBEDMENT FOR SANITARY SEWER ALL SIZES (33 05 10-D201) 1 NOT TO SCALE AUG. 2012 TAMPED TOPSOIL PER SECTION 32 91 19 6' NEW CONSTRUCTION 3' 12' COMPACTED ACCEPTABLE NATIVE BACKFILL PER SECTION 31 24 CO WRD4U4 EXCAVATION ORIUIIE FOR STREET CONSTRUCTIOI 9' HMAG TRANSTOM PER 32 12 16 SEAL Wall JOINT FILTER //i// Ad ASPHSALT / `. // . ) EMSTNG SUBGRAO EXPANSION JONT, FORMED GROOVE 14 • 24' SMOOTH - ROUNDED TO 14' RADIUS WITH Y4' DOWEL \ I PRESIODEO EXPANSION JOINT AND SUCONE JOINT SEALANT TOP OF CURB TOP OF PAVEMENT L4 PROPOSED S/OGRAOE PER TYPICAL ROADWAY SECTION IX" 111N. CLEARANCE 2' UN. 6' 6' OR 7' CURBT)2 I I I I -PROPO ED SUB XRADE PER TYPICAL DOWER. SLEEVE OR CAP ROADWAY TO FIT DOWEL AND BE SECTION SECURED BAR STOP PER 2'-0• fiE NOTE 1 K1 NAT' () 64 BARS -- 6' EXISTING STREET CURB AND GUTTER EXPANSION JOINT NOTE• 1. 200 IF MAXIMUM SPACING BETWEEN CURB AND GUTTER EXPA190N JOINTS. STANDARD CURB & GUTTER (32 16 13-D534) ±J NOT TO SCALE Off ICE001105 C5J10416 1)01e:01\24\2013 - 09:54:53 AM USe1i Im8 FIIOY:\Ut, I\Urowlnos\HIVEH5IUE UN\CV-UIL-UI-IYPLOI.Ogn AUG. 2012 IIII II: •. II: I l ACCFPTABLE. 1• BACKFILL MATERIAL - IN ACCORDANCE WITH IT. ♦ SECTION 33 05 10 1 II♦, SURFACE REPAIR 95K COMPACTION .'♦ 2Y. TO 5X OF OPTIMUM MOISTURE CONTENT -I III ♦,♦♦., Ali 411 E4BEOMENT FlNAL BACKFILL G 15' UNDER PAVEMENT - ALL DEPTHS FOR NON -PAVED AREAS ACCEPTABLE BACKFILL (33 05 10-_D00.1) 1 NOT TO SCALE AUG. 2012 NOTE• 1. NIN14VY WOTH IS 2'-0'. MATCH EXI511NG WDTH UP TO 12' TAMPED IOPSOL 32R 32 91 10 19 COMPACTED ACCEPTABLE NAIVE BACKFILL PER SECTION 31 24 00 MINIMUM EXCAVATION WTIJNE FCR STREET CONSTRUCTION EXISTING CURB k GUTTER 111 �I'_ l lI L III II- II II'I-1 EXISTING PAVEMENT RUSTING fi' MY. COMPACTED REX-CASE MATERIAL SUBGRADE (IF ANY) PIPE DITCH WALL TRENCH REPAIR UIITSI 2' MN. HVAC (SEE NOTE 1) �. V BACKFlLL AND EMDEDMENT !'11'I MATERIAL PER DETAILS 1. 2 �!1!" AND 3 ON THIS SHEET ,'Ijll I I NOTES. 1. PUCE A MINIMUM OF 2' HMAG SURFACE COURSE (TYPE 'D' MIX) TO MATCH EXI511NG HMAG PAVEMENT GRADE AS SHONN. 2. PLACE COMPACTED FLEX BASE MATERIAL AS SLOAN. 3. ROWABLE FILL MAY BE RECfRED TO BACKFlLL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL N OTHER AREAS IF ROWAOLE FILL 15 REQUIRED, A SEPARATE PAY 11E4 WILL BE PROVIDED FOR SUCH. 4. ALL CONSTRUCTOR OUST BE IN ACCORDANCE WITH THE PTY OF FORT WORTH STANDARD SPEOIICATONS FOR STREET AND STORM DRAM CONSTRUCTOR. TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR (STR-030) MOD �I NOT TO SCALE JULY 2009 tp.E of 'F+h1 ;DANIEL STOUTEA&.RO, JR% #0°'• 99271 I11111 �,ONA S EN�`?� yf717- `Z�{ FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 ©201 1 f Texas Deportment of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LIAR DISTRICT FT. WORTH DESIGNED BY ABC IFW FNICHOLS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-6 SEQ. 15 OF 21 TECHNICAL OFFICE WORK ORDER N0. DATE 1/24/2013 COUNT TARRANT CHECKED BY I Dcs HIGHWAY NO IH-35W REV DATE BY DESCRIPTION 1/24/13 DOS SHEET CLARIFICATIONS 34B0RDER-X. dQ 1• STANDARD SIDEWALK 1— —1 a �IIVLY JONTTI SPAC010 i ° A S1D, CURB k GUTTER CCNSTRUCI101 JCWT PER 32 13 13-D511 W 32 13 13-0512 p81E9AY H0175• 11, INSTALL MANSION JOINT (SEE DET/JL - TNS SHEET) MERE 001£WAY CONNECTS TO SIDEWALK. PLACE EXPANSION JOINT FOR COOECRON TO EAST ORM AT SACK OF SIDEWALK. F DRIVE C045TRUCTIW EXTENDS BEYOND SOW, PLACE EXPAN0W JGNT AT BACK OF 90E8'A1X 1104 PLACE COHSTBUC110N MKT PER 32 13 13-0512 AT 000ECT1W NM MONO DOVE 2. DU WAY JOINT w DRIVEWAY RAMP 15 OPTIONAL. IN 11'-0' DRIVEWAY ONLY. DUMMY JOINT(S) IN ORME REO3REO TO CORRESPOND NM JOINT(5) N CONCRETE PAVIN0. 3. SIDEWALK SECTION 1HRU DRIVEWAY TO BE POURED SAL@ IWO:NESS AS DRIVEWAY APPROAW, AAO PAID FOR AS 0WVEWAY APPROACH. E19STIN0 SIDEWALX, F ANY, SHALL BE REMOVED /ND REPLACED. 4. MATCH WNCRETE PAVING TWCKNE55 FROM BACK CF CURB TO CONSTRUCTION JOINT TE Pi TO CONCRETE PAN40. 6. ME GLACE BREAK AT ME GUTTER WE AND AT ANY PONT 1AT164 10 FEET OF CUTTER CBE MUST NOT EXCEED 12 6. ALL CONCRETE SHALL BE CLASS 'A' PER SECTION 32 13 20. SEE NOTE 1 11•-0' FOR SINGLE OWY. IF-0- FOR DOODLE GW'Z. SEE NOTE 1 REINFORCE 6' DONE W/ /3 11 BARS 0 10' �SJOINT A8E0PEDRUMNYJ' I / 32 13 13-516 SEE ROE 2 CUiiFR — 10'-0' WIC Shot. - 17'-0' DIN. DOODLE DYJY. 207-0' uw. SINL8E DWT. 27•-0- MN. DOUSE 01Vf. DRIVEWAY PAY CMT PARAWAY Writs SIDEWALK 0.5X (SRL) 5XMMAE SEE NOTE 3 SA8E0 DUWWY JOINT PER 32 13 13-516 REINFORCE 6' DPo4E 0/t3 BARS 0 16• 0.C.B.W. COUPACTE0 SUBGRADE PER SECHON 32 13 20 REINFORCE x' WICK Win /3 BARS 0 18' OC.B.W. CONSTRUCTION JOINT PER 32 13 13-0511 OR 32 13 13-0512 1_9' BLOC1OOT FROM BACK OF CURB FOR DRIVEWAY APPROACH A' PER FT. M ORR'EWA1i*1ELE11T 12X34 ') 12' TTP 4• CPER CNST2VCT10N 32 13 13-D511 oR 32 13 13-0512 SEE NOTE 4 STABUZED SUBGRADE PER PAVING T1,74CAL SECI1 W /3 BARS B•10' 0.0.B.W. Tfl1 6' -•777d ,f.,. ... /4 x 24' SMOOTH DOWEL 0 18' 0.C. Ed/RACE-0 SUOGRAOE PER SECTON 32 13 20 /4 x 20• SMOOTH DOWEL 0 18' 0.C. INTO Ex151W0 PAVfl1ENT E0SIWG CONCRETE DOVE/90EWALK COMPACTED 9J8GRADE PER SECTION 32 13 20 EXPAN9W JOINT. FORMED GROOVE ROUt0EO TO A• RADIUS WM B• 1 3' 9CC0JOINT SEALER AND PE0W32 0 1 13 JOINT FILLER ER PER 32 I} 1}-0517 11F ION. CLEARANCE 12' DOWEL COATING W/ GREASE r....,.7;',..,;:-.7.7t SLEEVE OR CAP TO FlT DOWEL AND BE SEEMED BM STOP --DP/NSION JOINT NTHC IT 008EL SUPPORT BASKET PFR 32 13 13-0517 TEE 2' M N. ............... .... 6' uw BAR STOP rO1.BARS O 10' /� PROPOSED 001E '..:'.'::I T/2 I T DOWEL SLEEVE OR CAP TO FIT DOWEL AND BE SECURED CONCRETE RESIDENTIAL DRIVEWAY/APPROACH WITH RADIUS — CONCRETE PAVING (32 16 13—D527) ±e NOT TO SCALE AUG. 2012 /4OARS O 18. 0.8..8 W. • YT 12' LONGµ BAR 021'OC. CONCRETE PA3EOENT Of0,c8Hort Worth C5J10416 Uote,JOn. 24, 2013 - 09130712 Miner/Je Si IOU \Ut1I\Orow•ng$INIVENSIDt UN\CV-UI1.-1)1-1TPL01-A.00n I' REDsnon BOARD FLLL DER. of sOEWALN MS HALF OF DOAEL TO BE COATED MN ASPHALT. A P CAP ` 24• /4 5V001H Roues BAR 0 24' 0.c. MAXIAN EXPANSION JOINT DETAIL SOEWALK CROSS A 2X MAX OPE hi _3. 1 - H IE�IE�II /4 BALLS 0 IB' COMPACTED O.C.flW SUBGADE 10 90X DENSITY SECTION VIEW SIDEWALK ADJACENT TO CURB DQI11I7U 12• LONG /4 BAR 4' um. 90EWALK CR055 SAFEl 13• 2x um . +j 1 ( 11J11 1111 1/11E.31E• � ii 111LLL//GOW.BM5016IB' �PAD� O.SOX DENE TO 90X Ui9tt SECTION VIEW SIDEWALK GBW. BARS O 16' VAT 11L=JiL1" SECTION VIEW RAMP TIE-IN AT PAVEMENT TOO.E0 GROOVE TO BE DEEP Cp/CRETE 8AUP COIPACTEO SPB0RADE TO 90X DENSITY 2 I � 1 VY •W *DEWALK 7240 EVERY 50' (WK) FOR 5'' SOBEWAU1 AND ATOIALLMRAC4RFP0NT5 'w N01E: 1. W=SOEWALK wool 4' Met 5 IF 90EWALK IS ADJACENT TO cu., OR GREATER A5 INOCAIEO W ME PLANS CURB (SEE EXPA0SOM JOINT DETAIL) hl + i I i- /4 BARS O 18' 0.G6.8. Or PLAN REINFORCED CONCRETE SIDFWAI K 5• 3/4. OHAMFER 1 /4 BAR 012'0.G 44 BAR 0 24' 0.G---__ 2' GEAR TYP.- 2' SCH. 40 PVC WEEP HOLES 0 10'-0. 0.0 SIDEWALK CR05S ACRE 2XUAK YI irl J T . j\ IIE3ITV I i • 0.GB.W. CUMPACI -1 SUBGRADE To TO 12• LWO i4 BAR 4• sox cosy( O 24. O.G PAID FO.R AS PAD 408 AS CONCRETE SOEYTALK PER SPUME FOOT - CONCRETE RETA0GNC HALL PER CUBIC YARD TAMPED TOPSOIL 6' MN. FREE DRAWING AGGREGATE COHNNOOS LENGTH ER RETALNNO WALL SECTION VIEW SIDEWALK ADJACENT TO CURB WITH RETAINING WALL SIDEWALK DETAILS (32 13 20—D546) NOT TO SCALE AUG. 2012 2 It LLA 1 �p•(i OF. t IIF •••' i� .L*tj � DANIEI ST0IIE11 Jl0, JR % 10'D'•, 99271 '4%, //)�.n'.,C(CEN5E0.;14v� /' IFi; S, .......ENV � (7 2-00.-- pe,2.alc FREESE AND NICHOLS. NC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Mop Texas Deportment of Transportation .sr ---north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LMR DISTRICT FT. WORTH DESIGNED BY ABC r-I NICHOLS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-7 SEQ. 16 OF 21_ TECHNICAL OFFICE WORK ORDER NO. �. DATE 1/24/2013 COUNT TARRANT CHECKED BY I Dcs HIGHWAY NO IH-35W CASING PIPE SCHEDULE - DUCTILE IRON AND STEEL PIPE REV DATE BY DESCRIPTION A 1/24/13 DGS SHEET CLARIFICATIONS DUCTILE IRON OR STEEL WATER PIPE NOTE: PIPE SHALL DE CENTER RESTRAINED UNLESS SHOWN OTHERWISE IN DRAWNGS STEEL CASING PIPE SEAMLESS STEEL CASING SPACERS PER SECTION 33 05 24 DUCTILE IRON AND STEEL PIPE SMALLER THAN 48" WITH STEEL CASING CONCRETE PRESSURE PIPE BELL OUTSIDE DIAMETER MORTAR BAUD MILL 2. OUTSIDE PIPE BELL STEEL CASING PIPE 24"-42" CONCRETE PRESSURE PIPE WITH STEEL CASING NOTE: 1. SEWER CARRIER PIPE SHALL BE CENTERED IN CASING PIPE OR TUNNEL UNER PLATE, BUT VARIATIONS IAAY BE ALLOWED TO ACHIEVE PROPOSED GRADE ON DRAWINGS. 2. CASING AND TUNNEL LINER PLATE DIAMETERS SHOWN ARE TO MEET MINIMUM INSTALLATION REQUIREMENTS. LARGER CASING SIZES AS INDICATED IN THE DRAWINGS SHALL GOVERN. CASING SIZES MAY BE INCREASED TO ALLOW FOR CASING INSTALLATION TOLERANCE VARIABILITY. ir sr OP DELL 00 ES MOWED ISEr IT IT Le sr WS- SE Er we us e: STEEL STEEL .1E-P.E DELL DDICAsT PEES fa Er MTV 54. CASING PIPE SCHEDULE - CONCRETE PRESSURE PIPE I H r I .r I NOTE: 1. CASING DIAMETERS SHOWN ARE TO MEET UINIIAUM INSTALLATION REQUIREMENTS. LARGER CASING SIZES AS INDICATED IN THE DRAWNGS SHALL GOVERN. CASING SIZES IAAY BE INCREASED TO ALLOW FOR CASING INSTALLATION TOLERANCE VARIABIUTY. WATER CARRIER INSTALLATION IN STEEL CASING (33 05 24-D106) NOT TO SCALE AUG. 2012 CARRIER PIPE STEEL CASING PIPE CELLULAR GROUTING IN ANNULAR SPACE PER SECTION 33 05 24 COATED STEEL CASING SPACERS PER SECTION 33 05 24 SANITARY SEWER PIPE WITH STEEL CASING CARRIER PIPE MOUNTED ON SKID TUNNEL UNER PLATE OUTSIDE DIAMETER TUNNEL LINER PLATE INSIDE DIAMETER CELLULAR GROUTING IN ANNULAR SPACE PER SECTION 33 05 24 GROUT BOTTOM SANITARY SEWER PIPE 36" AND LARGER WITH TUNNEL LINER PLATE ir Sr I SCREE FIFE CAST CASING PIPE fA SCHEDULE EEL r 11152 SEE 13.2r Sr TUNNEL' INER PLATE SCHEDULE of PIPE SELL OD Ar sr sr SS 110EISSLASS Ster EDS SOS COWED. CO Elr 432. Br Sr Sr Sr SANITARY SEWER CARRIER PIPE INSTALLATION IN STEEL '3 CASING AND TUNNEL LINER PLATE (33 05 24-D203) NOT TO SCALE AUG. 2012 Off ICG)01105 C5J10416 00te:01\24\2013 - 09:58:54 AM User: Mr if Led:\ut, I\Df0w1n95\RIVLHSI0E OR\CV-UEL-01-IYPL02.O0n PPE EMBEDMENT PER SECTION 33 05 10 A PIDICATEO ON \ THE DRAWNGS 11 EXTENTS Cr LAUNCH CR I• ♦ • REGEVIIG 41114 CLSM FROM BOTTOM AND OMITS OF LAUIICH 0R RECEVINO PIT TO 6' ABOVE CASINO PPE OR TUNNEL UNER PLATE TO PROTECT LAID SEAL PIPE BACKEILL PER SECTION 33 OS 10 A5 \ IIAICAIED ON THE�. DRAWJIGS FOR TUICIEL UNER PLATE, PROVIDE HOLD DO511 JACKS AT ENDS A CARRIER PIPE ,uaX 12' MAX (TYP.) CAAR5R PIPE - RESTRAINED JONES op O/YARs MEOINRI:AL MEWLS JOT? WTH EGALULS BELL A SPIG01 PPE WITH 00511(R CASKET DAMETERS uJ WTN ORPESTgIdMO PU91W RYP RESTRNNED PUSH-CN .ONT' 51' ! IAAGEA ALL SQES RAN.? . LCK-RNG•• W,gyNiS JONTS IX-RJIG•• nElDE0 JCLSTS JOINTS 'TR-Hfl( BY Js PPE, REJ( MC BY AOPCO. OR APPROVED IgIA1 "LCK-R5C el AOPCO, OR APPRD\ED EQUAL MOTE: 1. FOR BELL AND SPIGOT PIPE. R0.101E ALL SLACK IN LPIE PRIOR TO BA01nLL AND PRESSURE TES1IIG. FOR CA9N0 BY OPEN CUT, STEEL CASING PPE ORi EMBEDMENT SHALL BE SAND TUNNEL UIIER PLATE FER SECTION 33 05 10 .4,...,,,,, ALL JONTS YATMU AND ADJACENT TO CASINO OR TUI$IEL LINER PLATE TO BE RESTRA0IE0 PER TABLE ♦ 4/\y/ J/./�/y/y/ CASING SPACER SPACING BETTE..? CASING SPACERS SHALL BE N0 MORE MAN 6' MAX (TIPS) . l\ EXTENTS OF V LUNCH 0R L.L.HI PPE ON0 P1 SECTION 33 05 10 PLAN A —A CONTACT GROUT PER SECTIOI 33 05 23 IF PIPE JACKING OR HAND TUNNELING CASH° SPACERS ON BOTH SIDES OF BELL AND SPIGOT CLEM PER SECTION 33 05 10, TO EXTEND TO UNDISTURBED EARTH N ALL HORIZONTAL DIRECTIONS AND TO THE BOTTOM OF THE EXCAVATION DUCTILE IRON PIPE AND STEEL PIPE CASING & TUNNEL LINER PLATE PROFILE (33 05 24-D108) NOT TO SCALE AUG. 2012 \ EXTENTS OF LAUNCH OR \ RECIEVNG PIT Y CRUSHED ROCK\� '.:.... _e EMBEDMENT PER `// SECTION 33 05 10 ���\/\%\%>, \/ CLSU FROM BOTTOIA AND MSTS OF LAUNCH OR RECIEWNG PIT TO 6' ABOVE CASING PIPE OR TUNNEL UNER PLATE TO PROTECT END SEAL 4 Y,\ PIPE 00 33 L PER SECTION 13 OS 10 AS INDICATED ON THE DRAWINGS CARRIER �\ PIPE 6 K. MAX s / E 12' MAX (TYP.) /s /,\ CELLULAR GROUTING OF ANNULAR SPACE STEEL CASING PIPE OR TUNNEL UNER PLATE SPACER FOR CASING BY OPEN CUT, EMBEDMENT SHALL BE SAND PER SECTION 33 05 10 CONTACT GROUT PER SECTION 33 05 23 IF CASING PPE JACKING OR HAND TUNNEUNG SPACING BETWEEN - CASNG SPACERS SHALL BE N0 MORE THAN 6' MAX (TYP.) CASING SPACERS ON BOTH ODES OF BELL AND SPIGOT SANITARY SEWER PIPE IN STEEL CASING & TUNNEL LINER PLATE PROFILE (33 05 24-D204) NOT TO SCALE AUG. 2012 FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 02011 Texas Deportment of Tronsportotion m"north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS BRAWN BY LIAR FT. WORTH DESIGNED BY ABC ra FNICHOLS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-8 SEQ. 17 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 1/24/2013 DISTRICT COUNT TARRANT CHECKED BY HIGHWAY NO Dcs IH-35W -REV DATE BY DESCRIPTION 4\ 1/24/13 DGS SHEET CLARIFICATIONS BACKFIRE. NTII vvvvv ACCEPTABLE v v v V v v v V [mama PER v v v v v v v�- 51000N130510 .vvv vvvvv- v V V V V v V V �v LVs, y r �//VV V V vvv V ,�1"i VvVv vvvl' 'VVVVVVVG rvv'vc'VVVVV- �\.vvvvvvvv vvvvvvv vvv vV Vvvvvt\ VV•/vvvV' VvVvOvVvVvVvVvvv VJVVVVC•V 'e %vvvvvvvv •,1:'v V8vvo \`VvvVV Vv4'J v':*: VVVVVVV, /.<//.<//(<,/ /.�/ //.://.•c/% <\//.<//.<//.<//.‹//.<„//.*"/ -jl PLUG EX15TIN0 PIPE BULKHEAD TO -12' TIN. WTI (LSM PER RETAIN CESAR SECTION 03 34 13 • /' 4 4 � ;�FlLL NTN Q91 UNTIL ENTIRE A TO PREVENT INFILTRATION (:::)) DIAMETER OF PIPE IS FKLE0 BLOCKING SHALL BE AGAINST UNDISTURBED EARTH HORIZONTAL BLOCKING PER 33 11 00-0130 EXISTING PIPE 70 BE ABAND0NE0 NOTE: I. ABANDONMENT SHALL BE PER SECTION 02 41 14 2. SURFACE REPAIR SHALL BE PER SECTORS 32 01 17, 32 01 29 OR 32 14 16 DEPENDING ON EXISTING SURFACE 3. A WATER PRESSURE PLUG PER 02 41 14-D123 STALL BE AN ACCEPTABLE ALTERNATIVE WHERE APPUCABLE PIPE ABANDONMENT PLUG '•; (02 41 14-D00.7) -I ' NOT TO SCALE AUG. 2012 ENCASEMENT PER MO3T PER ., SECTION 33 11 11 BLOCKING SHALL BE AGAINST \ UNDISTURBED EARTH HORIZONTAL BLOCKING PER 33 11 00-D130 //////\/ Zs la PIPE +.... \\ I AS NECESSARY T•: .y FLANGED END •-BUND FLANGE WTI PETROLATUM TAPE CPP. STEEL PIPE AND DIP FLANGED END PRESSURE PLUG NOTES: 1. ALL ABANDONMENT SHALL BE PER SECTION 02 41 14. 2. SURFACE REPAIR SHALL BE PER SECTORS 32 01 17, 32 01 29 OR 32 14 16 DEPENDING ON EXISTING SURFACE AND AS DESIGNATED ON THE PLANS. 3. CAST -IN -PLACE CONCRETE SHALL BE PER SECTION 03 30 00. 4. ALLOW CONCRETE BLOCKING TO CURE FOR 24 HOURS PRIOR TO PRESSURIZING WATER UNE. \ /,2 FIELD CUT AND REMOVE ��[��\/ EXISTING PIPE AS / / NECESSARY P33 SEC110NS \ \ 331111 OR 331112 I- 0 )I 1 RETAINER GLAND DUCTILE IRON MJ CAP PVC AND DUCTILE IRON PLAIN END PRESSURE PI_lt. BLOCKING SHALL BE AGAINST UNDISTURBED EARTH HORIZONTAL BLOCKING PER 33 11 00-0130 �/\ • 8E5901E0 PIRG OR CAP BLOCKING SNAIL EX1010 TO UN051URBE0 EARTH OL00(NG SHALL EX1010 TO 1RN51URDE0 EARTH ALL DUCTILE RoN MIM SHALL BE WRAPPED NIS POL1E1HttFNE PER SECTOR 33 11 11 BEND PLAN VIEW HORIZONTAL THRUST BLOCKING TABLE 1025,' 90' ETHOS 45. 04008.22.5' BENTS 11.25' BENDS P •X- DEAD -ENDS DI��M1. 14. AR� AREA Y(A) AREA WIC AREA uN(56) (SF) (SF) l00' 4.50 4.00' 4.U0• l00' 5.65 ROD 4.33 4.11� 4.00• 10' 1'-69 e64 125E B.J6 4Op' 4.00• 16. 2' 0J 2262 31.99 17.31 0.53 II 4.43 35.34 49.9e 27.05 13.79 I 6.93 1 24' 3-H( 1 50.99 71.97 36.95 1 19.86 I 9.911 1IDT*NM TRUST BLOCKING SURFACE AREA 91A11 BE 4 SQUARE FEET. •0U990N 'X' TO BE A M91W W OF 06E FOOT AND SIX INCHES. BUT 15 0 BE INCREASED MERE NECESSARY TO PROVOE BEAJLND AGAINST UNDISTURBED TRENCH WAIL NOTES 1. i11R05T BLO MNO AREAS 910If1 ARE PASE0 1N: 1.1. 225 P9 TEST PRESSURE i.t. 3000 PSF HOTDCNTAL OR LATERAL BEM1N0 PRESSURE FOR ACCEPTABLE 5025 1.3. LWRIND CORER CF 42' 1.4. A SAFETY FACTOR OF 1.5. 2. ME ENGINEER SHNL PROVE A SEPARATE BLMMu1G TABLE WiEN TIE CO10I1005 00 NOT MEET THE ABOVE ASVJMP210.45 3. THE CONTRACTOR IS REWIRED TO PROVWE TIRuST RESTRAINT BY MEANS OF THRUST BLOCKNC FOR ALL PIPES T45 11EN SNAIL BE CONSIDERED 9U09OARY TO THE VAMP'S ITEMS OD. 4. ALL MJ FITTINGS SNAIL BE ADO00NMLY RESERRNNTO NM RETAINER MARTS 5. BL000I0 FOR WATER ONES LARGER THAN 24' SHALL BE DESIGNED FOR THE 57008: LOCATOR awl SHOWN ON TIE DRAWINGS 6. ALL DUCTILE RON FITTINGS SOUL BE WRAPPED N POLYE1110D1E ENCASEMENT PRIOR TO P ADNO OF BLOCKING. HORIZONTAL THRUST BLOCKING '7' (33 11 00-D130) NOT TO SCALE FIELD CUT AND REMOVE EXISTING PIPE AS NECESSARY PER SECTIONS \ 33 11 13 09 33 11 14 BUMPED HEAD WELDED BUTT STRAP. BUTT WELD, JOINT HARNESS OR EQUIVALENT PER SECTION 33 11 13 OR 33 11 14 CPP AND STEEL PLUG PLAIN END PRESSURE PLUG PVC, DUCTILE IRON, CONCRETE PRESSURE AND 4 BURIED STEEL PIPE PRESSURE PLUG (02 41 14-D007) .1� 4 NOT TO SCALE AUG. 2012 OFF,c8TDl las CSJ10415' Oate101\24,2013 - 10124142 AM USerl kw H, INN \Ui,l\08 w,005\HIVCH5I UE ON\CV-U1L-01-TYPL03.090 AUG. 2012 CONCRETE CRADLE SHALL EXTEND TO UNDISTURBED EARTH j3ROFILE VIEW WORT SHALL BE D' MN. FOR 2 BAR APPIJCAT1ONS, OT4ERNSE 6' MN. PIPE BACKFILL PER ORAWJNGS ANO SECTION 33 05 10 PPE EMBEDMENT PER DRAWINGS AND SECTOR 33 05 10 REUFORONG MAT, /4 BARS 0 6' OCEW TE-DOWN BARS AS DESIGNATED ON TABLE PDNFORONG MAT SHALL BE 44 BARS 0 6' OCEW BLOCKING SHALL BE AGAINST UNDISTURBED EARTH HOOK TIE DOWN BARS INTO REINFORCING MAT (TIP.) 6' ION. SECTION VFW -) 6' MIN. (TYP.) BL000NG SHALL BE AGAINST UNDISTURBED EARTH 'VERTICAL T1E-DOWN BLOCKING TABLE PIPE SIZE 90' DENTS 45' BENDS 22.5' BENDS 11.25' BENDS 6 ALL 90' e' BENDS 10' SHALL DE 12' INSTRAINEC, MIN. VOLUME (CF) 48.69 86.56 135.25 194.76 ux INN. { ROLWE BARS (CF) 1 24.82 2 44.13 3 68.95 4 99.29 MN. MN. 14 3AR5 (CF) VOLUME 1 12.47 1 22.17 2 34.64 2 49.88 NOTES: 1. VERTICAL 1E-DOWN BLOCKING VOLUMES SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 150 PCF CONCRETE DENSITY 1.3. A SAFETY FACTOR OF 1.5. 2. BM WMTTES ARE BASED OU: 2.1. 30 1(9 44 STEEL RONFMOMENT OAR 22. A FACTOR OF SAFETY OF 1.5 2.3. 7' SHALL BE A M96WM OF 16'. 3. THE ENGINEER SHALL PROVDE A SEPARATE VERTICAL TE-1)06N BLOCKING TABLE 641EN THE CONDIOUNS DO NOT MEET THE ABOVE ASSUMPTIONS 4. THE CONTRACTOR 15 REQUIRED TO PROVDE THRUST RESTRAINT BY NUNS OF VERTICAL TE-DOWN BLOOM 0 FOR ALL PIPES TES ITEM SHALL BE CONSIDERED SUB501MY TO THE VARIOUS ITEMS 80. & ALL MJ FlT1ING5 SHALL BE ADDITIONALLY RESTRAINED NTH RETAINER GLANDS 6. NOTI45, LENGTHS AND DEPTHS MAY VARY BUT SATISFACTION OF ABOVE MM. VOLUMES MUST BE DEMONSTRATED. 7. KEEP CONCRETE CLEAR 08 PIPE JOINTS AND BOLTS. 0. VEROCAL 1E-DOWN BLOCKING FOR LINES 16' AND LARGER SOLT. BE DESIGNED FOR THE SPECIFIC LOCATION AND 9101.94 ON THE ORA9ING5. 9. ALL WCTLE RCN FITTINGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLATING OF BLOCKING. YIN. BANS VERTICAL TIE -DOWN BLOCKING (33 11 00-D132) 1 _I I NOT TO SCALE CONCRETE CRADLE TABLE 1 PIPE 'X' SIZE 90' BENDS 45' BENDS 22.5' BENDS 11.25. BENDS OM.'• MIN. ARE%I.IN. AREA MN. AREA MIN. AREA (SF) (5E) (5F) (50 4.50 4.00• 4.00' 4.004 8' 1'-6' 8.00 4.33 4.00' 4.00" 10' 1'-6' 12.50 6.76 4.00' 4.00' 12' /'-6' 17.99 9.74 4.96 4.W 96' 2'-0' 31.99 17.31 8.83 4.43 20' 2'-0' 49.98 27.05 13.79 6.93 24' 2'-0' 71.97 30.95 19.86 9.98 •MINIMUM THRUST BLOCKING SURFACE AREA SHALL BE 4 SQUARE FEET. •'D5EN90N 'X' TO BE A MINIMUM OF ONE FOOT AND SIX INCHES, BUT IS TO BE INCREASED WHERE NECESSARY TO PROVDE BEARING AGAINST UNDISTURBED TRENCH BOTTOM. NOTES: 1. THRUST BLOCKING AREAS SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 3,000 PSF HORIZONTAL OR LATERAL BEARING PRESSURE FOR ACCEPTABLE SOILS 1.3. MINIMUM COVER OF 42' 1.4. A SAFETY FACTOR OF 1.5. 2. THE ENGINEER SHALL PROVIDE A SEPARATE BLOENING TABLE WHEN THE CONDITIONS DO NOT MEET THE ABOVE ASSUMPTIONS. 3. THE CONTRACTOR IS REWIRED TO PROVIDE THRUST RESTRAINT BY MEANS OF THRUST BLOCKWG FOR ALL PIPES. THIS ITEM SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. 4. ALL AIJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER GLANDS. 5. CRADLES FOR WATER UNES LARGER THAN 24' SHALL BE DESIGNED FOR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS. 6. ALL DUCTILE IRON FITRNGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKING. CONCRETE CRADLE (33 11 00-D131) NOT TO SCALE AUG. 2012 AUG. 2012 =4j1:'E OF 434 :* •• +�� S*% 'DANIEL STWTEI6URG, JO% '0P'•,•9271 LM� �9 - '/3--v/-2 FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 ® 201I Texos Deportment of Transportation 'north tarrant express bluebonnet contractors, LLC Improving mobility in Texas ra INICHOLS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-9 SEQ. 18 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE I/24/2013 STATE DISTRICT COUNT _ TEXAS FT. WORTH TARRANT DRAWN BY DESIGNED BY CHECKED BY I HIGHWAY NO L4.IR ABC DGS IH-35W REV DATE BY DESCRIPTIOR A 1/24/13 DGS SHEET CLARIFICATIONS Off,c8lort wortn MJ CONNECTION WITH ANCHOR TEE OR ANCHOR COUPLING FOR DUCTILE IRON OR PVC PIPE WATER MAIN 8" FIRE HYDRANT/ / LEAD LINE (PVC OR DIP)///// RETAINER GLAND WATER MAIN HORIZONTAL BLOCKING PER 33 11 00-D130 - BACKF1LL SAME AS WATER MAIN PER SECTION 33 05 10 PAVEMENT OR OTHER SURFACE . '"ice} �. fwA',:'• .. HORIZONTAL 4.• '�.;I1W��I= THRUST i ° -` BLOCKING PER '': • - 33 11 OD-D130 \ , .� .4. - \ .� 6° FIRE HYDRANT LEAD WATER MAIN .)(x LINE (PVC OR DIP) MJ ANCHOR TEE OR SAND EMBEDMENT PER MJ ANCHOR COUPLING SECTION 33 05 10 RETAINERGLAND PAVEMENT OR OTHER SURFACE PLAN VIEW EXISTING OR PROPOSED CURB EXISTING OR PROPOSED CURB • -18" MIN. 6" MJ GATE VALVE -1 PER 33 12 20-D126 NOTE: 1. DO NOT LOCATE FIRE HYDRANT IN SIDEWALK. 2. PROVIDE FOUR (4) FOOT CLEARANCE AROUND FIRE HYDRANT. 3. EXTENSION SECTIONS MAY BE USED AS REQUIRED AND INSTALLED AS PER MANUFACTURER'S INSTRUCTIONS. 4. FOR CONCRETE PRESSURE PIPE OR BURIED STEEL PIPE, PROVIDE AN ISOLATION KIT AND WAX PETROLATUM TAPE COATING PER SECTION 33 04 10 AND FLxMJ GATE VALVE. ELEVATION VIEW SIDEWALK W BOTTOM REST k.1 HORIZONTAL THRUST FIRE BLOCKING PER HYDRANT 33 11 00-0130 2'-6" FROM BACK OF CURB (MAX. 9') ///- SET FIRE / HYDRANT PLUMB BREAKER RING W/BREAKER STEM 3'-6" MIN. — 7'-0" MAX. " f / TT� MINIMUM 0.3 C.Y. CRUSHED ROCK PROPORTIONALLY AROUND BASE. DO NOT COVER WEEP HOLE. HORIZONTAL BLOCKING PER 33 11 00-D130 CONCRETE REST 12"x12"x6" RETAINER GLAND STANDARD FIRE HYDRANT (STRAIGHT) (33 12 40-D120) NOT TO SCALE AUG. 2012 C5310416 Dotes Jon. 24, 2013 - 09%34125 AIUserl Je F, 1eY1Nut, l Draw ,ngs\NIYKR5IDE 1111\CV-UIL-Uf-ITHL04.d5n CON ETE C(1LLAR CONCRETE COLLAR (UNIMPROVED SURFACES) PAVED AREAS CONCRETE COLLAR 8" TYP. AWWA THREE-PIECE) VALVE BOX OR APPROVED EQUAL 8-14 BARS (TYP.) 2'-0" 4i" CHAMFER (TYP) FOR UNIMPROVED SURFACES ONLY CONCRETE COLLAR (RECI AIMED WATFR - AU. LOCATIONS) UNPAVED AREAS GATE VALVE )"x45' CHAMFER 2" SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH L"A souo ROUND STOCK / 'q 2" SQUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH 2)¢" SQUARE TUBING W/ Y." THICK WALL 44" CHAMFER (TYP.) 3" MIN. IF VALVE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURFACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. USE RETAINER GLANDS FOR VALVE RESTRAINT 2., .o VA►IES VALVE STEM FXIFNSION -4" 0 NOTE: 1. GATE VALVES SHALL BE RESILIENT SEATED. 2. PROVIDE 3" MIN. OF COVER OVER REINFORCEMENT IN ALL DIRECTIONS. 3. COLLARS SHALL BE 4,000 PSI CONCRETE PER SECTION 03 30 00. �OF �L11 �S.�...., tF4q f S* I :1DANIEL STOUIEIUING, J11i I'O-p 9927I '1�% NOTE: 1. 1" ROUND SOLID BAR & 2" SQUARE PER ASTM A-108-81. SAE 1020, COLD DRAWN OR BETTER. 2. 2-Yz" SQUARE TUBING PER ASTM A-5I2-79, SAE 1020, COLD DRAWN OR BETTER. 3. ALL WELDS SHALL COMPLY WITH A.W.S. CODE FOR PROCEDURE, APPEARANCE AND QUALITY OF WELDS. WATER DISTRIBUTION GATE VALVE & BOX 2 (12" AND SMALLER) (33 12 20-D126) NOT TO SCALE AUG. 2012 FREESE AND NICHOLS, HC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Q 2011 Ar Texas Deportment of Tronsportotion .snorth tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LMR DISTRICT FT. WORTH DESIGNED BY ABC MUMNICHOLS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-10 SEQ._ 19 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 1/24/2013 COUNT TARRANT CHECKED BY I DOS HIGHWAY NO IH-35W REV DATE BY DESCRIPT1011 1/24/13 DOS SHEET CLARIFICATIONS 00000Rort Worth Attn. I. INNHOLE 1E0 W 1SHSH SHALL LIAAHOLE UO ASSONAT DETALS AS 2.F. CAST-N-VICE *NNaEs. M2 FOR THREE DAYS BEFORE BAO0X1AN0 AR01R0 STAICIVRE 1 F SCR 101301 :5 01 ORORL RA. MR.! USE OF COARSE AGGREGATE BASE A 2a10N 11 SLAB MAT BE 9ASTTUTED. 4. CAST -IN -PLACE C.ICRETE DULL BE PER SECTION OJ 30 00. 5. PIE -CAST JOINTS SHALL MVO. 0TO ASIM DOR W 6. LESS OTERW9: ROUTED N THE ORA... 4'E uA\HOOFS SHHL BE USED FOR 21. ANO SEWER SANITARY SETER LEES NFJ 5'A .102ES SHALL OE USED 24' IF TO DV SANITARY 5.01 ADCS. PRE -CAST 1 ACCEPTABLE Y .EfrC (1mJ Sr YC110N J] OS 0 : •. EL®ENEXT SMALL BE SAVE S WAN Itt. PER SECIAKN 3l• A06.05T .OUT INVERT /005ET TO VAT. PPE FLO.. AS 11E0E0 A9�AND C.E NDCATE0 RON .E BBA9,1G5 CAST -IN -PI ArF AS ROUTED N {' 1TE DTATYIGS APR, NIEROt -e CORROSION PROTECTION F REOT Cr.) 5� EC RM 33 LNOS1110.0 CAS E0 ROM BEL. VN. EARTH VN:IIOE BASE ( ) PER SE.0.13305 i0 PLAN VIEW - FRAME AND COVER PLAN VIEW - GRADE RINGS V010E DO • =0A55Eu2LY. SEE • .PR OWOE FATFAHAL • COAT. N • .AttomAVCE NM •' AVIA DOS AND STANDARD MANHOLE (33 39 10/20-D208) NOT TO SCALE AUG. 2012 PROFILE VIEW - COVER .I't I I I I I I I OPENN. - FRAME N1/TH PROFILE VIEW - FRAME CONCRETE COLLAR AS REW0ED PER MANHOLE U/ ASSEMBLY DETAILS COLLAR SHALL EXTEND AT LEAST 3' MN. BELOW MANHOLE TOP OUTSIDE DIAMETER SHALL BE GREATER THAN OR EQUAL TO OUTSDE DIAMETER 00 FRAME AND LESS THAN OR EQUAL TO OUTSIDE DIAMETER OF MORSE COVE 0R TOP INSIDE DIAMETER SHALL BE EQUAL TO INSIDE DIAMETER OF FRAME INK NOTES 1. PROVIDE HINGE/ FRAME AND COVER WHERE INDICATED IN THE DRAWINGS ARO ON DETALS. 2. UOS SHALL BE INTEGRALLY NARKED INDICATING 'WATER', 'SANITARY SEWER', OR 'STORM DRAIN' AS DESIGNATED ALONG WITH FORT WORTH LOGO PER SECTION 33 05 13. 3. ALL HINGED FRAMES AND COVERS SHALL REQUIRE A WATER -TIGHT GASKET. 4. FOR WATER AM) SANITARY SEWER, ALL TYPES OF FRAMES SHALL ALLOW Y111LMUY 30-INCH OPENING, UNLESS OTHERWISE SPECIFIED IN THE DRAWINGS 5. FOR STORY DRAIN ALL TYPES OF FRAMES SHALL ALLOW MINIMUM 24-INCH OPENING PER SECTION 33 05 13. UNLESS OTHERWISE SPECIFIED UN THE DRANINCS. F LID IS IN PAVEVENT, ORIENT HINGE TOWARD ONCOMING TRAFFIC FRAME COVER IN TRAFFIC AREAS GRADE RINGS SHALL BE CONCRETE, OTHERWISE HOPE WILL ALSO BE PERMITTED MANHOLE OR VAULT -/ PER DRANVIGS WATER -TIGHT HINGED MANHOLE FRAME, ^s COVER AND GRADE RINGS (33 05 13-D008) i • NOT TO SCALE AUG. 2012 CSJIO416 oote:'Jon. 24, 2013 - 09:3F139 muser,)e F11011\Ut, I\Uraw,ngs\0IVLRSIUG UR\CV-UAL-U1-(TPL0S. own RAM-NEK OR EQUIVALENT (TIP.) PROPERTY UNE 4• CONCRETE COLLAR DDNTRFTE C011 AB (PINT MEW1 FOR NEW DEVELOPMENT. CAP RISER 1' BELOW GRADE (CAST IRON). MART( W/REO VINYL TAPE 3' WADE & 6• ABOVE GROUND RUBBER SLEEVE DIMPLING REQUIRED IF EX/STING SERVICE 15 PRESENT. OTHERWISE PLUG END. Ott OF FORT WORTH / STD. C1EARCIT W/CAST IRON OR POLYE1H11134E /coo ESEWS( 105T. OR PROP. 5VC POL1E1H1LENE 1 ■01 I �fO-RING CAST RGN ('j STAINLESS STEEL i1 BOLTS ^}• STARAE55 STEEL BOLTS CAST IRON WAY O0'1 ENNOUT TEE 6• M. BACKFRL STANDARD PARKWAY }VET. 33 05 10-D001'.: 6/11 V� /]Ly�y�[ 1y/pr (] P # P45E1NiLEKE R 10 COLD JOINT BOLD RE0 0-RING PVC FOR UN PAVED AREAS 7.5• L/j��N�T c y r,,cs�W(T/S AND I:IA 11p ". FOR PAW° AREAS 2 NOTES: 1. PIPE AND FITTINGS MUST BE SOR-35 OR SDR-26 PVC MATERIAL OR DOCILE IRON WITH PROTECTIVE 401 COATING A5 INDICATED 111 THE DRAWINGS 2. PROMO( RUBBER SLEEVE COUPLINGS WITH STAINLESS STEEL DOUBLE -BAND REPAIR SLEEVES TO CONNECT TO E1051NG SERVICE. TIGHTEN SLEEVES 70 THE TORQUE RECOMMENDED BY THE MANUFACTURER. 3. USE 5-SACK, 3.000 P51 CONCRETE AROUND CLEANOUT ASSEMBLY. 4. SEWER SERVICE SHALL INCLUDE ALL APPURTENANCES FROM SEWER MAIN UP TO AND INCLUDING RUBBER SLEEVE COUPLING OR PLUG 5. THE LONG DIMENSION OF THE CONCRETE '0 TANIAIT COLLAR SHOULD BE PARALLEL TO THE STREET. • •• SEWER SERVICE MATERIAL , A5 INDICATED N •, DRAWINGS, SLOPE VARIES =-6�ACC010111 CXFlLL PER SESECTION 33 05 10 \\ - E(TERO CONCRETE ENCASEMENT 6' MIN. FRCS BOTH EN05 OF 2-WAY CIEANOUT TEE DRIVEWAY PROPERTY UNE SIOEWAL0 ORPEWAY APPROACH STANDARD TEE 'USNED ROCK EMBEDMENT PER SECTION 33 05 10 �CAST IRON CLEANOUT W/UD AND CONCRETE COLLAR MUST BE OTHER COMPLETELY INSIDE OR OUTSIDE OF SIDEWAU( PROPERTY STREET CAST UT BOOT 01/r*5T t0BtL1N n nP aual CURB & CUTTER SANITARY SEWER SERVICE (33 31 50-D214) NOT TO SCALE AUG. 2012 NOTES: I. TINS DETAL TO BE USED *CY SARRE 5PE0Fm CH THE DRAWHGS N CWBNAT0X VON PROPOSED LIANHCAE OT VAULT N THE SAVE LOUTI01 2. CRRAY FAT TOP YMH0LES SHALL BE ALLOAED FOR IMNROMT WREAKS. OCHE MNNOIES N.LL NOT BE NLOAEO. MADE RNNGS ARE USED THEY 914.16 BE HD LESS THAN 2' 0002. AIA 91A3L ROT EXCEED 12' N TOTAL MOIL NO u00 THAN 3 TOTAL GRADE RODS 91AAL BE 6.10 AU. 4. AHEASVR01ENT5 ARE TYN001.CAL FOR ALL DOES OF VAHHOE/VAO.T 1A 000010 T. 5. V 1. 03 MT TOP SHALL C., 6' IBM. A601E SIIGHESTWALE ADJACENT UNAPRO IS 91RFAT E WEN RAILD YAAM RS IS NDIGTD x THE ORARLYGS 6. PROVER REINFORCEMENT TWO COLLAR TO VNNQE T WYRBE N2� 0 0R.101INiEO EAT PROVVBEO ALL /TEA EPAdHG REOA0Eu01T5 ARE VET. S WEI1 USED, CONCRETE COLLARS SHALL BE POURED TO EVENTS OF CNOREIE FAT LOP. B. VAHHOE SHALL BE RAILED OR FLUSH AS INDICATED ON THE OWwAOS 0.1.0 SURFACE FR.. GONER r 6• MN., cOLLME TEE OW1 0 50 GO \ \ i �i\\/W T .'nl:` I2• YAIC .00.NT(i1P.) GROU/FACE 1 1' I10. ACCEPTABLE BACE. 0t G Wei CSS CR CE9M AS A., PEIXIIPFD BT DRAWINGS)' \ PER YCTNN ]J OS 1D�, (4) /4 BARS 0g3E0 4 _ Ni0 YABNOUE COE 3' uM. 001H 0PEO00 00NolE a' Y PLAN VIEW 2 ROAS RAu-HEN 0U E00VALENT LIRA.) (4) /4 BARS/ OM. INTO MANHOLE C0E 3•WI. BOLD OREM. NM NOTE 6 RAISED SECTION VIEW CORM. RD COM, AS COLLAR ///AVE MD N TIE DRAYANGS ////./J/ //.// /'/// GROUT FACE 12' VAX. Su00111 (TIP.) 2 ROWS R 1011( FOAVAIENT (TIN.).) VAHNOE OR VIAL PER AKNGS\ FLUSH SECTION VIEW °`'' fix Na,, /> 6' IUL I. VN. ACCEPTABLE MARL OR 6' ,0I C55 0R CISW AS RE0JRE0 BF ORA 31 PER 05 10 SEER. LAZE ALH PVC 1EANOUT W/1.ID AND CONCRETE COLLAR MUST BE EITHER COMPLETELY INSIDE DR OUTSIDE OF SIDEWALK �CURB 01 QUTTER STREET PVC CL£AN01T BOOT 17/POL0EIHIFNF UO FOR VON-PAW'rJ1 AREA( MANHOLE LID ASSEMBLY - UNIMPROVED SURFACE (FLAT TOP) (33 05 13-D105) i 41` B NOT TO SCALE AUG. 2012 OF ySp ......I `��....1 *:' *// %*• l^l r*// f, DANIEL ST0UTE11BW0, Ai; 10*. 99271 A: 14gg!"(JJ„452 FREESE AND NICHOLS, NC. TEXAS REGISTERED ENGINEERING FRAM F-2144 Texas Department of Transportation .s 'north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LIAR DISTRICT FT. WORTH DESIGNED BY ABC rim FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-11 SEQ. 20 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE WWII 1/24/2013 COUNT TARRANT CHECKED BY I Dcs HIGHWAY NO IH-35W REV DATE BY DESCRIPTION A 1/24/13 )CS SHEET CLARIFICATIONS EX. 12" PVC 5' ROW UTILITY MAINTENANCE AREA WL (X-9371)� REMOVE EXISTING PLUG 5, ROW UTILITY MAINTENANCE AREA 7' 12" ROLLED 90° BEND (MJ) 12" ROLLED 90° BEND (MJ TO PE) EX. FH TO BE REMOVED AND SALVAGED 8"x6" ANCHOR TEE EX. DOMESTIC ACCESS EX, MJ EX. 8" DI WL (X-14373) GV • 12" MJ GV 2'-2" 24" STEEL CASING "-PROP. BOC .---12" ROLLED 90° BEND (PE TO MJ1 CONCRETE BLOCKING (TYP) CONFLICT 33 WEST CONNECTION NOT TO SCALE 8" ROLLED 90° BEND (MJ) CONCRETE BLOCKING (TYP) 1 I F--rti 41- L L 11 11 11 i T1 1 r- 1 II . II II, I i J Lh EX. 2" IRRIGATION METER CONFLICT 34 WEST CONNECTION NOT TO SCALE Off,Cotort worm C5J10416 r 1 -3 I 6" MJ GV PROP. FH ASSEMBLY r___--PROPOSED STORM INLET (BY OTHERS) 20" STEEL CASING PROP. BOC 8" ROLLED 90° BEND (PE TO MJ) Dote:Jon. 24, 2013 - 09:39:20 AIW er,fe F, I0Y:\util\Drow,ngs\HIVEHSIOE OH\CV-U(L-Uf-TYPL06.00n 24" STEEL CASING 1yI_ 1-__ 20" STEEL CASING N PROP. BOC 8" ROLLED 90° BEND (PE TO MJ) PROP. BOC 10' CONCRETE BLOCKING (TYP) 12" ROLLED 90° BEND (MJ) ROW 5' UTILITY 1 MAINTENANCE 12" MJ GV EX. 12" PVC WL I 1 i-12" ANCHOR TEE 12" ROLLED 90° BEND (MJ TO PE) ‹:: L. __, 2'-9" CONFLICT 33 EAST CONNECTION NOT TO SCALE 8" ROLLED 90° BEND_(MJ) CONCRETE BLOCKING (TYP) 8" MJ GV 1'-3" 1'-11" ROW 5' UTILITY MAINTENANCE AREA EX. 12" PVC WL 12,x8, ANCHOR TEE CONFLICT 34 EAST CONNECTION ',113 NOT TO SCALE NOTE: 1. ALL FITTINGS SHALL BE MECHANICALLY RESTRAINED. Sp1F•, OF .. III h : ' • 5 � DANIEL S1 J1ENBIRG, JR iy:. 99271 Ifo,Y,: CkENS Fv: Vs ,.. NV_ 2vr3rdl--gt{ FREESE AND MCHOLS,NC. TEXAS REGISTERED ENGINEERING FIRM F-2144 © 201 1, QR ir Texas Deportment of Transportation .north tarrant express bluebonnet contractors, LLC Improving mobility in Texas •I VICHOLS FORT WORTH CONNECTION DETAILS SHEET C-12 SEQ. 21 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 1/24/2013 STATE DISTRICT COUNT TEXAS FT. WORTH TARRANT DRAWN BY DESIGNED BY CHECKED BY I HIGHWAY NO LL4R ABC DGS IH-35W PROJECT HD. SHEET NO. AI SUBMITTED FOeL luteokNET FORT WORTH CITY OF FT. WORTH, TEXAS 1000 THROCKTON STREET FT. WORTH, TEXAS 76102 817-392-4477 MAIN ATTN: ANDREW T. CRONBERG, P.E. bluebonnet contractors, LLC Improving mobility in Texas BLUEBONNET CONTRACTORS, LLC 6851 NE LOOP 820, SUITE 102 NORTH RICHLAND HILLS, TEXAS 76180 817-510-3557 MAIN 817-510-3691 FAX ATTN: SCOTT STOCKBURGER, P.E. DIRECTOR OF UTILITIES CSJ ENGINEERING ASSOCIATES, LLC POST OFFICE BOX 630797 IRVING, TEXAS 75063 512-750-3974 MAIN ATTN: SCOTT COLTER, P.E. rim 4055 International Plaza, Suite 200 Fort Worth, TX 76109-4895 Phone-(817) 735-7300 Fox-(817) 735-7491 Web - www.freese.com p zoT: Texas Deportment of Transpvlettm RECOMMENDED FOR APPROVED: ANDREW T. CRONBERG, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT CITY OF FORT WORTH, TEXAS RECOMMENDED FOR APPROVED: I 20T-. - l -/ 2 FREESE AND NICHOLS, INC. STATE OF TEXAS DEPARTMENT OF TRANSPORTATION ION PLANS OF PROPOSED STATE HIGHWAY IMPROVEMENT north tarrant express TARRANT COUNTY ASSEMBLY U NUMBER 820-U-0506 CITY OF FORT WORTH, TEXAS RIVERSIDE DR, WATER AND WASTEWATER UTILITY RELOCATION ROW CSJ: 0008-14-093 CONST. CSJ: 0008-14-059 CONFLICT ID NUMBERS: 1, 33, 34, 35 & 36 STA 700+00 TO 701+00 PROJECT LOCATION z-- N.T.S. )______________1 DECEMBER 2012 © 2012 BY TEXAS DEPARTMENT OF TRANSPORTATION ALL RIGHTS RESERVED. EIOl 1 DIY151.1 I TEXAS 1 CONTROL 10364 INDEX OF DRAWINGS DISTRICT COLHTY FT WORTH TARRANT SHU JO.1 H14H..Y NO. 01 119 RIVERSIDE DR. SEC/. SHEET NO. NO. DESCRIPTION 2 G-2 OVERALL PROJECT WATER LAYOUT & PROJECT CONTROL PLAN 3 G-3 OVERALL PROJECT WASTE WATER LAYOUT & PROJECT CONTROL PLAN 4 G-4 FORT WORTH WATER SYSTEM AND ABANDONMENT LOCATION MAP 5 G-5 FORT WORTH WASTEWATER SYSTEM LOCATION MAP 6 G-6 NTE GENERAL NOTES 7 G-7 TXDOT GENERAL NOTES 8 G-8 GENERAL NOTES 9 G-9 FORT WORTH WATER GENERAL NOTES 0 C-1 CONFLICT ID 1 1 C-2 CONFLICT ID 33 2 C-3 CONFLICT ID 34 3 C-4 CONFLICT ID 35 4 C-5 CONFLICT ID 36 5 C-6 CITY OF FORT WORTH STANDARD DETAILS 6 C-7 CITY OF FORT WORTH STANDARD DETAILS 7 C-8 CITY OF FORT WORTH STANDARD DETAILS 8 C-9 CITY OF FORT WORTH STANDARD DETAILS 9 C-10 CITY OF FORT WORTH STANDARD DETAILS 20 C-11 CITY OF FORT WORTH STANDARD DETAILS 21 C-12 CONNECTION DETAILS FREESE AND NCHOLS, WC. TEXAS REGISTERED ENGINEERWG FIRM F-2144 CITY OF FORT WORTH RIVERSIDE DR. WATER AND WASTEWATER UTILITY RELOCATION COVER SHEET STATE TEXAS DRAWN BY LIAR DISTRICT FT. WORTH DESIGNED BY ABC SHEET G-1 SEO. 01 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/14/2012 COUNT TARRANT CHECKED BY HIGHWAY NO DOS I RIVERSIDE DR. -REV DATE BY DESCRIPTION d�a 41,4 690•00 EX. FH— ti EX. FH VENTURA FOODS 3201 NORTH EAST LOOP 820 EX. FH f CP 2004 EXISTING 12' PVC WL (X-151411 EXTENDED STAY DELUXE FOSSIL CREEK 3261 NORTH EAST LOOP 820 ISOLATION VALVE CP 2115' 695.00 EX. FH CONFLICT ID 1 EXISTING- 12' DI WL (X-9274) EX. FH ISOLATION VALVE-----Af 7- EX. 12' D.I. WATER LINE (X-9274) CP 2116T EX. FH _ 700.00 I N.E. LOOP 820 CP 2005' EX. FH EXISTING 12' DI WL CONFLICT 33 (X-93711� CONFLICT ID 33 EVEREST COLLEGE 5237 N. RIVERSIDE DR. EX. FH TO BE RELOCATED CONFLICT ID 34 EX. 8' DI WL CONFLICT 34 IX-9371) EXISTING 8' DI WL CONFLICT 31 IX-9371) UtticKuollos USJlUAlb Uote,12\12�2012 - U2S3S:13 PU User, ler IIIeWi wt,l\UrowinOs‘RIFLN'SIUL UH�CV-ALL-PL •SIILU1. 09, EX. FH CONFLICT 86 ISOLATION VALVE FOSSIL CREEK CROWN PARTNERS LTD. 4084 SANDSHELL DR. [ISOLATION VALVE • 705.00 [EX. ROW EX. FH CONFLICT 86 \-. PROPOSED RETAINING WALL (BY OTHERS) FIVE STAR COLLISION REPAIR CENTER I 5250 N. RIVERSIDE DR. ...—:122:: DI SECTION OF WL EX. 12' PVC WATER LINE (X-9371) (DI SECTIONS NEXT TO STORM DRAIN INLETS) 850' TO ISOLATION VALVES DI SECTION OF WL PROPOSED ROW (VACANT LOT) MERCANTILE PARTNERS LP 5237 N. RIVERSIDE DR. CP# NORTHING EASTING ELEV 2004 6,991,149.25 2,336,470.56 623.93 2005 6,991,144.64 2,337,128.28 626.11 2006 6,991,162.66 2,337,932.15 641,54 2115 6,991,469.60 2,336,626.03 625.70 2116 6,991,475.20 2,337,401.50 629.27 2117 6,991,483.73 2,338,200.42 643.30 CP 2117' 710•00 CP 2006' fEX. FH CONFLICT EXISTING 12' PVC WL CONFLICT 86 EX. FH CONFLICT 86 LEGEND PROP WL EX WL DI WL PROPROW "�•--'• EX ROW EX VALVE EX FH EX SSMH 0 50' 100' 200' HORIZONTAL SCALE 72,17._—i2-Tz FREESE AND NCHOLS. INC. TEXAS REGISTERED ENGNEERNG FRU F-2144 m 2011 Ar Texas Department of Tronsportotion north tarrant express bluebonnet contractors, LLC Improving mobility in Texas rim iNICHOLS FORT WORTH RIVERSIDE DR. OVERALL PROJECT WATER LINE LAYOUT & PROJECT CONTROL PLAN SHEET G-2 SEQ. 02 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE J 12/12/2012 STATE DISTRICT COUNT TEXAS FT. WORTH TARRANT DRAWN BY DESIGNED BY CHECKED BY HIGHWAY NO LUR ABC DGS I IH-35W -REV DATE BY DESCRIPTION Ngi 1111012,6 nnt 690.00 VENTURA FOODS 3201 NORTH EAST LOOP 820 EX. 18" SS (M-3401 • CP 2004j'� I, ii-IG;:EIidrJ �. -rl"•wa.c1 EXTENDED STAY DELUXE FOSSIL CREEK CONFLICT ID 35 3261 NORTH EAST LOOP 820 695.00 CONFLICT ID 35 STA 1.00 BL STA 699.97 N•6991497.04 E•2337124.52 EX. 21' VC SS (l II dl d.db / (M-396) (X-I9481I EX. 24- VC SS (M-395) (X-19476) — EX. 8• PVC SS (M-3951 (X-9274) 700.00 CP 2005' EX. 8' DI SS (L-9628) (X-9371) CONFLICT ID 36 CONFLICT ID 36 STA 1.00 BL STA 700.33 N•6990877.94 E.2337153.95 EVEREST COLLEGE 5237 N. RIVERSIDE DR. EX. 8' PVC SS (L-9628) (X-9371)� r 11 FOSSIL CREEK CROWN PARTNERS LTD. 4084 SANDSHELL DR. tl tl 1 1I CONFLICT ID 35 STA 2.83.50 BL STA 701.81 N•6991497.51 E•2337308.02 )sir .szo. n• CP 2116A_a,,,.s,,.,E. N. E. LOOP 820 CONFLICT ID 36 STA 2.16.71 BL STA 701.49 N.6990868.25 E•2337270.25 705.00 [EX. ROW GP/ NORTHING EASTING ELEV 2004 6,991,149.25 2,336,470.56 623.93 2005 6,991,144.64 2,337,128.28 626.11 2006 6,991,162.66 2,337,932.15 641.54 2115 6,991,469.60 2,336,626.03 625.70 2116 6,991,475.20 2,337,401.50 629.27 2117 6,991,483.73 2,338,200.42 643,30 CP 20061 PROPOSED ROW PROPOSED RETAINING WALL (BY OTHERS) FIVE STAR COLLISION REPAIR CENTER 5250 N. RIVERSIDE DR. (VACANT LOT) MERCANTILE PARTNERS LP 5237 N. RIVERSIDE DR. CP 2117T 710.00 LEGEND PROP WW EX WW PROP ROW EX ROW EX VALVE EX FH EX SSMH 7.m.lomm me 0 50' 100' 200' HORIZONTAL SCALE FREESE ANO NICHOLS, WC. TEXAS REGISTERED ENGREERNG FRU F-2144 ©24 Texas Deportment of Tronsportotion north tarrant express bluebonnet contractors, LLC m Improving mobility in Texas rorN CHOLS 'Q FORT WORTH RIVERSIDE DR. OVERALL PROJECT WASTEWATER LINE LAYOUT & PROJECT CONTROL PLAN SHEET G-3 SEO. 03 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/12/2012 STATE DISTRICT COUNT TEXAS FT. WORTH TARRANT DRAWN BY DESIGNED BY CHECKED BY HIGHWAY H0 LUR ABC DGS IH-35W ultice1011as CSJI041b Date:1/\I2\/012 - 02:7b: Sb PM User: lllr 11I ,0.111\Urorin9s\HIVLNSIUL UH\GV-ALL-PL-SII LU2.09n -REV DATE BY DESCRIPTION tik UA CV-ALL-PL-WATER Om OAY10V `�11 B f0551' AI " 4R cal'at• f p551V Osrr 23. A 8 3rn1w,` rs W Y' 3R , 4R ,rol� , vo,. . FOSSIL Pi f 0 %\'' 2 Ga�E6 144 EX. 10" GV �mr r I•Y1�• w 3 EX. FH TO DRAIN LINE _FX_ 12" GV CONFLIC ID 33 VEREST OLLEGE QQNFLICT ID 34 6 EX.FH 0 DRAIN INE D•�1 A- 01 EX 12" GV EX. 12i' Ja. 2' A L. Ga�Ei Jaw m A FOSS L CREEKin Ep m PARTNERS ' a A CONFLICT EX. 12" GV 13 1- 1; Lir ppp. GsA 1 FIVE STAR COLLISION If, REPAIR ENTER ,.- 8 " ATANACROSS EX. 12" GV 1 >;, . SANDSHELL A EX. 12" GV„ NORT I •.,t y RN GV "rt tr�= ® i[R= 7 CROSS 1. ti 7 9, 055'a6 W 6 101101 DR. LOOP 820 A 1 9B Aj 5- °' AL"' A McLEAN to A RD. w 6 2 2 d Z �pa51 ' LNO I I -I 11 .CLrYnV I +2 1 All RECOMMENDED SEQUENCE OF CONSTRUCTION GENERAL NOTES 1. RECOMMENDED SEQUENCING IS PROVIDED AS A SUGGESTION TO THE CONTRACTOR. ALL MEANS AND METHODS OF CONSTRUCTION, INCLUDING SEQUENCING, IS ULTIMATELY THE RESPONSISBILITY OF THE CONTRACTOR. THE CONTRACTOR MAY SUBMIT ALTERNATE SEQUENCING PLANS FOR REVIEW BY THE ENGINEER AND CITY. CONFLICT 1 PRIOR TO SHUTDOWN OF EXISTING 12" WATER LINE 1. PERFORM "D-HOLE" TO VERIFY TIE-IN LOCATIONS. DURING 2 WEEK SHUTDOWN OF EXISTING 12" WATER LINE 2. THE CITY OF FORT WORTH WATER DEPARTMENT WILL CLOSE THE VALVES AS DESCRIBED IN THE SHUT DOWN PROCEDURES. 3. REMOVE EXISTING 12" DUCTILE IRON WATER LINE (X-9274) 4. INSTALL CASING PIPE FOR PROPOSED 12" WATER LINE FROM STATION 1+25 TO 2+60 BY OPEN CUT. 5. INSTALL PROPOSED 12" WATER LINE FROM STATION 0+95 TO 2+75. 6. INSTALL TEMPORARY TEST PLUGS AT STATIONS 0+95 AND 2+75 AND TEST WATER LINE. 7. PRESSURE TEST AND DISINFECT LINE THEN REMOVE TEST PLUGS AND MAKE THE CONNECTIONS TO THE EXISTING 12" WATER LINE. 8. BRING WATER LINE INTO SERVICE. SHUT DOWN PROCEDURES FOR CONFLICT 1 1. ONLY THE CITY OF FORT WORTH WATER DEPARTMENT SHALL OPERATE THE EXISTING WATER LINE. SHUT DOWN SHALL NOT LAST LONGER THAN 2 WEEKS. 1A. CLOSE EXISTING 12" GATE VALVE 130' EAST OF THE INTERSECTION OF N. RIVERSIDE DR AND THE WEST BOUND FRONTAGE ROAD. 2A. CLOSE EXISTING 10" GATE VALVE 500' WEST OF THE INTERSECTION OF N. RIVERSIDE DR AND THE WEST BOUND FRONTAGE ROAD. 3A. DRAIN THE EXISTING 12" WATER LINE USING THE FIRE HYDRANT. 4A. VERIFY THAT THE EXISTING VALVES ARE HOLDING. AFTER SHUT DOWN 1. RESTORE ALL SURFACES, LANDSCAPING, CURB AND GUTTER, PAVEMENT AND SIDEWALK AS NEEDED. CONFLICT 33 & 34 PRIOR TO SHUTDOWN OF EXISTING 12" WATER LINE FOR CONLFICT 33 1. PERFORM "D-HOLE" TO VERIFY TIE-IN LOCATIONS. 2. INSTALL CASING PIPE FOR PROPOSED 12" WATER LINE FROM STATION 1+10 TO 2+13. 3. INSTALL NEW WATER LINE FROM STATION 1+03 TO 2+19 INCLUDING BENDS AND ASSOCIATED CONCRETE BLOCKING. 4. INSTALL TEMPORARY TEST PLUGS AT STATIONS 1+03 AND 2+19 AND TEST WATER LINE. 5. NOTIFY THE BUSINESSES AND THE CITY OF FORT WORTH WATER DEPARTMENT 2 WEEKS PRIOR AND THEN AGAIN 72 HOURS PRIOR TO MAKING THE CONNECTION. A. MERCANTILE PARTNERS (EVEREST COLLEGE AND BNSF), 5237 N. RIVERSIDE DR, DEBRA PIERCE AT (817)834-3767 EXT 21. 8. FIVE STAR COLLISION CENTER, 5250 N. RIVERSIDE DR, DUCK BREWER AT (817)849-3268 1. FIVE STAR COLLISION CENTER IS CLOSED TO THE PUBLIC ON WEEKENDS, BUT WILL HAVE EMPLOYEES WORKING IN THE SHOPON THE WEEKEND. 6. SHUT DOWN EXISTING 12" WATER LINE FROM THE CORNER OF RIVERSIDE DR AND THE EAST BOUND FRONTAGE ROAD TO THE INTERSECTION AT RIVERSIDE DR AND NORTHERN CROSS BLVD. THE CITY OF FORT WORTH WATER DEPARTMENT WILL CLOSE THE VALVES AS DESCRIBED IN THE SHUT DOWN PROCEDURES. PRIOR TO SHUTDOWN OF EXISTING 8" WATER LINE FOR CONLFICT 34 7. PERFORM "D-HOLE" TO VERIFY TIE-IN LOCATIONS. 8. INSTALL CASING PIPE FOR PROPOSED 8" WATER LINE FROM STATION 1+11 TO 2+13. 9. INSTALL NEW WATER LINE FROM STATION 0+89 TO 2+19 INCLUDING BENDS AND ASSOCIATED CONCRETE BLOCKING. 10. INSTALL TEMPORARY TEST PLUGS AT STATIONS 0+89 AND 2+19 AND TEST WATER LINE. 11. SHUT DOWN EXISTING 12" WATER LINE FROM THE CORNER OF RIVERSIDE DR AND THE EAST BOUND FRONTAGE ROAD TO THE INTERSECTION AT RIVERSIDE DR AND NORTHERN CROSS BLVD. THE CITY OF FORT WORTH WATER DEPARTMENT WILL CLOSE THE VALVES AS DESCRIBED IN THE SHUT DOWN PROCEDURES. DURING 8 HOUR SHUTDOWN OF EXISTING 12" WATER LINE CONFLICT 33 12. REMOVE THE TEMPORARY TEST PLUGS 13. INSTALL WATER UNE FROM STA 0+94 TO 1+03 AND FROM 2+19 TO 2+22 INCLUDING VALVES, TEES AND BLOCKING AT THE CONNECTIONS TO THE EXISTING PIPE. 14. MAKE THE CONNECTIONS WITH EXISTING 12" LINE. 15. BRING WATER LINE INTO SERVICE. DURING 8 HOUR SHUTDOWN OF EXISTING 12" & 8" WATER LINE CONFLICT 34 16. REMOVE THE TEMPORARY TEST PLUGS 17. INSTALL WATER LINE FROM STA 0+79 TO 0+89 AND FROM 2+19 TO 2+24 INCLUDING VALVES, TEES AND BLOCKING AT THE CONNECTIONS TO THE EXISTING PIPE. 18. BRING WATER LINE INTO SERVICE. COSHUT DOWN PROCEDURES FOR CONFLICT 33 & 34 1. ONLY THE CITY OF FORT WORTH WATER DEPARTMENT SHALL OPERATE THE EXISTING WATER LINE. SHUT DOWN SHALL LAST NO LONGER THAN 8 HOURS AND CAN ONLY OCCUR ON SUNDAY. 2. THE SHUTDOWN FOR THESE TWO CONNECTIONS SHALL BE PERFORMED SIMULTANEOUSLY. 1B. CLOSE EXISTING 12" GATE VALVE 5' NORTH OF EAST TIE-IN LOCATION FOR CONFLICT 33. 2B. CLOSE EXISTING 12" GATE VALVE 90' WEST OF THE INTERSECTION OF RIVERSIDE DR AND NORTHERN CROSS BLVD. 3B. CLOSE EXISTING 12" GATE VALVE 100' EAST OF THE INTERSECTION RIVERSIDE DR AND NORTHERN CROSS BLVD. 4B. CLOSE EXISTING 12" GATE VALVE AT THE SOUTHEAST CORNER OF THE INTERSECTION AT RIVERSIDE DR AND NORTHERN CROSS BLVD. 5B. CLOSE EXISTING 12" GATE VALVE 200' WEST OF THE INTERSECTION OF THE EAST BOUND FRONTAGE ROAD AND N. RIVERSIDE DR. 68. DRAIN THE EXISTING 12" WATER LINE USING THE FIRE HYDRANT. 78. VERIFY THAT THE EXISTING VALVES ARE HOLDING. AFTER SHUT DOWN 1. GROUT AND PLUG ABANDONED LINES. 2. RESTORE ALL SURFACES INCLUDING LANDSCAPING, CURB AND GUTTER, PAVEMENT AND SIDEWALK A5 NEEDED. 1.EGEND EX WL PROP WL HYDRANT ISO VALVE ARV 0 200'400' 800' HORIZONTAL SCALE FREESE AND MCHOLS WC. TEXAS REGISTERED ENGWEERW6 FR11 F-2144 zoll Texas Department of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LIAR DISTRICT FT. WORTH DESIGNED BY ABC IMAM FORT WORTH FORT WORTH WATER SYSTEM AND ABANDONMENT LOCATION MAP SHEET G-4 SEG. 04 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/12/2012 COUNT TARRANT CHECKED BY I HIGHWAY NO DOS IH-35W u111ce1°11o5 CSJIU41b Uote112‘12\2012 - UI,YB,US PM users1 r 1IIW, 1UtI I\Urwl ngo 6IVLHSIUL Uk\CY-ALL-PL-4APS-W.c9n "REV DATE BY DESCRIPTION log x•i 010,01 54.01 r .01 3 04.,1E w a 0 aC Tan FOSSIL CREEK friA L•e1 LL .401 cR�'0-y ..,,E 1,.n — ..SSfV 4R ":� _ .. is.s, 14.0. 4'LI [E � � I I o. mT ' f • ar I E•eese :..� �6.�1r hJ n[[ 6 e.4.a 'N •r.c ,[ [ 0.i, •am 'T O PO m • 0 FOSS ElkCREEN xa -EVEREST ff"— COLLEGE 1114/3 11106 ooPAd4'fNERS LTD. *art 47? SANDSHELL DR. • SoE`iM PyA M 4 �ilW 6 z 4 wPEEq 740551�, CONFLICT ID 35 CONFLICT ID 36 14` COLL��`ION REPAi;,6F` CENTER .21101 me ,.W LOOP 820 2060-424 4 Mb• U w m 10. 1 41-379 [ s 0•.9 - y i.is Gfa, W UttloeHort Worth LSJIU4Ib Uote,Uec. 12, 202 - uv,Dl,32 AWser, Je 11 ieY, wfll,bro.Ings\NIVkIsIUL UN\c9-ALL-PL-I4APS-S.AGn u Y a Im D: 0 z 10551y Ppp• 11.0 Ppp MCLEAN .,, RD. 1111041408 10 0 0ttp „ 1pp CLAY • AJ x � a • � N NOTES: 1. CONTRACTOR SHALL PROVIDE FOR CONTINUOUS SANITARY SEWER SERVICE FOR ALL AFFECTED SERVICES LISTED BELOW. 2. CONTRACTOR SHALL NOTIFY AFFECTED BUSINESSES IN ACCORDANCE WITH THE GENERAL NOTES ON SHEETS G-8 AND G-9. NOTIFICATION SHALL BE GIVEN A MINIMUM OF 5 DAYS PRIOR TO CONSTRUCTION. A. FOSSIL CREEK CROWN PARTNERS LTD, 4084 SANDSHELL DR. CONTACT: JEFF SMITH (972) 739-7561. B. MERCANTILE PARTNERS (EVEREST COLLEGE AND BNSF), 5237 N. RIVERSIDE DR. CONTACT: DEBRA PIERCE (817) 834-3767 EXT. 21 C. FIVE STAR COLLISION CENTER, 5250 N. RIVERSIDE DR. CONTACT: DUCK BREWER (817) 849-3268 LEGEND PROP WW EX WW 0 200'400' 800' HORIZONTAL SCALE FREESE AND MCHOLS NC• TEXAS REGISTERED ENGWEERW6 FIRM F-2144 ©201 1 Texos Department of Transportation Tnorth tarrant express bluebonnet contractors, LLC Improving mobility in Texas �7 NICHOLS FORT WORTH FORT WORTH WASTE WATER SYSTEM AND ABANDONMENT LOCATION MAP SHEET G-5 SEQ. 05 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/14/2012 STATE DISTRICT COUNT TEXAS FT. WORTH TARRANT DRAWN BY DESIGNED BY CHECKED BY I HIGHWAY NO LIAR ABC DOS IH-35W -REV DATE BY DESCRIPTION 1. Definitions: • 'Owner' is the Owner of the Utility • 'Developer' is NTE Mobility Partners • 'Design Build Contractor (DBC)' is Bluebonnet Contractors, LLC • 'Utility Contractor' is the contractor hired for the construction of the utility Installation, relocation, or removal. 2. All utility Installations shall meet or exceed the TxDOT Utility Accommodation Rules IUARi. and the Utility Owner's regulations and specifications. In case of conflict or contradiction between the construction standards of the UAR, Local Jurisdictional Authority and the NCTCOG specifications, the following hierarchy shall preside: UAR, Local Jurisdictional Authority standards, NCTCOG specifications, these general notes, these technical specifications, standard form of agreement and NCTCOG standard details, and the most stringent shall apply. 3. The Utility Contractor shall preserve and protect all survey control monuments, benchmarks and right of way markers. Any survey markers that are damaged or destroyed must be replaced by a licensed professional land surveyor registered In the state of Texas at the Utility Contractor's expense. 4. The Design -Build Contractor has adopted project site control having horizontal positions established with North American Datum 1983 (NAD 83, 2007 Adjustment) Texas State Plane Coordinates, North Central Zone 4204, and according to measurements based on the TxDOT RTK/VRS Network. The official combined scale factor is established system wide as 1.00012 (as published by TxDOT for Tarrant County) to convert coordinates from grid to surface. All coordinates and distances will be published as surface values. Project site control Is also established with the North American Vertical Datum of 1988 (NAVD 88) as a basis for its vertical positioning. 5. The locations of all existing utilities shown on these plans were determined and obtained from available records and utility potholes surveys, and are approximate. Neither- the Owner, the Design -Build Contractor, nor the Engineer accept any responsibility for any utilities not shown or not located in the location shown. The Utility Contractor shall determine the actual location and condition of the existing utility prior to any trenching or digging beginning. The Utlllty Contractor must take every precaution to protect all utilities shown or not shown on the plans. Utlllty Contractor must call DIG-TESS 48 hours prior to any construction work beginning. 6. The Utility Contractor shall protect and preserve all public utilities at all times. Any damage to utilities resulting from the Utlllty Contractor's operations shall be repaired to the Owner's satisfaction and at the Utility Contractor's expense. 7. The Utility Contractor Is also responsible for preserving all adjoining properties. Any trees, shrubs, landscaping, driveways, sidewalks, paving, sprinkler systems, mailboxes, etc. damaged by the Utility Contractor shall be repaired or replaced to equal or better condition and to the Owner's satisfaction at the Utility Contractor's expense. 8. The Utility Contractor shall provide the Engineer and Design-Bulld Contractor a trench safety plan as per NCTCOG Specification Item No. 107.19.3.3, "Trench Safety" and comply with TxDOT Item No. 402 "Trench Excavation Protection". This document will be presented to the Local Jurisdictional Authority prior to the start of construction. The Trench Safety Plan shall be prepared and certified by a registered professional engineer licensed in the state of Texas. All excavations, trenching, and shoring operations shall comply with the requirements of the U.S. Department of Labor, OSHA, "CONSTRUCTION, SAFETY, AND HEALTH REGULATIONS", 29 CFR 1926, Subpart P, "Excavation", and any amendments thereto. The Utility Contractor shall provide all trench safety measures as required. 9. The Utility Contractor shall keep neat and current plans available on site at all times. The Utility Contractor shall keep accurate current hard copy records of all construction that deviates from the plans. The Utility Contractor shall provide complete accurate "as -built" drawings showing all changes and modifications completed during construction to the Engineer and the Design -Build Contractor. 10. The Utility Contractor is responsible for obtaining all necessary permits, approvals and releases. 11. The Utility Contractor shall give the residents, local jurisdictional authority, businesses and anyone who will be affected by any anticipated or planned disruption in water, wastewater, electrical, phone or cable services 48 hours prior notice. NTE GENERAL NOTES 12. The Utility Contractor Is responsible for providing access to abutting streets and properties during the construction of this project for emergency vehicles and property owners. 13. The Utility Contractor Is responsible for keeping all streets, parking lots, driveways and sidewalks adjacent to the project free from mud and debris from the construction site at all times. 14. Utility. Contractor shall maintain adequate and positive slte drainage throughout the duration of the project. 15. The Utility Contractor must maintain adequate erosion control measures. In the event, erosion occurs as a result of construction, the Utility Contractor shall restore the eroded area to its original condition as soon as possible. Erosion control methods and tree protection should be in place prior to construction beginning in that area. 16. All excavated material deemed excess or unsuitable shall he disposed of off -site by the Utility Contractor. The job site shall be cleaned as soon as possible to the satisfaction of the Design -Build Contractor. 17. The Utility Contractor shall not place fill, excess material or any other material in low drainage areas, streams or waterways. Excess material should be removed on a daily basis so that the material will not accumulate. 18. The Utlllty Contractor shall not place fill or waste material on private property without prlor written permission from the property owner. 19. Utility Contractor shall maintain adequate restroom facilities for use by the workers throughout the project. 20. Traffic control measures shall be in compliance with TMUTCD and local Jurisdictional authority. Confirm Forth Worth TPW has reviewed the TCP. 21. Directional bores must be approved by the Design -Build Contractor prior to construction of bore pits. Bore pits left open overnight shall be protected as dictated by the Design -Build Contractor. 22. When installing non-metallic pipe, a tracer wire/tape shall be Installed concurrently with the pipe at a location above the pipe in the same trench. 23. The Utlllty Contractor shall keep excavated trenches free of groundwater during construction. If necessary, Utility Contractor shall utilize dewatering procedures in order to control groundwater during construction such that It does not affect his construction work. 24. All items furnished and installed on this project shall be in compliance with the applicable standard details unless otherwise noted or shown. Prior to back filling trenches the new facility shall be Inspected and approved by the local jurisdictional authority and the Utility Contractor. 25. All installations are subject to Inspection and testing as may be deemed necessary by TxDOT or the local Jurisdictional authority to verify that work Is done in accordance with TxDOT or Owner's requirements. All supervisory personnel shall he Instructed to furnish such information and cooperation as may be required to perform such Inspections. Final inspection and approval of water and wastewater improvements is required from the Owner's inspector before these utilities can be considered complete. 26. Water and wastewater testing requirements must meet or exceed the requirements of that utility's Owner. 27. All utilities passing underside streets or the project roadway must be located in casing. 28. The Utility Contractor shall be required to provide and maintain all necessary warning and safety devices to protect the public safety and health at all times until all work has been completed and accepted. 29. Line flushing or any activity using a large quantity of water must be scheduled with local Jurisdictional authority at least 24 hours prior to needing the water. Confirm notification prior to water needs and line flushing. 30. All surfaces such as lids to valve boxes, meter boxes, manholes, splice boxes, etc. shall be rated for HS 20 traffic load bearing. 31. All water -lints 12 inch ru, smaller shall be-PVG-p1pe and -shall -et -a minimum conform to AWWA-standard C 900 (!atcst editionj,,wltha39R of 1S, Ctos 150-blue-in color with NSF seal. AR -water lines 15 inch and greater shaUbe-G303-p!peand-shall at a minimum conform to AWWA standard G705 (latest edition(with-e-SOR-of-1Brelass 150, blue in color, with NU seal. All water lines shall be pressure tested and disinfected in accordance with AWWA standards and any additional local jurisdictional authority requirements. 32. All utllitles shall have a minimum of 42 inches of cover. 33. Wastewater lines at a minimum shall be SDR 26 PVC, Class 160, green in color, unless denoted otherwise on the plans. 34. All manholes shall be vacuum tested to ensure the manhole Is water tight. 35. Remove and salvage all fire hydrants as well as valves 12" and greater from all water lines to be abandoned. FW W D requires all valves to be salvaged. 36. DUE TO EXCESSIVE CONGESTION AND CONFLICTS BETWEEN EXISTING AND PROPOSED FEATURES OF THIS CONSTRUCTION, THE LINES AND GRADES SHOWN ON THE PLANS ARE IN MOST CASES, VERY CRITICAL. THE UTILITY CONTRACTOR MAY NOT ADJUST ANY LINE, GRADE OR LOCATION IN THE FIELD WITHOUT THE EXPRESSED WRITTEN PERMISSION FROM THE DESIGN -BUILD CONTRACTOR AND CONSULTATION WITH THE DESIGN -BUILD CONTRACTOR'S ENGINEER, EVEN IF NO CONFLICTS ARE APPARENT. 37. Contact Information for Utility Owners • AboveNet • AT&T • Atmos Energy • Barrett Gathering (XTO) Pete Neilsen Gary Tilory William Day Farrell Gray a. Jeryl White • Charter Communications Peter Ligon • Chesapeake Energy Tim Gilpin • City of Bedford John Kubala a. Bill Shelton • City of Euless Ron Young • City of Ft. Worth John Kasavlch • City of Hurst Joe Sherwin. a. Ron Haynes • Haltom City Tom Ice a. David Failn • North Richland Hills Greg Van Nleuwenhuize • City of Watauga Johnie Reagan • CrossTex Energy Warren Redd • Enterprise Tx Pipeline Jeryl White a. Don Brown . • Explorer Pipeline Chance Gipson • Fiberlight Communications Chris Bigley • Level (3) Communications Jason Mechlem • Oncor Electric Delivery Gary Wilson a. Alton Gillit b. Randy Bell Scott Whaley James Stuart William Chaparro David Cheney Ron Tamada Tom Westendarp Erik Baker • Qwest Communications • Sprint Communlcatlons • Sunoco Pipeline • Time Warner Cable • Trinity River Authority (TRA) • TW Telecom of TX • Verizon Business • RUSSELLCURLE: FW Field Ops • ROGER HAUSER:Field Ops • FW W & WW Line Locates • FW Street Lights/Traffic • Phone,Cable,Gas,Electrlc (DIG TESS) 214-252-7934 817-338-6202 817-215-4368 817-885-2366 817-846-7754 214-695-3034 817-718-6863 817-952-2248 817-952-2220 817-685-1646 817-392-8480 817-788-7080 817-788-7180 817-834-9036 817-834-9036 817-427.6400 817-814-5806 817-721-9320 817-846-7754 719-381-6311 918-493-5152 214-714-0296 214-443-2720 817-215-6017 817-215-6141 940.497-7530 972-720-2989 214-289-5105 817-637-6467 214-320-7406 817-493-5100 972-455-7907 972-729-6079 817-392-2622 817-925-2360 817-392-8296 817-392-7738 1-800-DIG-TESS STATE DISTRICT TEXAS FT. WORTH DRAWN BY DESIGNED BY LMR ABC Z n _rz -/Z FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FEW F-2144 ©20l I Texas Deportment of Transportation mnorth tarrant express bluebonnet contractors, LLC Improving mobility in Texas •I NICHOL SS FORT WORTH NTE GENERAL NOTES SHEET G-6 SEG. 06 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE yrJl 12/12/2012 COUNT TARRANT CHECKED BY HIGHWAY NO GCS IH-35W Utt ICdJ0l 1ne CSJIU41b Dote: l2%11\101K - U1824:41 PM User: IRr F i leMT\utl l \Uraw'nos \HIVLHSIUL UH\cv-ALL-UN-HUIEUI. don -REV' DATE BY DESCRIPTION TxDOT 1. ALL UTILITY INSTALLATIONS MUST MEET THE TXDOT UTILITY ACCOMMODATION RULES 2. ALL TRAFFIC CONTROL MUST BE IN ACCORDANCE WITH THE APPLICABLE PORTIONS OF THE TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (TX MUTCD) 3. LANE CLOSURES (IF REQUIRED) ARE ONLY ALLOWED BETWEEN 9:00 AM AND 4:00 PM MONDAY THROUGH FRIDAY. LANE CLOSURES ARE NOT ALLOWED IN INCLEMENT WEATHER OR IF THE PAVEMENT IS WET OR ICY. PRIOR TO ANY TRAFFIC CONTROL SET UP, CONTRACTOR MUST NOTIFY TXDOT AND OBTAIN APPROVAL. 4. CONTRACTOR MUST CONTACT TXDOT MINIMUM 48 HOURS PRIOR TO ANY WORK ACTIVITY IN THE TXDOT RIGHT-OF-WAY (ROW). 5. FIELD CREWS ARE NOT ALLOWED TO PARK THEIR VEHICLES WITHIN THE TXDOT ROW. 6. TXDOT ROADS MUST BE KEPT CLEAN OF CONSTRUCTION RELATED DIRT AND DEBRIS AT ALL TIMES. 7. ANY OPEN EXCAVATIONS OR EQUIPMENT LEFT OVERNIGHT THAT ARE CLOSER. THAN 30 LF FROM THE EDGE OF THE PAVEMENT MUST BE PROTECTED BY CONCRETE TRAFFIC BARRIERS (CTBs), AND SECURED WITH MESH FENCING. EQUIVALENT PERFORMANCE WATER FILLED BARRIERS MAY BE USED IN LIEU OF CTBs ONLY WITH PRIOR TXDOT APPROVAL. BARRIER AND BARRIER TRANSITION TO BE INSTALLED ACCORDING TO TXDOT POLICY. 8. ALL EXISTING ASPHALT AND CONCRETE DRIVEWAYS LOCATED WITHIN TXDOT ROW MUST BE BORED UNLESS PROPERTY OWNER GRANTS PERMISSION TO THE CONTRACTOR TO OPEN CUT. PRIOR TO OPEN -CUTTING A DRIVEWAY, CONTRACTOR MUST SUBMIT TO TXDOT OWNER'S LETTER GRANTING PERMISSION. SUCH A LETTER MUST CONTAIN OWNER'S NAME AND CONTACT INFORMATION SO THAT TXDOT MAY VERIFY THE CONTENT. 9. THE CONTRACTOR IS REQUIRED TO RESTORE THE GRADE TO ITS PRE -CONSTRUCTION CONDITION UNLESS DIRECTED BY THE DEVELOPER. 10. CONTRACTOR IS CAUTIONED THAT ONE CALL WILL NOT LOCATE TXDOT'S UTILITY LINES THAT OPERATE TRAFFIC SIGNALS, FLASHING BEACONS, OR STREET LIGHTING. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTACT TXDOT FOR LOCATIONS OF SUCH FACILITIES. IF ANY DAMAGE OCCURS TO TXDOT'S FACILITIES, CONTRACTOR MUST CONTACT TXDOT IMMEDIATELY TO COORDINATE REPAIR. 11. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE OR MISSING MONUMENTS, SIGNS, OR RIGHT-OF-WAY MARKERS. REPAIR OF SUCH FACILITIES MUST BE DONE IN A TIMELY MANNER, AND IN ACCORDANCE WITH TXDOT STANDARDS. 12. IF INSTALLING NON-METALLIC PIPE, A TRACER WIRE MUST BE CONCURRENTLY INSTALLED, OR OTHER MEANS SHALL BE PROVIDED FOR DETECTION PURPOSES. 13. EXCESS MATERIALS FROM ANY KIND OF EXCAVATION SHALL BE REMOVED FROM TXDOT ROW AND THE JOB SITE MUST BE CLEANED UP AS SOON AS POSSIBLE TO THE SATISFACTION OF TXDOT. 14. CONTRACTOR SHALL INFORM THEIR FORCES THAT ALL UTILITY INSTALLATIONS AUTHORIZED BY TXDOT ARE SUBJECT TO INSPECTION AND TESTING AS MAY BE DEEMED NECESSARY BY TXDOT TO VERIFY THAT WORK IS DONE IN ACCORDANCE WITH TXDOT REQUIREMENTS. ALL SUPERVISORY PERSONNEL SHALL BE INSTRUCTED TO FURNISH SUCH INFORMATION AND COOPERATION AS MAY BE REQUIRED TO PERFORM SUCH INSPECTIONS. 15. NO CONSTRUCTION EQUIPMENT RELATIVE TO THE APPROVED CONSTRUCTION SHALL BE ALLOWED ON THE ROADWAY OR SHOULDER, UNLESS SPECIFICALLY AUTHORIZED BY TXDOT. ANY AND ALL TEMPORARY TRAFFIC CONTROL MUST BE PRE - APPROVED BY TXDOT. SET UP BY COMPETENT PERSONNEL AND MUST BE IN ACCORDANCE WITH TMUTCO. 16. ANY TREES AND LANDSCAPE LOCATED ON PRIVATE PROPERTY ARE CONSIDERED PROJECTED. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE TO LANDSCAPE AND VEGETATION ON PRIVATE PROPERTY, AND SHALL RECTIFY THE DAMAGE TO THE SATISFACTION OF THE INVOLVED PROPERTY OWNER. 17. ALL TREE PRUNING, IF REQUIRED, SHALL BE DONE IN ACCORDANCE WITH ANSI 300 STANDARDS. CONTRACTOR SHALL TAKE ALL PRECAUTIONARY MEASURES TO PREVENT THE SPREAD OF OAK WILT. GENERAL CONSTRUCTION NOTES: I. CONTRACTOR IS REQUIRED BY LAW TO CONTACT THE TEXAS ONE -CALL A MINIMUM OF 48 HOURS BEFORE ANY EXCAVATION CAN TAKE PLACE. 2. CONTRACTOR IS CAUTIONED THAT ONE -CALL LOCATES UTILITIES THAT SUBSCRIBE TO THEIR SERVICE ONLY. CONTRACTOR IS RESPONSIBLE TO CONTACT NOTED UTILITY STATE OF TEXAS DEPARTMENT OF TRANSPORTATION PROVIDERS IN THE AREA DIRECTLY IF THEY ARE NOT LISTED AS RESPONDING TO ONE -CALL. 3. CONTRACTOR MUST OBTAIN ALL LOCATES PRIOR TO CONSTRUCTION. VERIFY THE LOCATION OF UNDERGROUND UTILITIES AT LEAST 100 LF IN ADVANCE OF ALL PROPOSED UTILITY CROSSINGS, AND ALSO AT LOCATIONS WHERE THE PROPOSED FACILITIES ARE DEPICTED TO RUN PARALLEL TO AND WITHIN EXISTING FACILITIES. 4. EXISTING UTILITY LOCATIONS SHOWN ON PLANS ARE BASED ON SUE AND RECORD INFORMATION, AND MAY BE NEITHER ACCURATE NOR COMPLETE. CONTRACTOR IS RESPONSIBLE TO PHYSICALLY VERIFY ALL EXISTING UTILITY LOCATIONS AND OTHER OBSTRUCTIONS IN PROPOSED UTILITIES PATH. INCLUDING BUT NOT LIMITED TO THOSE UTILITIES THAT RUN PARALLEL TO THE PROPOSED UTILITY ASSIGNMENT. 5. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE TO THE PUBLIC IMPROVEMENTS. INCLUDING BUT NOT LIMITED TO EXISTING UTILITIES, PAVEMENT, ROAD. CURB AND GUTTER, SIDEWALK, AND GRADE. 6. INSTALLATION MUST MEET TXDOT UTILITY ACCOMMODATION RULES (UAR), AS WELL AS BE IN ACCORDANCE WITH UTILITY OWNER STANDARDS, METHODS, AND PRACTICES. 7. ALL LABOR TO BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE AND LATEST OSHA STANDARDS. INCLUDING BUT NOT LIMITED TO TRENCH SAFETY. 8. CONTRACTOR SHALL PLACE UTILITY, BOTH HORIZONTALLY AND VERTICALLY AS SPECIFIED. ANY PROPOSED FIELD CHANGES MUST BE APPROVED BY THE ENGINEER, TXDOT. AND BLUEBONNET CONTRACTORS PRIOR TO MAKING SUCH CHANGE. 9. CONTRACTOR IS SPECIFICALLY CAUTIONED THAT VERTICAL ALIGNMENT HAS BEEN DESIGNED TO MEET THE UAR FOLLOWING HIGHWAY CONSTRUCTION GRADE ADJUSTMENTS. IT IS THE CONTRACTOR'S RESPONSIBILITY TO PLACE THE PROPOSED UTILITY AT OR BELOW SPECIFIED ELEVATION. BEFORE THE CONTRACTOR ELECTS TO INSTALL UTILITY BELOW SPECIFIED ELEVATION, HE SHOULD ENSURE THAT THERE ARE NO OBSTRUCTIONS TO DOING SO. INCLUDING BUT NOT LIMITED TO OTHER UTILITY CROSSINGS. CONTRACTOR SHOULD CONTACT THE ENGINEER FOR ANY NECESSARY CLARIFICATIONS. 10. CONTRACTOR MUST EXERCISE EXTREME CAUTION AND MUST PROTECT ALL EXISTING UNDERGROUND UTILITIES WHEN WORKING IN THEIR VICINITY. COORDINATE TEMPORARY SUPPORT AND PROTECTION OF EXISTING UTILITIES DIRECTLY WITH AFFECTED UTILITY PERSONNEL. 1 L PRIOR TO CROSSING EXISTING PIPELINES, CONTRACTOR MUST CONTACT APPROPRIATE PIPELINE INSPECTOR. 12. ALL UNDERGROUND UTILITY CROSSINGS MUST BE ACCOMPLISHED WITH A MINIMUM OF 12" CLEARANCE, MEASURED FROM THE EDGE OF THE INVOLVED UTILITIES. 13. CONTRACTOR MUST PROTECT ALL OVERHEAD PLANTS WHEN WORKING IN ITS VICINITY. CONTRACTOR MUST COMPLY WITH RELATED OVERHEAD UTILITY OWNER'S POLICY ON POLE SUPPORTING. 14. CONTRACTOR IS RESPONSIBLE FOR ANY AND ALL DAMAGE RESULTING FROM HIS METHOD IN CONDUCTING WORK. 15. TRENCH BACKFILL MUST BE COMPACTED TO COMPLY WITH TXDOT STANDARD SPECIFICATION ITEM 400. ANY AND ALL SETTLEMENT OF EROSION SHALL BE REPAIRED BY THE CONTRACTOR UNTIL FULL STABILITY IS ACHIEVED. 16. WHEN STRINGING CASING OUTSIDE OF THE LIMITS OF CONSTRUCTION. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CONTACT THE AFFECTED PROPERTY OWNERS AND OBTAIN THEIR PERMISSION PRIOR TO UTILIZING THEIR PROPERTY FOR STRINGING CASING, OR FOR ANY OTHER CONSTRUCTION RELATED ACTIVITY. 17. CONTRACTOR IS RESPONSIBLE FOR SEEKING AN APPROPRIATE STAGING AREA, AND OBTAINING ANY NECESSARY AGREEMENTS AND/OR PERMITS RELEVANT TO IT. ANY AND ALL EQUIPMENT AND/OR MATERIAL LEFT IN THE TXDOT ROW OVERNIGHT MUST BE SECURED AND PROTECTED IN ACCORDANCE WITH TXDOT STANDARDS. 18. CONTRACTOR SHALL AVOID MANEUVERING MACHINERY AND EQUIPMENT ON PAVED SURFACES. IF IT BECOMES NECESSARY, CONTRACTOR SHALL TAKE NECESSARY MEASURES TO ENSURE NO DAMAGE OCCURS TO THE PAVEMENT. CONTRACTOR IS RESPONSIBLE TO REPAIR ANY DAMAGE HE CAUSES TO THE SATISFACTION OF TXDOT. 19. CONTRACTOR SHALL OPEN ONLY AS MUCH TRENCH AS HE CAN BACKFILL DAILY, IN ACCORDANCE WITH TRENCH BACKFILL SPECIFICATIONS. CONTRACTOR SHALL NOT LEAVE ANY TRENCH OPEN OVERNIGHT. IF IT BECOMES NECESSARY TO LEAVE TRENCH OPEN OVERNIGHT IT SHOULD BE PROTECTED WITH CTBs OR APPROVED EQUIVALENT. 20. CONTRACTOR SHALL KEEP ALL APPLICABLE AND NECESSARY PERMITS ON SITE, AND BE READY TO PRODUCE THEM AT THE REQUEST OF APPROPRIATE AUTHORITIES. 21. FOR T2 MANHOLES, ABANDONMENT SHALL CONSIST OF BACKFILLING VOIDS WITH SAND OR OTHER UAR APPROVED MATERIAL IN ACCORDANCE WITH TXDOT SPECIFICATIONS FOR T2 MANHOLES, ABANDONMENT SHALL CONSIST OF REMOVAL OF MANHOLE NECK SECTION AND LID, AND BACKFILLING MANHOLE WITH SAND OR OTHER UAR APPROVED MATERIAL. BACKFILLING TO ORIGINAL GRADE SHALL BE IN ACCORDANCE WITH TXDOT SPECIFICATIONS. MANHOLES MAY NOT BE ABANDONED UNDER PROPOSED PAVEMENT. FOR T4 HANDHOLE, ABANDONMENT SHALL CONSIST OF REMOVAL OF LID OF HANDHOLE, AND BACKFILLING WITH SAND OR OTHER UAR APPROVED MATERIAL. BACKFILLING TO ORIGINAL GRADE SHALL BE IN ACCORDANCE WITH TXDOT SPECIFICATIONS. 22. CONTRACTOR IS CAUTIONED THAT DIRECTIONAL BORE LENGTH INDICATED ON PLANS ACCOUNT FOR THE HORIZONTAL LENGTH OF THE BORE ONLY. ADDITIONAL LENGTH OF BORE NECESSARY TO RISE AND FALL VERTICALLY IS CONSIDERED INCIDENTAL. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ADJUST THE BORE LENGTH ACCORDINGLY. ENVIRONMENTAL NOTES: I. CONTRACTOR MUST CONFORM TO BLUEBONNET CONTRACTORS' ENVIRONMENTAL PERMIT, ISSUES AND COMMITMENT (EPIC) SHEETS AND APPROVED COMPREHENSIVE ENVIRONMENTAL PROTECTION PLANS FOR ENVIRONMENTAL PROTECTION INFORMATION. 2. TREE PROTECTION IS ONLY NECESSARY TO ENSURE PROTECTION OF TREES ON PRIVATE PROPERTY. 3. CONTRACTOR SHALL NOT DISPOSE OF SURPLUS EXCAVATED MATERIAL WITHOUT NOTIFYING BLUEBONNET CONTRACTORS WITHIN 48 HOURS OF SOIL DISPOSAL. 4. ALL TEMPORARY EROSION CONTROL MEASURES SHALL BE IN PLACE PRIOR TO START OF CONSTRUCTION. AND MUST BE INSTALLED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. 5. TEMPORARY EROSION CONTROL MEASURES SHALL BE INSTALLED USING BEST MANAGEMENT PRACTICES AND IN A MANNER TO PREVENT CONSTRUCTION RELATED SEDIMENT TO FLOW DOWNSTREAM INTO WATERWAYS. 6. TEMPORARY EROSION CONTROLS SHALL BE INSPECTED AND MAINTAINED SUCH TO INSURE THEIR INTENDED PERFORMANCE. 7. ALL BORE PITS MUST BE PROTECTED WITH SILT FENCING ON THE DOWN SLOPE SIDE TO PREVENT BORING MUD RUNOFF. 8. ANY BORING MUD DISCHARGE MUST BE PROMPTLY CONTAINED AND CLEANED UP AS SOON AS PRACTICAL, BUT NOT LATER THAN COMPLETION OP THE RELEVANT BORE OPERATION. 9. CONTRACTOR SHALL HAVE A VACUUM TRUCK AVAILABLE AROUND BORE RIGS AT ALL TIMES TO HELP CONTAIN ANY MUD SPILLS PROMPTLY. 10. GRADE RESTORATION SHALL FOLLOW ACTIVE CONSTRUCTION. AND SHALL NOT LAG BEHIND ACTIVE CONSTRUCTION MORE THAN 48 HOURS. I L NO PERMANENT EROSION CONTROLS SHALL BE IMPLEMENTED AS PART OF THIS PROJECT WITHIN THE LIMITS OF THE CONSTRUCTION (LOC) OF THE NORTH TARRANT EXPRESS (NTE). HOWEVER, WHERE CONSTRUCTION IS TO TAKE PLACE OUTSIDE OF LOC OF THE NTE, ALL APPLICABLE RESTORATION INCLUDING RE -VEGETATION USING TXDOT STANDARDS SHALL APPLY. 12. BORING MUD MUST BE DISPOSED AT A LOCATION APPROVED BY THE PROJECT, AND THE APPROPRIATE GOVERNING AUTHORITY. TRAFFIC CONTROL NOTES: I. ALL TRAFFIC CONTROL SET UPS MUST BE IN ACCORDANCE WITH THE APPLICABLE SECTION OP TMUTCD. ALL LANE CLOSURES MUST BE PRE -APPROVED BY TXDOT 2. REFER TO TRAFFIC CONTROL DETAILS PROVIDED. CONTRACTOR IS URGED TO CONTACT THE ENGINEER FOR ANY NECESSARY CLARIFICATION. 3. WHEN SETTING UP TRAFFIC CONTROL ON ROADS OTHER THAN TXDOT, APPLICABLE PERMITS MUST BE OBTAINED FROM THE APPROPRIATE GOVERNING AUTHORITY. CONTACT ENGINEER FOR ANY QUESTIONS. 4. NO TRAFFIC CONTROL CAN BE SET UP IN INCLEMENT WEATHER. -tor 2-/a -(Z. FREESE MA NICHOLS. NC. TEXAS REGISTERED ENGNEERNG FIRM F-2144 2011 i Texas Deportment of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas NICHOLS FORT WORTH TXDOT GENERAL NOTES STATE TEXAS DRAWN BY LIAR SHEET G-7 SEQ. 07 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/14/2012 DISTRICT FT. WORTH DESIGNED BY ABC COUNT TARRANT CHECKED BY HIGHWAY NO DOS 1H-35W VitICe:allos CSJt WIb Uotet12K111YUl2 - U51191 U1 PM Usertlm- F 1 IA111\ut I l sDrawln0sKNIYLNS 1lR UN -ALL-UN-NUIUJ .don REV DATE BY DESCRIPTION GENERAL NOTES 1. LOCATION OF EXISTING UTILITIES SHOWN ARE APPROXIMATE. CONTRACTOR SHALL FIELD VERIFY HORIZONTAL AND VERTICAL LOCATIONS AND OWNERSHIP OF ALL EXISTING UTILITIES PRIOR TO ANY CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY ALL EXISTING UTILITY COMPANIES OR OWNERS A MINIMUM OF FORTY-EIGHT (48) HOURS BEFORE PERFORMING ANY WORK IN THIS AREA. CONTRACTOR WILL COORDINATE CONSTRUCTION ACTIVITIES WITH OTHER UTILITIES THAT ARE BEING RELOCATED. THE UTILITY COMPANIES PHONE UTILITY COMPANY CITY OF FORT WORTH CITY OF FORT WORTH ATMOS ENERGY AT&T ONCOR TIME WARNER CHARTER COMMUNICATIONS EXPEDIUS COMMUNICATIONS ARCO GASOLINE SINCLAIR OIL CITGO GAS VERIZON WIRELESS DIG TESS (FIBER OPTICS) NUMBERS KNOWN TO BE ON SITE ARE AS FOLLOWS: CONTACT PHONE NO WATER DEPT. FIELD OPERATIONS 817 871-8296 TRANSPORTATION & PUBLIC WORKS 817 392-8100 KEITH KEATING 817 303-2914 GARY TILORY 817 338-6202 ROBERT MARTINEZ 817 215-6688 C.J. BRANDS 214 320-5417 817 509-6272, 817 538-8534 1-800-322-2726 (660) 542-0208 (817) 355-4014 KELLY BAUMEN (972) 578-3345 1-800-344-8377 GENERAL NOTES CONT. 20. THE CITY HAS THE FIRST RIGHT OF REFUSAL ON ALL SALVAGE MATERIALS FROM THE PROJECT. THOSE THE CITY WISHES TO KEEP SHALL BE DELIVERED TO THE SERVICE CENTER AND THOSE THE CITY DOES NOT WANT SHALL BE DISPOSED OF BY THE CONTRACTOR AT HIS EXPENSE. PROVIDE TRANSMITTAL ON ALL DELIVERIES. 21. BLOCKING IS NOT SHOWN FOR CLARITY BUT IS REQUIRED FOR ALL BENDS, TEES, PLUGS OR OTHER FITTINGS. 22. BASELINE (BL) STATIONING IS THE UTILITY BASE LINE. 23. WATER LINE MARKERS SHALL BE SUBSIDIARY TO THE UNIT COST OF PIPE. 24. ALL ABANDONED LINES SHALL BE FILLED WITH GROUT IN ACCORDANCE WITH UAR. 25. TELEPHONE LINES, ELECTRIC LINES, GAS LINES (UNDERGROUND OR ABOVE GROUND) CUT OR DAMAGED BY CONTRACTOR SHALL BE REPAIRED AND RESTORED AT NO ADDITIONAL COST TO OWNER. EXT. 3363 26. CONTACT UTILITY IMMEDIATELY IF CUT OR DAMAGED. SERVICE MUST BE RESTORED IMMEDIATELY TO ELIMINATE DISRUPTION OF SERVICE OVER THE WEEKEND. CONTRACTOR SHALL OBTAIN EMERGENCY 24 HOUR UTILITY CONTACTS AND HAVE AVAILABLE SHOULD THIS ISSUE ARISE. 2. THE CONTRACTOR SHALL NOT OPERATE WATER MAIN VALVES. THE CONTRACTOR SHALL COORDINATE WITH THE CITY OF FORT WORTH 2 FULL BUSINESS DAYS PRIOR TO CONSTRUCTION TO OPERATE VALVES. 3, IT IS THE CONTRACTORS RESPONSIBILITY TO MAINTAIN NEAT AND ACCURATE PLANS OF RECORD. 4. THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING ADEQUATE SITE DRAINAGE THROUGHOUT THE DURATION OF THIS PROJECT. 5. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS AND APPROVALS BEFORE CONSTRUCTION BEGINS. 6. PRIOR TO EXCAVATION FOR NEW PIPING, THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE LOCATION OF ALL EXISTING PIPING AND UTILITIES IN THE CONSTRUCTION AREA(S). CONTRACTOR SHALL SUPPORT EXISTING UTILITIES AS REQUIRED FOR CONSTRUCTION OF NEW ITEMS AND REINSTALL THEM AS REQUIRED AT NO ADDITIONAL COST TO THE OWNER. 7. THE CONTRACTOR SHALL NOT PLACE FILL OR WASTE MATERIAL ON ANY PRIVATE PROPERTY WITHOUT PRIOR WRITTEN PERMISSION FROM THE PROPERTY OWNER AND PROVIDE DEVELOPER WITH A COPY. NO EXCESS EXCAVATED MATERIAL SHALL BE DEPOSITED IN LOW AREAS OR ALONG NATURAL DRAINAGE WAYS THAT WILL RESTRICT THE NATURAL FLOW OF WATER. IF THE CONTRACTOR PLACES EXCAVATED MATERIAL IN LOW AREAS THAT WILL CAUSE FLOOD DAMAGE, HE WILL BE RESPONSIBLE FOR ALL DAMAGE RESULTING FROM SUCH FILL AND HE SHALL REMOVE THE FILL AT HIS EXPENSE. 8. ALL STREETS WITHIN THE SCOPE OF THE CONTRACT SHALL BE KEPT ACCESSIBLE TO FIRE TRUCKS, AMBULANCES AND OTHER EMERGENCY VEHICLES, AT ALL TIMES. 9. THE CONTRACTOR SHALL MAINTAIN SUITABLE ACCESS OF A PASSENGER CAR TO PRIVATE PROPERTY OWNERS, THE ENGINEER AND THE CITY OF FORT WORTH AT ALL TIMES DURING CONSTRUCTION. 10. WHERE GRASS IS REMOVED FOR INSTALLATION OF PIPELINE, OR OTHER IMPROVEMENTS REQUIRED BY THIS PROJECT, CONTRACTOR SHALL REPLACE GRASS SUCH THAT THE GRASS THAT WAS PRESENT IN PRE CONSTRUCTION CONDITIONS IS REPLACED AND/OR RESTORED, WITH THE SAME TYPE GRASS, TO ITS CONDITION IN AS G000 OR BETTER CONDITION THAN PRIOR TO CONSTRUCTION. GRASS REPLACEMENT SHALL BE SODDING IN PRIVATE PROPERTY AND HYDROMULCH SEEDING IN OTHER AREAS, UNLESS DIRECTED OTHERWISE BY DEVELOPER. 11. THE CONTRACTOR SHALL AVOID DAMAGING ANY EXISTING WATER SPRINKLER SYSTEM THAT MAY BE IN THE CONSTRUCTION AREA AND WILL BE RESPONSIBLE FOR REPAIRS TO ANY HEADS OR LINES DAMAGED. REPLACEMENT, AS NECESSARY, SHALL BE AT LIKE OR BETTER MATERIAL AND INSTALLED BY A LICENSED IRRIGATOR, AT THE CONTRACTORS EXPENSE. DAMAGED SPRINKLERS SHALL BE REPLACED THE SAME DAY THEY ARE DAMAGED, TO THE SATISFACTION OF THE CITY, DEVELOPER AND OWNER. 12. THE CONTRACTOR SHALL REMOVE ALL FENCES, LOCATED WITHIN EASEMENTS, INTERFERING WITH CONSTRUCTION OPERATION AND PROVIDE TEMPORARY FENCING DURING CONSTRUCTION. REMOVED FENCES SHALL BE REPLACED WITH A NEW FENCE OF EQUAL OR BETTER QUALITY OR UNDAMAGED ORIGINAL FENCING TO MATCH THE EXISTING CONDITION OF THE FENCE. ALL AFFECTED PROPERTY OWNERS SHALL BE NOTIFIED TWO WEEKS PRIOR TO CONSTRUCTION. REMOVAL AND REPLACEMENT OF EXISTING AND TEMPORARY FENCES SHALL BE CONSIDERED SUBSIDIARY TO THE PROJECT COST. 13. 14. ALL DRIVEWAYS, WHICH SHALL BE SAW CUT, SHALL HAVE ACCESS PROVIDED AT ALL TIMES. CLOSURES, PARTING OF FULL SHALL BE COORDINATED WITH PROPERTY OWNER. THE CONTRACTOR SHALL DISTRIBUTE LETTERS TO ALL AFFECTED PROPERTY OWNERS PRIOR TO BEGINNING WORK ON EACH PROPERTY. THIS LETTER SHALL INCLUDE NAMES AND TELEPHONE NUMBERS OF CONTRACTOR CONTACTS, A DESCRIPTION OF WORK TO BE DONE, AND THE TIME FRAME FOR DOING THE WORK. THE CONTRACTOR SHALL NOTIFY RESIDENTS 5 BUSINESS DAYS IN ADVANCE OF PERFORMING ANY WORK ON PRIVATE PROPERTY. DISTRIBUTION OF LETTERS SHALL BE CONSIDERED AN INCIDENTAL COST TO PROJECT. 15. THE CONTRACTOR SHALL DVD ALL POTENTIALLY IMPACTED PRIVATE PROPERTY AREAS PRIOR TO WORK. VIDEOS SHALL INCLUDE DATE NOTATION AND AUDIO IDENTIFICATION OF PROPERTY ADDRESS AND MAIN/LATERAL NAME. THIS PRE -CONSTRUCTION DVD OF IMPACTED PROPERTIES SHALL BE CONSIDERED SUBSIDIARY WORK AND SUBMITTED TO THE CITY PRIOR TO CONSTRUCTION. 16. PI'S AND VPI'S ARE SHOWN IN THE PLANS FOR ALINGMENT PURPOSES. CONTRACTOR SHALL USE STANDARD FITTINGS SHOWN ON THE PLAN AND DEFLECTED PIPE JOINTS, NO GREATER THAN 75% OF THE MANUFACTURERS RECOMMENDATIONS, TO ACHIEVE THE ALIGNMENT SHOWN IN THE PLANS. 17. THE CONTRACTOR SHALL DISINFECT THE NEW WATER MAINS IN ACCORDANCE WITH AWWA STANDARD C651 AND THEN FLUSH AND SAMPLE, AND PROVIDE A HARD COPY OF TEST RESULTS PRIOR TO TESTING THE LINES BEFORE BEING PLACED INTO SERVICE. SAMPLES SHALL BE COLLECTED FOR MICROBIOLOGICAL ANALYSIS TO CHECK THE EFFECTIVENESS OF THE DISINFECTION PROCEDURE WHICH SHALL BE REPEATED IF CONTAMINATION PERSISTS. A MINIMUM OF ONE SAMPLE FOR EACH 1,000 FEET OF COMPLETED WATER LINE WILL BE REQUIRED OR AT THE NEXT AVAILABLE SAMPLING POINT BEYOND 1,000 FEET AS DESIGNATED BY THE DESIGN ENGINEER. TEST MUST BE APPROVED BY THE CITY OF FORT WORTH BEFORE THE WATER LINE CAN BE PUT IN SERVICE. CONTRACTOR TO DECHLORINATE WATER USED FOR FLUSHING NEW WATER LINE TO 0.1 MG/L CHLORINE PRIOR TO DISCHARGE TO STORM DRAIN. 18. ALL NEWLY INSTALLED WATER PIPES AND RELATED PRODUCTS MUST CONFORM TO AMERICAN NATIONAL STANDARDS INSTITUTE/NATIONAL SANITATION FOUNDATION (ANSI/NSF) STANDARD 61 AND MUST BE CERTIFIED BY AN ORGANIZATION ACCREDITED BY ANSI. 19. THE CONTRACTOR SHALL NOT PLACE THE WATER PIPE IN WATER OR WHERE IT CAN BE FLOODED WITH WATER OR SEWAGE DURING ITS STORAGE OR INSTALLATION. 27. REPLACE OR RESTORE ALL EXISTING UTILITY MARKERS AND ROADWAY SIGNS. 28. NO MUD PERMITTED ON ROADWAYS, PARKING LOTS, AND DRIVEWAYS. 29. COVER OPEN TRENCHES IN ROADWAY AT END OF WORK SHIFT WITH STEEL PLATES OR FILL WITH TEMPORARY BACKFILL TO PREVENT PUBLIC (PEDESTRIAN) FROM FALLING INTO EXCAVATIONS. 30. WHEN WORK IS COMPLETE, ALL PIPE, FITTINGS, SOILS, TOOLS, INCIDENTAL MATERIALS, RUBBISH MUST BE REMOVED. THE STREET MUST BE POWER BROOMED. SIDEWALKS, DRIVEWAYS MUST BE CLEANED AND CLEARED OF EXCAVATED PAVEMENT AND SOILS. 31. WATER DISCHARGE WHILE DRAINING, TESTING, OR DISINFECTING PIPELINES SHALL BE DONE IN ACCORDANCE WITH TCEQ GENERAL PERMIT NO. TX670000. FREESE AND NICHOLS, WC. TEXAS REGISTERED ENGWEERWG FIRM F-2144 ®zoI I Texas Department of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LLRT DISTRICT FT. WORTH DESIGNED BY ABC ��NICHOLS FORT WORTH RIVERSIDE DR. GENERAL NOTES SHEET 0-8 SEQ. 08 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/14/2012 COUNT TARRANT CHECKED BY HIGHWAY NO DOS IH-35W Uttleelelles GSJIU416 Dete, IG\1I' UIG - USI I9 ,O PM User, lnr VileW,\utl l\Urerings\HIVENSIUL UH\LV-ALL-UN-NOILUJ.UOn -REV DATE BY DESCRIPTION FORT WORTH WATER GENERAL NOTES 1. Water Systems have been designed in accordance with the "Policy and Procedure for Processing Water and Sewer design" dated April 1999, with the latest revisions, as established by the City of Fort Worth Water Department for water and sewer projects. 2. Applicable design and details shall conform to City Standard specifications and/or any current updates of these. 3. Existing utility data is provided for information only. Although this data Is shown as accurately as possible, the contractor Is cautioned that the City and the Engineer neither assumes nor implies any responsibility for the accuracy of this data. 4. The contractor is to verify location and elevation of existing utilities prior to construction. 5. The contractor shall keep at least one lane of traffic open at all times during construction. 6. Horizontal blocking for water lines has been omitted for clarity; however blocking shall be constructed in accordance with details included in these plans. 7. Trenches which lie outside existing pavements shall be backfilled above the top of the embedment with acceptable backfill material. All backfill material shall be compacted to a minimum of 95% proctor density by means of tamping only. Trenches, which cross under existing pavement, shall be backfilled per WTR-029 and compacted to 95% of standard proctor density at a moisture content of -2% to +4% of optimum moisture content. 8. Top of water lines shall be a minimum of 3'-6" below top of curb except where shown otherwise in these plans. 9. Valves shall be installed where designated on these plans. 10. Fire hydrants shall be a minimum of 3'-0" behind the face of curb and in line with property/lot lines except where shown otherwise in these plans. 11. Insert cleaning PIG in water main where directed. "Cleaning PIG" shall be provided by Contractor. 12. Install chlorination and sampling points at designated locations per WTR-21 of the "General Contract Documents and specifications for Water Department Projects." 13. Corporation stops shall be tested for full flow when the system is pressure tested. 14. Contractor is responsible for all trench safety. The contractor shall construct the proposed work utilizing a trench safety plan prepared by a professional engineer for this project. A trench safety plan shall be submitted at the pre -construction meeting. 15. All water lines crossing below storm sewer lines shall be ductile iron pipe unless noted otherwise. 16. All water services shall be installed over storm sewers, except where shown otherwise. 17. Elevation adjustment at connections may be made with bends, offsets, or joint deflections (Joint deflections not to exceed manufacture's recommendations or as deemed appropriate by the engineer). 18. All non-standard bends shall be made by using the closest standard MJ fittings or fittings with the required joint deflections (deflection not to exceed the manufacturer's recommended deflection per joint). 19. All existing 3/4-inch water service lines shall be replaced with 1-inch Type K Copper service lines, with 1-inch corporation stops and if required 1-inch tapping saddle and 1- inch x 3/4-inch reducer at the 3/4-inch curb stop as directed by the Engineer. 20. All existing water meters shall be relocated 3' behind curb or as directed by the Engineer. 21. Existing utility crossing shown on profile are from reference plans, and from information obtained from the utility companies. It shall be the contractor's responsibility to field -verify the horizontal and vertical locations of the existing utilities. 22. The contractor shall install a 2" temporary water service main. 23. The contractor personnel shall wear identifying clothing or hats at all times. The contractor shall also have identification on all vehicles. 24. Construction activities shall be limited to the hours of 7:00 AM to 6:00 PM unless otherwise approved or directed by the engineer. In the case of arterial streets, 9:00 AM and 4:00 PM only. 25. Contractor is responsible for maintaining water connections to all homes and businesses in working order at all times, except for brief pre -notified interruptions in water services. In no case shall services be allowed to remain unreinstated overnight, 26. The contactor shall saw cut existing curb and gutter pavement, driveways and sidewalks in areas where pavement or concrete is to be removed. Saw cutting will be considered subsidiary to the price per linear foot of pipe. Contractor shall provide compacted select material as needed to repair damaged drives, streets, walks, and patios. 27. The contractor shall remove all fences, located within easements and parkway, interfering with construction operations and provide temporary fencing during construction. Removed fences, wooden or chain link, shall be replaced with a new fence or undamaged original fencing. All affected property owners shall be notified prior to construction. Removal and replacement of existing and temporary fences shall be considered subsidiary to the project cost and must be reflected in the unit bid prices for various items listed in the proposal. 28. The contractor is responsible for keeping streets and sidewalks adjacent to the project free of mud and debris arising from the construction activity. 29. All barricades, warning signs, light devices, etc. for the guidance and protection of traffic and pedestrians must conform to the installation shown in the 1980 Texas Manual of Uniform Traffic Control Devices as currently amended, Texas State Department of Highways and Public Transportation. i OF tF'+1FF 19" * 'IAi •tii �DUIIEL STODTC .BO, JR/ 992T1 u% FREESE AND MCHOLS NC. TEXAS REGISTERED ENGNEERN6 FIRU F-2144 ®zo11 Texas Department of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas 11.71171 LS FORT WORTH FORT WORTH WATER GENERAL NOTES STATE TEXAS DRAWN BY LIAR DISTRICT FT. WORTH DESIGNED BY ABC SHEET G-9 SEQ. 09 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/14/2012 COUNT TARRANT CHECKED BY HIGHWAY NO DOS I IH-35W UfIICWUllo5 CSJIU4lb Dotel 11\11\LU11 - U'ai2U114 PM USerllmr Fl lelll\Utl l\Uror,ngS\NIVEHSIUL UN\UV'-ALL-04-NUILU4.0Dn REV DATE BY DESCRIPTION 660 Azu. arm': 650 640 630 620 610 600 590 580 570 ISOLATION VALVE 200' PROPOSED DRILLED SHAFTS & BRIDGE BENT (BY OTHERS) EXTENDED STAY DELUXE FOSSIL CREEK 3261 NORTH EAST LOOP 820 24" PIPE FL INV-61E. 66' EX. 12" DI WL (X-9274)20'-UNDERGROUND \ UTILITY EASEMENT 1, EXISTING TXDOT ROW EX. 12" DI WL (X-9274)- RIM=626.48' N. E. LOOP 820 EX. FOC EX. UGE STA 0.90.00, ID 1 • 8L STA 699.93, 233' LT INSTALL: 1-12" GATE VALVE (El CONNECT TO EX. 12" D.I. WL N.6991506.04 Eq337119„49 (FIELD VERIFY) 8" PVC Ff. 5 EX. 8" PVC SS (M-395EXT) PROPOSED TXDOT ROW 9' MIN. REO'D SPACING TO MEET ICED REQUIREMENTS EX. UGE ,-EXISTING 12" D.I. WL (X-9274) CONFLICT ID 1 (TO BE REMOVED) - EX. FOC 16 LF OF C & G REPAIR 16 LF OF C & G REPAIR 7. 86' 1 +00 53' 2+0 LF OF TEMP ASPHALT REPAI CONFLICT ID 1 PROPOSED 12" D. I. WATER LINE 135 LF STEEL CASING BY OPEN CUT STA 2.82.00. ID 1 = 91.. STA 701.84, 240' LT INSTALL: 1-12" GATE VALVE (W) CONNECT TO EX. 12" D.I. N=6991505.37 E.2337311.41 (FIELD VERIFY) i/-EX. GAS PROPOSED TXDOT ROW FOSSIL CREEK CROWN PARTNERS, LTD. 4084 SANDSHELL DR. 8" PVC WL L INV-620. 14 - F61" PI46--624. 03' vISOLATION PVC FL INV=620. 17' CP 2116 EX. 12" D.I. WL (X-927- )-1i1M=629.. 66' CONFLICT ID 35 SEE SHEET C-4 PROPOSED DRILLED SHAFTS & BRIDGE BENT (BY OTHERS) FOC -20' UNDERGROUND UTILITY EASEMENT NOTE: STEEL CASING CAN BE INSTALLED BY OPEN CUT OR BY BORE. IF OPEN CUT IS USED, COST OF CASING SHALL INCLUDE PAVEMENT REPAIR, CURB & GUTTER REPAIR AND SIDEWALK REPAIR OVER CASING. 0 0 f71H1 4 ps (71 klf rEX'1.S TING.: - -4---,4, 4 AALN. • pY.Pt r X,. '127 . : AmQ.--44..? ••••1"-. , ... . , • -....!„ . • A, , CCWFIUT . • ,ww.141. • AX • .4. i : . . LIYAV . ' W ill 6, MA 1 4 Ow : 74" WN. SIFF/ CA,INA RY in D14- 044 i i OPEN ( UT • . . . . . ....... .... ...... 1..,18NKN1Iwt.) • . . L (622 28 :17.ert. •-4;‘ i 0. (NAG, 4 et I ,s Ill I— Of!tAlf TWA . ,T11-2-4,63T0g • : ! 1-42rx1-44- I NS V) DIX ";ralltngNa.wR tumum sigrryi 2 i• BE D 192"Ft U.71 SS-35' -1P5r:WATE)1. PT VEVIA414LL nt.D.ARRINEOJOINI5 (MVOVEI.1.9 7 iF OF 7)" 1"! LI .WL • 1 4. 00 Uti1C4Uall°8 LSJ1041b Vote:12\12\2012 - 02:41s.39 PM user: Imr 1 1440Kutl i\UrowInge\HIYOSIUL 2+00 3+00 CAUTION'', EXISTING IMERGROUNO UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED RELOCATION. LEGEND PROP WL PROP WW EX WL EX WW PROP ROW EX ROW EX VALVE PROP VALVE 04 EX FH EX SSMH PROP SSMH • N 0 20' 40' 80' HORIZONTAL SCALE 0 10' 20' VERTICAL SCALE 660 A •.*"; % loam srcumem, 992/1 AVW 650 640 630 620 610 600 FREESE AND WHOLS,INC. TEXAS REGISTERED ENGINEERM FRU F-2144 1:1114,0 Texos Deportment of Transportation .tunorth tarrant express bluebonnet contractors, LLC Improving mobility in Texas IFIWITEREs FORT WORTH 590 CONFLICT ID 1 12" WATER LINE BL STA 699+93 TO 701+84 580 570 ST4TE TEXAS DRAWN BY LW DISTRICT FT. WORTH DESIGNED BY ABC SHEET C-1 SEQ. 10 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/12/2012 COUNT TARRANT CHECKED BY DOS HIGHWAY NO IH-35W -REV DATE BY DESCRIPTION CV-ALL-PL-SEWER.On §i§ki PAM 660 650 640 620 610 600 590 580 570 OfficeBelles \-- EX. 12" PVC WL (X-15141) PROPOSED SOUND N. E. LOOP 820 WALL (BY OTHERS) EXISTING TXDOT ROW 2//' ISOLATION VALVE EVEREST COLLEGE 5237 N. RIVERSIDE DR. CP2005+ PROPOSED TXDOT ROW 8 LF OF SIDEWALK REPAIR- STA 1.08.84 PI.21.9000'00" INSTALL: 1-12"x90BEND N.6990921.31 E-2337160.14 STA 0.94.64. ID 33 BL STA 700.29, 350' RT INSTALL: 1-12"x90' BEND 1-12" GATE VALVE (E) CONNECT TO EX. 12" WL SEE SHEET C-9, DTL. 1 N.6990916.85 E.2337150.65 (FIELD VERIFY) STA 1.03.84 N./1-90'00'00" INsTALL: 1-12"x90' BEND N.6990916.32 E.2337159.85 103 LF STEEL CASING CONFLICT ID 36 SEE SHEET C-5 5' UTILITY MAINTENANCE EASEMENT EX. 8" PVC SS (L-9628) PROPOSED MSE WALLS (BY OTHERS) EX. FOC -PROP. SD INLET (BY OTHERS) --CONFLICT ID 33 PROPOSED 12" D.I. WATER LINE REMOVE & SALVAGE EX. 12" VALVE 1 ;71 2+00 LJ CS ;;1. . CCM' 120' 'fx. Row ;It 2+,00 12 SY CONC. DRIVEWAY REPAIR ,.1.„'.1.1;-PROPOSED TXDOT ROW PROPOSED DRILLED SHAFT & BRIDGE BENT (BY OTHERS) EXISTING 12" D.I. WL (X-9371) CONFLICT ID 33 (TO BE ABANDONED AND FILLED W/ GROUT PER UAR REQUIREMENTS) ISOLATION VALVE STA 2.13.84 PI. A.9000'00" INSTALL: 1-12"x90' BEND N-6990915.29 E.2337264.96 PROPOSED BRIDGE ABUTMENT (BY OTHERS) SECTION OF EX. 12" WL (X-9371) 12" PVC WL (X-93711 SECTIONS OF DI NEXT TO SD INLETS 5' UTILITY MAINTENANCE EASEMENT .1•1•••••••• CONFLICT 86 EX. 12" PVC WL STA 2.22.82, ID 33 BL STA 701.47, 355' RT INSTALL: 1-12"x12" ANCHOR TEE 1-12" GATE VALVE (W CONNECT TO EX. 12" D,I. WL SEE SHEET C-9, DTL. 2 )4.6990910.07 *2337268.64 (FIELD VERIFY) STA 2.16.84 PI, a •90•00'00" INSTALL: 1-12x90' BEND N.6990910.29 E.2337264.68 FIVE STAR COLLISION REPAIR CENTER 5250 N. RIVERSIDE DR. NOTE: STEEL CASING CAN BE INSTALLED BY OPEN CUT OR BY BORE. IF OPEN CUT IS USED. COST OF CASING SHALL INCLUDE PAVEMENT REPAIR. CURB 1 GUTTER REPAIR AND SIDEWALK REPAIR OVER CASING. ULTIMATEULT1MATt GRADE - ; 4K- 4"4f,i0vA.8-. .T.—.....o_-. o .r-. 2 O;• .X.1•IA.r4,-...T.a-5 0 i1-In,.,.oi71.g;..4,,4 4 .XJ1 toV.-4kVq--46-4y I-1- -LZ 1 o op WED ...i.- .....Y,Vi.--47-iF.Z"' MIT LA:Kr 21 kW. COM • u. ut. foo cSJ10411i Uwe: 12 12 \ 2012 - 02:45I32 Pm user: urr F I i di; \ ut I I \ Drawings \ WYLNSIU UN \ LY-U1L-PL -RIRL02. Oen 4 MO' r11:1)iiSTTNG- •••-;•-•••-•4 :i104 • r--- r •r,an 1831.T : Ft 0. J.37151m ...- 1TOEL--001t4P 2+00 MIN "LOWE KONKNOWN JAM NiEfiLF • .128 Lr LA 35;1 15.51 WA PEN' ,11›; W1.111.1NECifiANICIALLt 4ESTI:NINi.:D. JOINT(' 3+00 E_XISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED RELOCATION. LEGEND PROP WL PROP WW EX WL EX WW DI WL PROP ROW EX ROW EX VALVE PROP. VALVE 14 EX FH EX SSMH PROP SSMH • ABANDON CUT & PLUG // N 0 20' 40' 80' HORIZONTAL SCALE 0 10' 20' VERTICAL SCALE ;;;;;1 660 stounwilo, 650 ,44,1N4..4992 1..,71 640 630 620 610 600 FREESE AP MCHOL% INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 .13.A4,0 Texas Deportment of Transportation •---north tarrant express bluebonnet contractors, LLC Improving mobility in Texas Norma FORT WORTH 590 CONFLICT ID 33 12" WATER LINE BL STA 700+29 TO 701+47 580 570 STATE TEXAS DRAWN BY LW SHEET C-2 SEQ. 11 OF 21 J TECHNICAL OFFICE WORK ORDER NO, DATE 12/12/2012 DISTRICT COUNT FT. WORTH TARRANT DESIGNED BY CHECKED BY I HIGHWAY NO ABC DOS I IH-35W REV DATE BY DESCRIPTION §§§§t oun. aztipa 660 650 640 630 620 610 600 580 EVEREST COLLEGE 5237 N. RIVERSIDE DR. 5UTILITY MAINTENANCE EASEMENT LINE TO BE ABANDONED REFER TO SHEET C-2 CONFLICT ID 33 SEE SHEET C-2 EXISTING FT. WORTH ROW CITY OF STA 1.10.00 PI,. A.9000'00" INSTALL: 1-8"x90' BEND N.6990754.03 E.2337138.87 STA 0.84.00 Li.9000.00" INSTALL: I-8"x90' BEND CUT & PLUG EX. 8" WL (E) N.6990728.77 E.2337132.69 STA 0.79.00. ID 34 . BL STA 700.08, 536' RT CONNECT TO EX. 8" WL N-8990729.96 E-2337127.84 STA 0.82.00 REMOVE/SALVAGE EX. FH INSTALL: 1-8"x6" ANCHOR TEE 1-6" GATE VALVE (S) 10 LF 6" D.I. WL (S) I-FH ASSEMBLY SEE DETAIL 3, SHEET C-9 N.6990729.25 E.2337130.75 (FIELD VERIFY) EX. 8" PVC SSy (L-9628) 120, e.%. T(041 8 LF OF C & G REPAIR 2+0 a ca -40 LF OF SIDEWALK & CURB & GUTTER REPAIR 10 LF 0 SIDEWALK REPAIR 5' UTILITY MAINTENANCE EASEMENT PROPOSED BRIDGE ABUTMENT (BY OTHERS) CONFLICT ID 36 SEE SHEET C-5 EXISTING 12" D.I./PVC WL (X-9371) DI SECTION OF EX. 12" WL (X-9371) PROPOSED MSE WALLS (BY OTHERS) STA 2.14.00 P1 ilm90'00.00" INSTALL: I-8"x90' BEND .6990729.31 E.2337239.89 STA 2.19.00 P1 A.90'00.00" INSTALL: 1-8"x90' BEND N.6990724.46 E'2337238. 70 TA 2.23.94,_ ID 34 * BL STA 701.24, 543' RT INSTALL: 1-12"x8" ANCHOR TEE 1-8" GATE VALVE (W) CONNECT TO EX. 12" D.I. WL SEE DETAIL 4, SHEET C-9 14.6990723,29 E.2337243,_50 (FIELD VERIFY) CONFLICT ID 34 PROPOSED 8" D.I. WATER LINE DI SECTION OF EX. 12" WL (X-9371) LF STEEL CASING EXISTING ROW EXISTING 8" D.I. WL (X-9371) CONFLICT ID 34 (TO BE ABANDONED AND FILLED W/ GROUT PER UAR REQUIREMENTS) FIVE STAR COLLISION REPAIR CENTER 5250 N. RIVERSIDE DR. NOTE: STEEL CASING CAN BE INSTALLED BY OPEN CUT OR BY BORE. IF OPEN CUT IS USED COST OF CASING SHALL INCLUDE PAVEMENT REPAIR,_ CURB & GUTTER REPAIR AND SIDEWALK REPAIR OVER CASING. X 0 L,T*ATE-GitA6E: cia ltstign INN ---- AORQS8O: WAIjL • . TE Z. 26 X . . • • MI CASING: 0 m UJA • . 0 -r 0 .DRAAE Ft -011-20- (f lEt-D• TD e4 4L r 2+00 a Os r45' 1.4-3" EY: -36CPSV''' WAT ,74 IrThrirdailgAUV4.4 )). INF/L-0 /yr. . : 3+00 660 650 640 630 620 610 rAHTTO/11111 EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LQCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED RELOCATION. LEGEND PROP WL PROP WW EX WL EX WW DI WL PROP ROW EX ROW EX VALVE PROP. VALVE D4 EX FH EX SSMH PROP SSMH • ABANDON CUT & PLUG // 0 20' 40' 80' HORIZONTAL SCALE 0 10' 20' VERTICAL SCALE . ) .. 4$ • ....... PR DANIEL STOU1ENBIJ1G, \A - • 9927I ..4kENSiPoW FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERFIG FIRM F-2144 540A Texas Deportment of Tronsportotion 'north tarrant express bluebonnet contractors, LLC Improving mobility in Texas FIFA= 600 FORTWORTH 590 CONFLICT ID 34 8" WATER LINE BL STA 700+08 TO 701+24 580 570 STATE TEXAS DRAWN BY LIIT DISTRICT FT. WORTH DESIGNED BY ABC SHEET C-3 SEQ. 12 OF 21 )TECHNICAL OFFICE BORK ORDER NO. DATE 12/12/2012 COUNT TARRANT CHECKED BY I HIGHWAY NO DOS IH-35W Litt IceDol los LSJI ul I b Dote:12 12 \ 2012 - 1018: I b 144 User: Orr V I eel: ‘Li* I I kUror Ines 011vERS IUL 1)11kLy -u I L -PL -WIRLUJ. Oon -REV DATE BY DESCRIPTION CV-ALL-PR-SEWER.4Vn EXTENDED STAY DELUXE FOSSIL CREEK 3261 NORTH EAST LOOP 820 660 eeeee 650 t1:366% 640 630 620 610 600 580 570 24" PIPE FL INV=616.66' 24" CLAY EXISTING r INV=61 6.67' TXDOT ROW EX. 21" VC SS (M-395) RIM-626.48 EX. UGE STA 1.0000 ID 35 • BL STA 649.97, 230' LT INSTALL; 1-STD. 4' DIA. WWMH FL 6" IN (E)= 618.32 FL EX. 8" OUT (W).618.22 N-6991496.28 Eq337124.61 (FIELD VERIFY) PROPOSED TXDOT ROW EX. 8" PVC cn SS (M-395EXT)-\ TY 9' FROM PROP DOC I I TO END OF CASING 8" PVC FL INV=61 7 1.61'LF OF C & G REPAIR REMOVE 183.5 LF EX. 8" PVC SS N. E. LOOP 820 EX. UGE -52 LF OF TEMP ASPHALT REPAIR-\ PROPOSED DRILLED SHAFTS & BRIDGE BENT (BY OTHERS) EX. FOC EX. GAS CONFLICT ID 1 SEE SHEET C-1 [PROPOSED TXDOT ROW 16 LF OF C & G REPAIR CONFLICT ID 35 PROPOSED 8" D.I. WASTE WATER LINE 145 LF STEEL CASING BY OPEN CUT „-PROPOSED DRILLED - SHAFTS & BRIDGE BENT (BY OTHERS) lz 4L Off -OPT- • ' Ek. .84 Ov • rmm :3-1CAD 141H 7.WeSti La, •4:`T • 4•'•.- 4•VI'1474-4•E•i• a'54,8Fe' tn FOSSIL CREEK CROWN PARTNERS, LTD. 4084 SANDSHELL DR. -8" PVC 1 FL INV=620.I4' \ ' 6" PVC F L INV=624.03 , E)00. 12" r.) WLFL (X-9274) 19' FROM PROP BOC TO END OF CASIN CP 2118+ „----EX. FOC • Tii.ArE Dr 8" PVC 61 INV=620.17' EX. TELEPHONE RIM=629. 66' STA 2.83 50 ID 35 - BL STA 701.ul, 232' LT INSTALL: 1-STD. 4' DIA. WWMH FL EX. 8" IN (E)-619.41 FL 8" OUT (W).619.31 N.6991496.17 E-2337308.04 (FIELD VERIFY) MIN "l! Oi CO 401' Z. c>r Zo . .0 !CY- W0. ....i U. U. 1 + 00 OfficelkIlias LS.110416 Uote:12‘12\YUIZ - U2sbY152 PH User: Irr HI, ,utIkUrooIng.kIYHL1)EbH\Iv-UIL-PL-WHOI,dgn 1•••• 'r PI ‘1X .1- a e6; 77-41 411;—• 4T ul :3• 4. 41.4u040104 F4ElD-IVEW4 • • 6 P W 01:W4 Fl.uNtual 1FTELD-YEOrr I ! 1.94. L-F.41-" wW- MYoRprEe TO -40 ! L rRgMdliE18-tfrvt."--:01.Nii-etitS rtyvd co • 2+00 3+00 reHTIONIII EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED RELOCATION. LEGEND PROP WL PROP WW EX WL EX WW PROP ROW EX ROW EX VALVE PROP, VALVE O4 EX FH EX SSMH PROP SSMH • O 20' 40' 80' HORIZONTAL SCALE O 10' 20' VERTICAL SCALE 660 zelrki 1:;" * o*r1 ItamsranDemov!i 99271 650 Ss4.6;;47 640 630 620 610 FREESE AND NICHOL TEXAS REGISTERED ENGINEER440 FIRM F-2144 Texas Department of Transportation t---'north tarrant express bluebonnet contractors, LLC Improving mobility in Texas 11111211121 600 FORT WORTH 590 CONFLICT ID 35 8" WASTE WATER LINE BL STA 699+97 TO 701+81 580 STATE 570 TEXAS FT. WORTH DRAWN BY LM DESIGNED BY ABC SHEET C-4 SEQ. 13 OF 21 TECHNICAL OFFICE WORK ORDER NO, DATE 12/12/2012 DISTRICT I COUNT TARRANT CHECKED BY I DOS HIGHWAY NO 1H-35W CP 2005a, 'REY DATE BY DESCRIPTION qC" nat 4151 • R:4f3 INN xtezt 660 650 640 630 620 610 600_ 590 580 570 PROPOSED SOUND N. E. LOOP 820 WALL (BY OTHERS) EXISTING J TXDOT ROW EVEREST COLLEGE 5237 N. RIVERSIDE DR. PROPOSED TXDOT ROW LINE TO BE ABANDONED REFER TO SHEET C-2 PROPOSED BRIDGE ABUTMENT (BY OTHERS) PROPOSED DRILLED SHAFTS & BRIDGE BENT (BY OTHERS) STA 1.00 00 ID 36 . REMOgVE AND+REPLACE EX. WWMH FL E IN (E)• 616.46 FL X. 8" N (NW)•617.06 FL EX. 8" OUT (51.616.36 N•6 9 877.94 (FIELD1VERIFY) REMOVE EX. SS EX. 8" PVC SS (L-9628) 5' UTILITY EASEMENTNCE PROPOSED MSE WALLS (BY OTHERS) I+00 RIVERSIDE DR, B LF OF SIDEWALK & C & G REPAIR- 8 LF OF SIDEWALK & C & G REPAIR 12—ROW PROPOSED TXDOT ROW PROPOSED DRILLED SHAFTS & BRIDGE BENT (BY OTHERS) EXISTING 12" D.I. WL (X-9371) CONFLICT ID 33 SEE SHEET C-2 EX FOC STA STA1701.49,D397'•RT INSTALL' 1-WW CLEAN OUT CONNECT TO EX. 4" WW SERVICE 2+00� FL EX. 8" OUT (W1.617.96 N•6990868.25 1•4(FIELD2VERIFY) CONFLICT ID 36 PROPOSED 8" D.I. WASTE WATER LINE 100 LF STEEL CASING BY OPEN CUT 5' UTILITY MAINTENANCE EASEMENT EXISTING 12" PVC WL CONFLICT 86 FIVE STAR COLLISION REPAIR CENTER 5250 N. RIVERSIDE DR. -Ut'EIMRT• E"." GRADE`........ - .I,..r 437$'!.1IIN,' mi cTr PI,NOUT • J ?Jr 4,0 •UL.T I MA Tt GRADE I, 'F=DNk1QgW14 ( 'f EtD"'VERTFY' 4 6.21.1...110 i (FIELD VERIFY F .&2b•1$5 ILD'Y IEY. io t/1 1 MUD 04 8 117. LF $"'D:•I. Rol .v�'r (RE'IM¢V - ;f 4.7LL: ..... 9E...EHt 'r1'Ne : i— z DI Of E -NE) I� sae 1"- 1+00 off:XI/01Ios CSJIu4Ib Dote, 12U2.2u12 - V2,SS,11 IX user: IWr H IPA.Wtil\UFaringe\HIvkASIUL bR\Lv-UIL-HL-SLWHO2.agn 2+00 660 650 640 630 620 610 600 590 580 570 1'eIIT1nNIII EXISTING UNDERGROUND UTILITIES IN AREA. CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION AND COORDINATE ANY REQUIRED R LOCATION. ,EGEND PROP WL PROP WW EX WL EX WW PROP ROW EX ROW EX VALVE PROP. VALVE DO EX FH EX SSMH PROP SSMH • N 0 20' 40' 80' HORIZONTAL SCALE 0 10' 20' VERTICAL SCALE � *'� •' Y'ITA /MNIEL STf1UTEI JG .II/ 9927' la: 2-fa FREESE AND NICHOLS. INC. TEXAS REGISTERED ENGINEERING FIRM F-2N+ 2011 4,11 Texas Deportment of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas NWCHOLS FORT WORTH CONFLICT ID 36 8" WASTE WATER LINE BL STA 700+33 TO 701+49 STATE TEXAS DRAWN BY LMR DISTRICT FT. WORTH DESIGNED BY ABC SHEET C-5 SEQ. 14 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/12/2012 COUNT TARRANT CHECKED BY HIGHWAY NO DOS I IH-35W -REV DATE BY DESCRIPTION BACKFlLL 6' TIN. AND ' 12' MAX. INITIAL BACKFTLL zi UPUTY SAND PER SECTION 33 05 10 6' MIN. AND •r 12' MAX. \ 1 BEDDING TRENCH 0EOTEXn1E l; = FABRIC CRUSHED ROCK PER SECTION 33 05 ID !if \ `I I-I"-II-'111=III= 11=' 6' M4N. TRENCH . WALL CLEARANCE MP.) NO GROUND GROUND WATER WATER PRESENT PRESENT EMBEDMENT FOR WATER LINES 12-INCH AND SMALLER (33 05 10-D101) NOT TO SCALE AUG. 2012 PROPOSED ASPHALT PAVING PER TWICAL SECTION Y." PER rT ('1VU IN•- (S I =III —III! -I 1�1II 11 / tll-ill-111 STABWZED SUBGRADE PER PAVING TYPICAL SECTION 1 1 1 III o /a a • 6 n n1 III_=111`IIH11-11. BARS BACK)ILL 6' MIN. AND • I 12' INITIAL BACKFlLL 1 5' MIN. ANO 12' MAX. BEDDING TRENCH GEOTEXTIIE FABRC CRUSHED ROCK PER SECTION 33 05 10 — • 12' 41N. TRENCH WALL . CLEARANCE (TP.) EMBEDMENT FOR SANITARY SEWER ALL SIZES (33 05 10-D201) ±M NOT TO SCALE AUG. 2012 TAMPED TCPSOL PER SEC0N 32 91 19 NEW CONSTRUCTION 3' 12' PROPOSED SUDGRAOE PER TYPICAL ROADWAY SECTION COMPACTED ACCEPTABLE HATIVE BACKFlLL PER SECTION 31 24 CO UINGIU0 EXCAVATK OIIUNE FOR STREET CONSTRUCTION µ . 24' SMOOTH 00WEL TOP CF CURB — TOP OF PAVEMENT I � I - St / �PASPHALT " '/ 4 0 / C4 EXISTING SUBGRADE 9' MAC TRANSITION PER 32 12 16 7-0' SEE NOTE I I_J SEAL WITH -VWT FILER )4' PER r1. TIP) 6' ol5 l '2' L I (T 0 'u J ICI III III III; II II-LI(I „±111I_I11 /4 BARS ACCEPTABLE BACKFRL MATERIAL IN ACCORDANCE WITH SEC110N 33 05 10 SURFACE REPAIR II . �14♦ 1 ' 4P•'•,N,••F4;•. 44F4 TT� !I- ' • ' 951T C04PAC0ON', — I ▪ -2X TO 4-5X OF OPTMU4 MOISTURE CONTENT 11 EMBEDMENT FINAL BACKFlLL < 15' UNDER PAVEMENT - ALL DEPTHS FOR NON -PAVED AREAS ACCEPTABLE BACKFILL (33 05 10-D001) NOT TO SCALE AUG. 2012 NOT0. I. TANTRUM MTH IS MATCH EX150NC VODIR UP TO 7-6' r • EXPANSION JOINT, FORMED GROOVE ROUNDED TO /L. RADIUS RT1 YA' PREMOIDED F11PAN0CN JOINT AND HUCONE JOINT SEALANT 1Y YIN. Ili BAR STOP DOWEL SLEEVE OR CAP TO FIT DOWEL ARID BE SECURED CURB AND GUTTER EXPANSION JOINT 6' EXISTING STREET CURB T/2 A I `PROPOSED PER TYPICT DE PIC AL ROADWAY SECTION NDICL 1. 200 LF 4A0UUM SPACNC BETWEEN CURB AND CUTTER EXPANSION JOINTS. STANDARD CURB & GUTTER (32 16 13-D534) .13 NOT TO SCALE AUG. 2012 UTE IC9201105 1-SJ11.141b Dates IA 1t\1UI 2 - 1.13104. JJ P4 User. for 411eh1 \Mt I I\Uroo(TIDs\OIVLNSIUL Uk\UJ-MIL-bI - I YPLU1.don 12' TAMPED TOPSOA PER SECTION 32 91 19 COMPACTED ACCEPTABLE NAM BACKFlLL PER SECTION Si 24 00 LITMMU4 EXCAVATION WHINE FOR STREET CONSTRUCTON EUS0NC CURB A WT1ER COSTNO SUBTRADE (F ANY) TRENCH REPAIR LANIT5 EXI511NG HMAC I 2' TIN. HMAC PAAdENT (SEE NOTE 1) 6' MR. COMPACTED TTEX-BASE MATERIAL DITCH WALL BACKTILI ACID EMBEDMENT MATERIAL PER DETAILS 1. 2 AND 3 ON THIS SHEET ND0'. I. PUCE A MN0UU Ci 2' HUAC SURFACE COURSE (TYPE 'D' TAX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SH0044, 2. PLACE COMPACTED FLEX BASE MATERIAL A5 SHOWN. 3 TOWABLE FILL MAY BE REQUIRED TO BACHFItL ALL TRENCHES IN DOMNTOWN STREETS ANO 15 O'1XXNAL IN OTHER AREAS W FLOWABLE IL IS REWIRED, A SEPARATE PAY ITEM WXL BE PROHOED FOR SUCH. 4. All CONSTRUCTION MUST BE R ACCORDANCE WTH 1HE CTY Ci FORT WORM STANDARD 5PECIPCAl1ONS FOR STREET AND STORM DRAIN CONSTRUCTION. TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR (STR-030) MOD ± NOT TO SCALE JULY 2009 FREESE ANO MCHOLS INC. TEXAS REGISIEREO ENGIEERR4& FIRM F-2144 ®201 1 Texas Department of Tronsportotion north tarrant express bluebonnet contractors, LLC Improving mobility in Texas MIFREESE NNICHOLS STATE TEXAS DRANK BY LW DISTRICT FT. WORTH DESIGNED BY ABC FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-6 SEQ. 15 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/12/2012 COUNT TARRANT CHECKED BY 1 HIGHWAY NO DOS I IH-35W -REV DATE BY DESCRIPTION .1� 11'-0. FOR 9NC1E OA1. 8-0' FOR 06401E Ow/ IE_ 5 DEWALK R0 � �(I-NO-0 A I y RDNFOICE 6- —211 DRIVE VI/N / I Ihvi cn BARS 18 SID. CURB k CUTTER ca0STRUcnO1 JOINT F. 32 13 13-0511 Oft 32 13 13-0512 FIMVFWAY NOTES I. INSTAL EXPANSION JOINT (SEE CETIL - 1NI5 BEET) MERE DRIVEWAY CONNECTS TO SIDEWALK. PLACE EYP/319011 JOINT FOR CONIEC1NN1 TO EAST CARVE AT RAM OF SDEWAU(. F DRIVE CONSIRUCTON EXTENDS MEND ROW. PUCE DPANSIUN JOINT AT BAC1 OF SIDEWALK TIEN PLACE CCNSDNCTIO4 JOINT PER 32 53 13-0512 AT CCMECTON MTH COSTING DRIVE 2. DUMMY JOINT N OM0AY RAMP 15 OPTIONAL N 11'-0' wTMNT )NSNEPQUIRED TOmawJON1(5CIE EIAMO SEE NO1E .5ANEWPF0 MMYJ1 J2 1T R 1 / 32 13 13-516 SEE NOTE z N GUTTER -� A IT'-0' LAN. 002104E DRY. 20'-0' INN. SINGLE DWY. zr-r MN. DOVB1 DRY. ORI1EW'AT PAY UNIT PARKWAY MOM SEE NOTE 3 SAWED DUMMY JOINT PER 32 13 13-516 RDI4CRCE 6' DRIVE 51/03 BARS 0 16- D.CB.W. 0( O)CREIE PER FT (MN )ORIYEWA) PAVEMENT _ — 12xy4k_ _ REINFORCE X' WA, MTN 3 BARS 0 18' OCBW CONSTRUCTION JOINT PER 32 13 13-0511 aE 12 13 13-0512 9' BIACNOUT FROM BACK CF CURB FOR DRIVEWAY APPROACH COMPACTED 91BCRADE PER SECTION 32 13 20 12 ' BIU09EWT CONSTRUCTION 301NT PER 32 13 13-0511 OR 32 13 13-0512 SEE NOTE 4 3. SCEWA4I( SECTION EURO DRIVEWAY TO BE POURED SALE 7W STABILIZED 9x0a1A0E VS RICHNESS AS OiWAY APPROACH. AN) PAD FOR AS D� PER PAVING TYPICAL DRIVEWAY APPROACH. MIND 90ERAX. E ANY, 9410E BE SECTOR RE110MD MO REPLACED. 4. MATCH CONCRETE PALM 11408IL55 PROM BACH CF CURB TO CONSTAUCMN JOINT TE N TO CONOIEIE PAMIR. B THE GRADE 011119E AT 110E CUTTER UNE AN0 AT ANY POINT N111W 10 FEET OF GUTTER LIE MUST NOT EXCEED 12 PERCENT. 8. A1. CONCRETE SIN. BE CLASS 'A• PEA SEC70H 32 13 20. (3 BARS 0 18' 1 T/2 ESPAN93N JOINT, F0811E0 GROOVE R02110ED TO 14' RADIUS MTH REOLEDWOOD JOINT 4021r4 AND R / PER 32 1 E 13. D511/ FILER PER 32 IJ 1J-0511 14' MN. CLEARANCE �4.IiEjl JIL-4I r. N�-uc II F1 21' 34200111 DONE. 0 18' O.C. COMPACTED SUNNADE PER SECTION 32 13 20 FA 4 20' S4IDODI DOWEL 0 1r 0.C. INTO FASTING PAVEMENT ENSIINC CONCRETE.- \ CRIVL/9DEWALx ( 0811 11 1211 1l 0=11-d1 1- 0OIPACIEO SUBGRADE PER SECTION 32 13 20 2' CAMELI COMM W/ CREASE I\_'Ir,-llfa L4I AEI. STEM OR CAP 10 ilT DONE. AND DE SECURED BAR STOP - - EXPANSION JOINT OIIIIOVT 00N(2. SUPPORT BASKET PER 32 13 13-0517 AN. 2' RANGE IIIy L N. S3 BARS 0 18' .c.B.w. [PROPOSED COVE / I 1 }..7..: ,.1,.,/c.:„,1:::,::-.. ,:.:TLTT T BAR 5 DONE. REEVE OR CM TO FIT DONE. AND BE SEGUREO CONCRETE RESIDENTIAL DRIVEWAY/APPROACH WITH RADIUS - CONCRETE PAVING (32 16 13-D527) NOT TO SCALE AUG. 2012 80 Cf w�p 9DO0("A` [04.0 BE (1 BARS O Ir OCB.II. 12' 1000 F4 BM 024'DC. PAVEMENT -I I SUP CAP 24' 11 5M00111 ROUND BAR 0 24' 0.C. MAXMM EXPANSION JOINT DETAIL 5' MN. SIDEwAI2z MAX CROSS SLOPE '''I I3.1LL 1/ III-,11-111-W., I .1i ;]. I IIILLL try" O 18' COMPACTED /�'-I o.c s.w 50e0AOE To 90X KNOTT SECTION VIEW EW SIDFWAI K ADJACENT TO CURB II�II3IL-TI I3•~ CIALB�^ >o r CIONBAR, F z4' Dc. A' WIN. 1 90EWA0Jt CROSS SLOPE 13 1 2x MAX [ • ill•111IT11 /ll;-llHj11 yi ILµ OARS O 1r 9.8008 ED O.CB.W. 9X DENE TO 90x DFNSIIY FCTION VIEW SIDEWALK 44 BARS Ole' O.CBW. I IIJI��11 SECTION VIEW RAMP TIE-IN AT PAVEMENT CONCRETE RAMP COMPACTED SUBGRADE TO 905 DENSITY 0MER t DEEP 1 :13.' 'W 'W 5DOWEL EXPA49a1 J0F4T MM REDWOOD B0IA0 EYERY w' (M X1 Fat 4' DEWIL( AND (9191 50' (MAX) EDR 5' 9DEWALK AAD AT I1E 8009 P(NT5 NOTE I. 'W.5IDEWWI MDIH 4' MN 5 F 90EWAU1 X�A� TO CURB.CCR GREATER AS 1a (SEE E30N1901 Y01T DETAIL) (4 BARS 0 16' OCB.8, PLAN REINFORCED CONCRETE SIDEWALK 3/4' POW. (4 BAR 010 0.0 µ BAR 0 24' 0.0 2' CLEAR 319. 2' SCH. 10 PVC WEEP HCEES 0 I0-0. QC. SME1 L( CROSS SLOPE Y I - 2% MAX. • frvl VL.{O1 BARS OIB'� i COMPACTED SU8CKAOE To Pox DENs1Y PAP FOR A5 CONCRETE s0EWAU( POT SGOARE FOOT PAN FOR AS ANCRETE RETAIN ALL PER CUBIC YARD TAMP1D TOPSOIL 6' MH, FREE 0 AGGREGATE TH OF RETUNINGOS WALL 6 RETANNO MALL SECTION VIEW SIDEWALK ADJACENT TO CURB WITH RETAINING WALL SIDEWALK DETAILS (32 13 20-D546) NOT TO SCALE AUG. 2012 f : .FA 5 MEKIEL 51NME)0140, F i # 99,, 99271 ,ilit I17A-so., lR'ENS��'\'� SS,...... i S%' 20/2-(2 - 7z FREESE AND NCHOLS INC. TEXAS REGISTEREO ENGFEEERNo FRY F-2144 ©zo1 l Texas Deportment of Tronsportotion north tarrant S express bluebonnet contractors, LLC Improving mobility In Texas rm1NICHOLS FoR�H CITY OF FORT WORTH STANDARD DETAILS SHEET C-7 SEQ. 16 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE 12/14/2012 STATE DISTRICT COUNT TEXAS FT. WORTH TARRANT DRAWN BY DESIGNED BY CHECKED BY HIGHWAY NO LIR ABC DGS I IH-35W Ottic0lort Worth CSJI(Yl lb Dotal Ueo. IY, WI - 0981 U 19 AWaerl le E 114E1 wtI nUr0W IOGs\HIVLHSIUL UHoCY-UIL-UI - I TRLUI -A. d00 -REV DATE BY DESCRIPTION 8 OUCTXE IRON OR STEEL WATER FIFE NOTE: PIPE SHALL BE CENTER RESTRAINED UNLESS SHOWN OTHERWISE IN STAINLESS STEEL DRAWINGS CASING SPACERS PER SECTION 33 05 24 STEEL CASING PIPE DUCTILE IRON AND STEEL PIPE SMALLER THAN 48" WITH STEEL CASING CONCRETE PRESSURE PIPE BELL OUTSIDE DIAMETER MORTAR BAND MIN. 2' OUTSIDE PIPE BELL STEEL CASING PIPE E E,_42" CONCRETE STE CANG I 1sµ CASINO PIPE �wESCHEDULE. DUCTILE IRON AN 106EL PIPE s ,9411,01 r -u.14'' ,r 10. If ar 4411. CASINO PIPE SCHEDULE • CONCRETE PRESSURE PIPE 36 MMATOG STEEL 1164100 NOTE I. CASING DIAMETERS SHOWN ARE TO MEET MINIMUM INSTALLATION REQUREMENTS. LARGER CASING SUES AS INDICATED IN THE DRAWINGS SHALL GOVERN. CASING SIZES MAY BE INCREASED TO ALLOW FOR CASING INSTALLATION TOLERANCE VARIABILITY. WATER CARRIER INSTALLATION IN STEEL CASING (33 05 24-D106) NOT TO SCALE AUG. 2012 NOTE 1. SEWER CARRIER PIPE SHALL BE CENTERED IN CASING PIPE OR TUNNEL LINER PLATE, BUT VARIATIONS MAY BE ALLOWED TO ACHEVE PROPOSED GRADE ON DRAWINGS. 2. CASING AND TUNNEL UNER PLATE DIAMETERS SHOWN ARE TO MEET MINIMUM INSTAL1A110N REQUIREMENTS. LARGER CASING SIZES AS INDICATED IN THE DRAWINGS SHALL GOVERN. CASING SIZES MAY BE INCREASED TO ALLOW FOR CASING INSTALLATION TOLERANCE VARIABILITY. CARRIER PIPE CASING PIPE SCHEDULE PPES� R w EQ pPPLn DD a MEW.. PPE uww7 sEE l P WOu ei 1,.1r �11 6M STEEL sr 101u rr 1325.6'• CASING 1r 424.rr DAr r - PIPE sP 17.057 24. CELLULAR GROUTING IN ANNULAR SPACE PER SEC110N 33 05 24 COATED STEEL CASING SPACERS PER SECTION 33 05 24 SANITARY SEWER PIPE CARRIER PIPE MOUNTED ON SKID WITH STEEL CASING, TUNNEL LINER PLATE OUTSIDE DIAMETER TUNNEL UNER PLATE INSIDE DIAMETER CELLULAR GROUTING IN ANNULAR SPACE PER SEC110N 33 STEEL SKID 05 24 GROUT BOTTOM SANITARY SEWER PIPE 36" AND LARGER WITH TUNNEL LINER PLATE MeV TUNNEL LINER PLATE SCHEDULE FIER PPE6ELLrU If N[AN WPP wax. nre 47 027 Pr OS sr ear sr err er M. PDX 10r 30. SANITARY SEWER CARRIER PIPE INSTALLATION IN STEEL CASING AND TUNNEL LINER PLATE (33 05 24-D203) ±L NOT TO SCALE AUG. 2012 PPE EMBEDMENT PER SECTION 33 05 10 AS INDICATED ON THE DRAN0GS '5 EXTENTS OF LAUNCH M REOE0NG PIT PPE BACKFILL PER SECTION 33 05 10 AS //1 00001ED CH THE .. iMA MN FROM BOTTOM AND UM1TS Cf LAUNCH 0R RECCVNG PIT TO 6" ABOVE CASNC PIPE OR TUNNEL LINER PLATE TO PROTECT ENO SEAL CARRER PPE - RESTRAINED Jr11S EM TUNNEL LINER RATE, PROVIDE HOLD DOWN JACKS AT D.05 CARRIER PPE STEEL CASING PIPE OR 1LYNEL LINER PLATE ALL JON1S 5NIN AND ADJACENT TO CASING OR TUNNEL LINER PLATE To BE RESTRAINED PER TABLE L 1T 2' MAX (TYP.) -1" or DP DP DP lm. ME [TERS DIAMLIFBS CMERRS PPE SI•-II' 51• A LARM 1/1 grEs FITTINGS KCNHTHL RE5wTMJP,O FLANGED CR LCp-RRI'•NUDEO JDNTS IEGALuGS w -d JOINT• JDNTS BELL A SPIGOT RESTRAINED LOK-RING'• MELDED PPE WIN GRIPPER PUSH -ON JOINTS JDNTS GASKET Jo.,.. •TR-REX BY US fPPE,, ILEX- It10 BY ACPCO. APPROVED :DUAL •or -RING 6Y AO , ce APPROVED EGUNL 2 1101E: 1. FOR BELL ANO SPIGOT PIPE. REMOVE ALL SLACK IN LINE PRIOR TO BACNOLL AND PRESSURE TESTING. FOR CASING BY OPEN CUT. EMBEDMENT SHALL BE SAND PER SEcnd1 35 05 10 SPACMO BETA0EN CASING SPACERS SHALL BE NO MOPE THAN 6' MAX (TTP.) CASIIHC SPACER . '. EVE/ITS OF LAUNCH OR �y W1U PI Ey PPE EABEDMENT PER SECTION 33 05 10 PLAN A -A CONTACT GROUT PER SECTION 33 05 23 If PPE JACKING OR NAND TUNNELING CASING SPACERS UN BOTH SIDES Of BELL AND SPIGOT CLSM R SECTION 33 05 10. 10 EXTEN 10 UNDISTURBED EARTH LN ALL HORIZ9ITAL DIRECTIONS AND TO THE BOTTOM CP THE EXCAVATION DUCTILE IRON PIPE AND STEEL PIPE CASING & TUNNEL LINER PLATE PROFILE (33 05 24-D108) NOT TO SCALE AUG. 2012 ,%- PIPE RACKRLL PER SECWON 33 OS 10 FOR CASING BY OPEN CUT. AS INDICATED ON EMBEDMENT 5H311 BESAND THE DRAWINGS PER SECTION 33 05 10 STEEL0. CASING PIPE 600 PARKER / OR TUNNEL UNER CASCO PIPE PLATE SPACER CRUSHED ROCK i.:> .�•:'i:::: .r....:v.; MAX EMBEDMENT PER •••••••••••••••:: • .. •. \ 12' MAX (TYP.) SECNON 33 OS 70 \ % y,? .4 N/%G% 7 //% .G C• CELLULAR GROUTING OF ANNULAR SPACE CLSM FROM BOTTOM AND UTATS Of LAUNCH OR RECIEV111G PIT TO 6' ABOVE CASING PPE OR TUNNEL LINER PLATE TO PROTECT ENO SEAL SPACING BETNf01 -/ CASINO SPACERS SHALL BE NO MORE THAN 6' MAX (TYP.) CONTACT GROUT PER SECTION 33 05 23 IF PIPE JACKING OR HAND TUNNELING - CASING SPACERS ON BOTH SIDES OF BELL AND SPIGOT SANITARY SEWER PIPE IN STEEL CASING & TUNNEL LINER PLATE PROFILE (33 05 24-D204) L �F NOT TO SCALE AUG. 2012 FREESE AND MCNOLS, NC. TEXAS REGISTERED ENGINEERING FIRM f-2144 ®2011 Texas Department of Transportation "north tarrant express bluebonnet contractors, LLC Improving mobility in Texas 'W NICHOLS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-8 SEQ. 17 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/14/2012 STATE DISTRICT COUNT TEXAS FT. WORTH TARRANT ORATM BY DESIGNED BY CHECKED BY I HIGHWAY NO LIM ABC DOS IH-35W Utticelort WOrtn CSJIWI6 Uote0Uec. I2, 2012 - U4119159 Abeer:Je FIloin Wtll\Uraringo1NIVLNSIUL UNXCV-UIL-UI-I3PLU2.dQn -REV DATE BY DESCRIPTION BACNFTL NTH /, v v v v v v v ACCEPTABLE 'vvvvv VW BACNFLL PEN vvvvvvvv SECTION 330510 /(vvvvvvvv .'vvvvvvvv //vvvvvvvv 00000V00 /vvvvovvv vvvvovvv ,) 00000000 ' vvvavvv� vvvvv �,Pvvvavovv ) `PLUG FASTING PIPE 12' TV.----j N11H CLSU PER SECTION 03 34 13 BLOCKING SHRILL BE AGAINST UNDISTURBED EARTH HORIZONTAL BLOCKING PER -. 33 11 00-0130 ' FILL NTH CISU UNTIL ENTIRE DIANE1ER OF PPE IS FILLED TO PREVENT INFILTRATOR w; /\ YXyi, VW>. i»\>VVVv7\VVv7: EXISTING PIPE TO BE ABAN00NED BULKPEAD TO RETAIN ClS1J NOTE: I. ABAN00NMENT SHALL BE PER SECTOR 02 41 14 2. SURFACE REPAIR SHALL BE PER SECTIONS 32 01 17, 32 01 29 OR 32 14 16 DEPENDING ON FASTING SURFACE 3. A WATER PRESSURE PLUG PER 02 41 14-0123 SHALL BE AN ACCEPTABLE ALTERNATIVE THERE AMICABLE. PIPE ABANDONMENT PLUG (02 41 14-D007) • NOT TO SCALE AUG. 2012 POLYETHYLENE -,..e4N ENCASEMENT PER SECTION 3J 11 11 BLOCKING SHALL-' BE AGAINST \ UNDISTEARURBED HORIZONTAL BLOCKING PER > i 33 11 00-0130 1' KNOW AS NECESSARY A FLANGED END BIND FLANGE -NTH PETROLATUM TAPE CPP STEEL P)PE AND D P FLANGED END P ESSURE PLUG NOTES 1. ALL ABANDONMENT SHALL BE PER SECTOR 02 41 14. 2. SURFACE REPAIR STALL BE PER SECTIONS 32 01 17, 32 01 29 0R 32 14 16 DEPENDING ON EXISTING SURFACE AND AS DESIGNATED ON THE PLANS. 3. CAST -IN -PLACE CONCRETE SHALL BE PER SECTION 03 30 00. 4. ALLOW CONCRETE BLOOMING TO CURE FOR 24 HOURS PRIOR TO PRESSURIZING WATER LINE FIELD CUT AND ASREMOVE NECESSARY PPER SECTIONS 33 11 11 06 33 11 12 S/./V2k)''''R2IT:')A;"1N5'::ER'):>GLAND DUCTILE IRON MI CAP PVC AND DUCTILE IRON PLAIN END PRESSURE PLUG BLOCKING SHALL :;i'E. BE AGAINST UNDISTURBED / "(4 EARTH / •Y' j HORIZONTAL BLOCKING PER 3311 00-1)130 BUMPED HEAD TO UNa50RREED EARTH AIJ- DUCTLE IRON SHALL MAPPED NOS T - IE Fg9EM1100 PER ,Tr .x 0.0000D 9WL EXTEND TO u1Os1LR0N EARTH PLAN VIEW 1oRIZONTAL THRU iT BLO :KING TABLE PPE 'X' IDEAp�E. NA 5' BEN S 45' 80105 08 5' BENDS 11.205 SIE qu..•_ • _ J�SH 4 50) UP) (SF)Ur/ 1.';': (11(\\�)' 5ry.65 1* 1. 6 4.00• 1.00• �LIT• I'_eJ i' 9. COOT ' ]2 31.99 17.3 ASIB 1#3 COOT 6' x'-d I 22.62 ]1.99 17.31 1/3 , /I x27As 3.79 993 nn,II``71�11y/ 95 66 99B 'MIMY. TRUST MOOING 9URFAG AREA SHAM 3 4 SKATE FEET. NOTIEN 1 N 'X' TO BE A WON. OF ONE FOOT AND SR NOTES, BUT IS N TO BE OWA1E0 *ERE NECESSARY TO ARONOE BENING MANSE UNDIMMED TRENCH WAIL NOTES:. RRUST BLOCKNO AREAS SKIN ARE BASED .: 1.1. 225 PSI TEST PRESSURE 1.2. 3,000 PSF HORZ.TN . LATERAL BEARROO PRESSURE F. ACCEPTABLE SOILS 1.3. IWIu1111 COVER Of 42' ONION A SAFETY FACT. IF 1.5. 2 TIE ENT: EER SNAIL PRONEE A SEPARATE BLOCKING TABLE M. THE COMMONS DO NOT MET TIE ABOVE ASSUPTKNS 1 TIE CONTRACT. IS REBORED TO PRONOE THRUST RESTRAINT BY MEANS OF THRUST DLO.. F. ALL PIPES 1M5 I1191 SHALL BE C.SODED SUBSIDIARY TO RE VARIOUS 11.5 BO. 1. ALL MJ RUN05 SHALL OE AGOR.AILY RESIN!). VAN REEt NGLANDS EIB S BLOCKF. WATER ICES LARGER TON 21' STALL BE DES1Nm F. THE SPECRIC LOCATOR AND SHD9N ON PE DRAWINGS. & ALL BOOTEE RCN RTTNGS SHALL BE MAPPED N ENLIETHTOE ENCASEMENT PRIOR TO AMONG Cf BOX' NG HORIZONTAL THRUST BLOCKING (33 11 00-D130) .!� 1 NOT TO SCALE FIELD CUT AND REMOVE EXISTING PIPE AS NECESSARY PER SECTIONS 33 11 13 06 33 11 14 • -WELDED BUTT STRAP. BUTT WELD. JCNT HARNESS OR EQUIVALENT PER SECTION 33 11 13 OR 33 11 14 CPP AND STEEL PLUG PLAIN FND PRESSURE PLUG PVC, DUCTILE IRON, CONCRETE PRESSURE AND BURIED STEEL PIPE PRESSURE PLUG (02 41 14-D007) NOT TO SCALE AUG. 2012 AUG. 2012 CONCRETE CRADLE SHALL EXTEND TO UNDISTURBED EARTH PROFILE VIEW MOTH SHALL BE 8' MN. FOR 2 BAR APPLICATORS, OTERMSE 6' MN. PIPE BACHFIIL PER 09ANNG5 AN0 SECIKNI 33 05 10 PIPE DJBEOMENT PER .ANINGS AND SECTION 33 OS 10 F6FKCRCNG MAT. /4 BARS 0 6' CONCRETE CRA)LE TAB F 90' BENDS 45' BENDS 22.5' BENDS 11.25' BENDS PIPE 'X' SIZE DM.T' MIN. AREA MN. AREA ANN. AREA MIN. ARTA- (SF) (Sr) (SF) (SF) 4.50 4.00 4.004 4.00' 8.00 4.33 4.00' 4.00' 12.50 5.76 4.00' 4.00' 17.99 9.74 4.98 4.00' 1 16' 2'-0- 31.99 17.31 8.83 4.43 1 20- 2'-0) 49.98 27.05 13.79 6.93 124' 7'-01 71.97 38.95 19.86 9.98 •IANIMUM THRUST BLOCKING SURFACE AREA SHALL BE 4 50UARE EET. •'ONEN90N 'X' TO BE A MINIMUM OF ONE FOOT AND SIX INCHES. BUT IS TO BE INCREASED WHERE NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH BOTT0I.H. A5 CE1GNATEO CN TABLE SHALL BE /4 BARS 0 6' OCEW BL00twc SHALL BE AGAINST UI0STUOBED ". EARTH H00K TE DOWN BARS INTO RBI/FORCING MAT (TIP.) SECTION NEW BL00RNG STALL BE AGAINST UNDISTURBED EARTH 6' IAD (TYP.) 'VERTICAL TIE -DOWN BLOCKING TABLET 42E 90' BENDS 45' BENDS 226. 6ENDS 11.25' BENDS' 1601. M,, MN. MN. MN. .1(..KLWE /4 YOLIAAE /1 VOLUME /4 ICE) BARS (CF) BARS (0) BARS B. ALL 90' 18.69 1 21.8' 1 12.47 1 1 6' BOAS 66.56 2 11.13 1 22.17 1 I 10-SHALL13525 3 6&95 2 34.64 1 I 12' 194.76 1 99.29 2 49.86 1 1 NOTES 1. VERTICAL TIE -DOWN BLOCKNO VOLMES SWIM ARE BASED ON: 1.1. 225 P9 TEST PRESSURE 1.2. 150 ACE CONCRETE DENSITY 1.3. A SAFETY FACTOR ON 1.5. 2 BM OVAN0TIES ARE BASED 01: 2.1. 30 K9 /4 STEEL RBNFORCENENT BAR 2.2. A FACTOR OF SAFETY OF 1.5 2.1 'L SHALL BE A MOWN Of I6'. 1 THE ENGINEER SHAM PROVIDE A SEPARATE VERTICAL 11E-DOMI BLOCxNO TAKE IM01 THE CONOITONS 00 NOT MEET TIE ABOVE ASSUMPIXXIS, 4. THE CONTRACT. 15 REQUIRED TO PRONDE THRUST RESTRAINT BY MEANS OF Yt9TCN TE-DO'M1 BLOW° FCR All PIPES. THIS ITETL SHALL BE CONSIDERED SUBSIDIARY TO RE VARIOUS 11015 BI0. 5, NI W FITTINGS SHALL. BE A001%INALLY RESTRANEU MTH RETAINER GLANDS. 6. MOTHS, LEN0TH5 AID DEPTHS NAY VARY BUT SATISFACTION OF AB01£ AI MUN VOLUMES MUST BE DDJONST9ATED. 7. KEEP CONCRETE CLEAR GC PPE JOINTS AN0 BOLTS & VERTICAL PE -MAN BLOO(NG FOR 8NES 16 NM LARGER SHALL BE DE9.NED F. 71E S'EOFlC LOCATION AND SHOM ON THE WARMS. 9. ALL DUCTILE IRON FITTINGS SHALL BE TRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING OF BLOCKIM. VERTICAL TIE -DOWN BLOCKING (33 11 00-D132) NOT TO SCALE NOTES: 1. TRUST BLOCKING AREAS SHOWN ARE BASED ON: 1.1. 225 PSI TEST PRESSURE 1.2. 3,000 PSF HORIZONTAL CA LATERAL BEARING PRESSURE FOR ACCEPTABLE SOILS 1.3. M116NUN COVER CC 42' 1.4. A SAFETY FACTOR OF 1.5. 2. THE ENGINEER SHALL PRONDE A SEPARATE BLOCKING TABLE WHEN THE C0101TIONS D0 NOT MEET THE ABOVE ASSUMPTIONS. 3. 11E CONTRACTOR IS REWIRED TO PRONOE THRUST RESTRAINT BY MEANS OF THRUST BIOCKNG FOR ALL PPES. THIS I1EN SHALL BE CONSIDERED SUBSIDIARY TO 11E VARIOUS ITEMS BP. 4. ALL MJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER (LANDS. 5. CRADLES FOR WATER LINES LARGER THAN 24- SHALL BE DESIGNED FOR THE SPECIFIC LOCATION ANO SHOWN ON THE DRAWINGS. 6. ALL DUCTILE IRON FITTINGS SHALL BE WRAPPED IN POLYETHYLENE ENCASEMENT PRIOR TO PLACING CF BLOCKING. CONCRETE CRADLE (33 11 00-D131) ±, H NOT TO SCALE AUG. 2012 AUG. 2012 2012 Y2 -/Z FREESE AND NICHOLS NC. TEXAS REGISTERED ENGNEERNFA FIRM F•2144 m 011 Texas Deportment of Transportation m"north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LW •I NICHOLS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-9 SEQ. 18 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE YFII 12/14/2012 DISTRICT COUNT FT. WORTH TARRANT DESIGNED BY CHECKED BY I HIGHWAY NO IH-35W ABC 1 DGS J UY11C940rt WOr1N CSJIU41b UOT810e0. IC, L012 - U9121155 Maserl)e F I IONKut4 I WrolIngS\HIVLHSIUL UHU;V-UIL-UI-14PLU3.09n REV DATE BY DESCRIPTION MJ CONNECTION WITH ANCHOR TEE OR ANCHOR COUPLING FOR DUCTILE IRON OR PVC PIPE WATER MAIN 6" FIRE HYDRANT/ LEAD UNE (PVC OR DIP)//// RETAINER GLAND HORIZONTAL BLOCKING PER 33 11 00-D130 - BACKFlLL SAME AS WATER MAIN PER SECTION 33 05 10 OTHER SURFACE PAVEMENT OR l HORIZONTAL THRUST BLOCKING PER \ " 33 11 00-D130 WATER MAIN MJ ANCHOR TEE OR MJ ANCHOR COUPLING 6" MJ GATE VALVE -1 PER 33 12 20-0126 NOTE: 1. D0 NOT LOCATE FIRE HYDRANT IN SIDEWALK. 2. PROVIDE FOUR (4) FOOT CLEARANCE AROUND FIRE HYDRANT. 3. EXTENSION SECTIONS MAY BE USED AS REQUIRED AND INSTALLED AS PER MANUFACTURER'S INSTRUCTIONS. 4. FOR CONCRETE PRESSURE PIPE OR BURIED STEEL PIPE, PROVIDE AN ISOLATION KIT AND WAX PETROLATUM TAPE COATING PER SECTION 33 04 10 AND FLxMJ GATE VALVE. RETAINER GLAND ELEVATION VIEW EXISTING OR SIDEWALK PROPOSED CURB Ni NV fBOTTOM REST iii;l A7E:LP 9/ PAVEMENT OR OTHER SURFACE PLAN VIEW EXISTING OR PROPOSED CURB HORIZONTAL THRUST FIRE BLOCKING PER HYDRANT 33 11 00-0130 2'-6" FROM BACK OF CURB (MAX. 9') -18" MIN. 2" MIN. r6" MAX. /ter\//\�/ \ ,� SET FIRE HYDRANT PLUMB BREAKER RING W/BREAKER STEM 3'-6" MIN. — 7'-0" MAX. MINIMUM 0.3 C.Y. CRUSHED ROCK PROPORTIONALLY AROUND BASE. DO NOT COVER WEEP HOLE. HORIZONTAL BLOCKING PER 33 11 00-D130 6" FIRE HYDRANT LEAD CONCRETE REST UNE (PVC 0R DIP) 12"02"x6" SAND EMBEDMENT PER SECTION 33 05 10 RETAINER GLAND STANDARD FIRE HYDRANT )STRAIGHT) (33 12 40-D120) .1) NOT TO SCALE AUG. 2012 02MIDRETC TAR (ASPHALT) — 2•-0" CONCRETE COIJ AR (UNIMPROVED SURFACES) PAVED AREAS CONCRETE COLLAR 8" TYP. AYAVA THREE-PIECE VALVE BOX OR APPROVED EQUAL )6"x45' CHAMFER 2" SOUARE STOCK W/ 1" DIA. HOLE DRILLED THROUGH 8-114 BARS (TYP.) 31" CHAMFER (TYP.)_,/ FOR UNIMPROVED SURFACES ONLY INPAVFD ARFAS, 32" CHAMFER (TYP.) r 3" MIN. — 2'-0" -- CONCRETE CCU AR (REGI AIMED WATER - ALL LOCATIONS) IF VALVE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURFACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. .,j'%/`,ii`USE RETAINER GLANDS FOR VALVE RESTRAINT GATE VAI VF 1"0 SOLID / ROUND STOCK / 2" SQUARE STOCK W/ I" DIA. HOLE DRILLED THROUGH 2/2" SQUARE TUBING W/ Y4" THICK WALL VA14ES 1�T VALVE STFM FXTENSION NOTE: I. GATE VALVES SHALL BE RESIUENT SEATED. 2. PROVIDE 3" MIN. OF COVER OVER REINFORCEMENT IN ALL DIRECTIONS. 3. COLLARS SHALL BE 4,000 PSI CONCRETE PER SECTION 03 30 00. NOTE: 1. 1" ROUND SOLID BAR & 2" SQUARE PER ASTM A-108-81. SAE 1020, COLD DRAWN OR BETTER. 2. 2-Yz' SQUARE TUBING PER ASTM A-512-79, SAE 1020, COLD DRAWN OR BETTER. 3. ALL WELDS SHALL COMPLY WITH A.W.S. CODE FOR PROCEDURE, APPEARANCE AND QUAUTY OF WELDS. WATER DISTRIBUTION GATE VALVE & BOX (12" AND SMALLER) (33 12 20-D126) ±,, NOT TO SCALE AUG. 2012 FREESE AND WHO_ LS NC. TEXAS REGISTERED ENGNEERN8 FRY F-2144 © 01 1 F Texas Deportment of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRARN BY LIR1 DISTRICT FT. WORTH DESIGNED BY ABC r-1M NICHOLS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-10 SEQ. 19 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/14/2012 COUNT TARRANT CHECKED BY HIGHWAY NO DOS IH-35W Off,c8lort Worth CSJIU4Ib Uote.Uec. 12, 2012 - U5 24:44 AW9erlJe 1-1ld4l wtll\Urowln96'AIVLHSIUL UN\CV-UIL-AI-ITPLU4.09n -REV DATE BY DESCRIPTION LIFTING BOX 1. NOTES. TOP 01 1 BE PER OMI14000 UO ASSODLY 0ET.a5 AS E Fn DE ORANWI.. NRCAA55RT-N LCE AES CUPS fOR IMEE OATS WORE If COININ S OR OPUID R41FA PI.. USE OF CO.ASE GNEOAR PA. A 2-M01 W0 SIB UAT OE SWSTNRB. 4 00 PRE-C..7 .ITS .41 C ORV TO�ASTI CV. 03 b 6. UNLESS OTMIWSE POCAIEO N 1HE ORARNGS. 116 14141E5 SHALL BF D FOR 21.4103 9NLLER UNWARY SD. EKES AIO 5'0 1 Y . 1101. STALL BE U. 24' UP TO M' SURD. SNEER NES PRE -CAST I / CAST -IN -PI ACE • BANFILL0 MOUND YMl' AINA MAY PTR SECT. 35 05 10 ' , , S. fN 4'R 6'ION. fN S'R r MN FOR 4W E.. 1 .*ENT SOIL BE KRYCATWIM33 OS.0 W/�000110 40 1CN �E CMSED ROCK BELOW A g«E BASE D1P.10 PER 1KN b m I M C6/.AYWmG5r APPLY CORROSION RCN. r REC. (DP .1 PER SEODOX 13 31 60 /j' RIME UO SSD9.Y, RE .0110I EXIDNAL COAT. N ACCORDANCE Di2561150 D1R» STANDARD MANHOLE (33 39 10/20-D208) NOT TO SCALE AUG. 2012 HINGED COVER PLAN VIEW - FRAME AND COVER �I PROFILE VIEW - COVER OPENING "RAVE WIDTH PROFILE VIEW - FRAME CONCRETE COLLAR AS REQUIRED PER MANHOLE UO ASSEMBLY DETAILS COLLAR SHALL EXTEND AT LEAST 3" MN. BELOW MANHOLE TOP OUTSIDE DIAMETER SHALL BE GREATER THAN CA EQUAL TO OUT90E DIAMETER OF FRAME AND LESS THAN OR EQUAL TO OUTSIDE DIAMETER OF MANHOLE CONE OR TA. INSIDE DIAMETER SHALL BE EQUAL TO INSIDE DIAMETER OF FRAME PLAN VIEW - GRADE RINGS NOTES I. PROVIDE AMMO FRAME AND COVER MERE INDICATED N THE DRAWINGS AND ON DETAILS 2. LIDS SHALL BE INTEGRALLY MARKED INDICATND 'WATER', 'SANITARY SEWER', OR 'STORM GRAN' A5 DESIGNATED ALONG WTI FORT WORM LOGO PER SECTION 33 05 11 3 ALL HINGED FRAMES AND COVERS SHALL REOLARE A WATER-11GHT GASI(ET. 4. FOR WATER AND SANITARY SEWER. ALL TYPES OF FRAMES SHALL ALLOW MARMJM 30-INCH OPENING. UNLESS 01HER0SE SPECIFIED IN THE DRAWINGS. 5. FOR STORM DRAIN ALL TYPES OF FRAMES SHALL ALL071 A@1NUM 24-RCN DPEI1NG PER SECTION 33 05 11 UNLESS OTHERWISE WEENIE/ IN THE DRAWINGS. F UD IS N PAVEMENT, ORIENT HINGE TOWARD ONCOMING TRAFFIC FRAME IN TRAFFIC AREAS CRAZE RINGS SHALL BE CONCRETE. OTHER0SE HOPE DULL ALSO DE PFAMTTED MANHOLE OR VAULT -/ PER DRAWINGS WATER -TIGHT HINGED MANHOLE FRAME, COVER AND GRADE RINGS (33 05 13-D008) ±E NOT TO SCALE AUG. 2012 RAM-NEIL OR EQUIVALENT (YIP.) 2' 1 f (NA. NRWIAR CITY OF FORT 11CRTH pROPERIY STD CLEANCOT W/CAST UNE� IRON OR POLYETHYLENE CAP 4" COFICREIEN / !//'COLD JOINT REOUIRCOLOR COLD EO FOR NEW DEVELOPMENT, CAP RISER 1' BELOW GRADE (CAST IRON). MARK W/RED NNW TAPE 3- HIDE A 8" ABOVE GROUND RUDDER SLEEVE COUPLNC REQUIRED IF EXISTING SERVICE IS PRESENT. OTHERWISE PLUG ENO. 7.5' EXIST, OR 5VC PROP. SEWER r STMNLESS STEEL iI BOLTS rPOLYETHYLENE r STAINLESS STEEL DRIVEWAY PROPERTY UNE 6- MIN. 6- STANDARD PARKWAY ('/1T. EXTEND CONCRETE ENCASEMENT 6' MN. FROM 00111 ENDS Of 2-WAY CLEANOUT TEE r,5 1- 9 Da�CAST IRON 0-RING I �p� �� lCAST RCN p001*AN04 W/5 NO TN. MD POLYETHYLENE LD a UN -PAVED AREAS OAST IRON A ABOUT W/55 BETS AND CI LID FOR PAVED ARFAC SIDEWALK NOTES: 1. PIPE AND FITTINGS MUST BE SOR-35 OR SDR-26 PVC MATERIAL OR DUCTILE RON 111111 PROTECTIVE 401 COATING A5 INDICATED IN THE DRAWINGS. 2. PROVIDE RUBBER SLEEVE COUPLINGS 111111 STAINLESS STEEL DOUBLE -BAND REPAIR SLEEVES TO CONNECT TO EXISTING SERVICE. TIGHTEN SLEEVES TO THE TORQUE RECWUENDED BY THE MANUFACTURER. 3. USE 5-SACK, 3,000 PSI CONCRETE AROUND CLEANOUT ASSEMBLY. 4. SEWER SEANCE SHALL INCLUDE ALL APPURTENANCES FROM SERER LINN UP TO AND INCLUDING RUBBER SLEEVE COUPLING OR PLUG. 5. THE LONG DMENSION OF THE CONCRETE CLEANOUT COLLAR SHOULD BE PARALLEL TO THE STREET. SEWER SERVICE MATERIAL AS INDICATED IN DRAWINGS, SLOPE VARIES ACCEPTABLE HAC1(FILL PER SECTION 33 05 10 STANDARD TEE CRUSHED ROCA( EMBEDMENT PER SECDCN 33 05 10 CAST IRON CLEANOUT W/LJO AN0 CONCRETE COLLAR MUST EC EITHER COMPLETELY INSIDE OR OUTSDE OF 90EWALK PROPERTY l.E DRIVEWAY APPROACH SWEET CAST IRON DTARCOT ROOT )T/C151 R011 LID FOR PAVED 68E1.3. CURB k GUTTER SANITARY SEWER SERVICE (33 31 50-D214) NOT TO SCALE 2 YHA\.1 I 1 • \`/\ (TT9)! 1- ' A\K Y ISEPARATOR I ,' 1�/�R i\/\ (4) /A BARS CALLED ro Hum= COW 3' bl. BOAR R0PE•E2R 6 PLAN VIEW MVOTER r 6'YN. �NIIAR AUG. 2012 MORTM S 0E04 TO DE 1.14111 DIET WERE SPEEN. a. DE GRAVING. N UNIDON PIM NINOSEO 110 E 01 VAULT N DE SAYE OCA K.. 2. O1AY MT TOP YAN101ES 9011 BE 0!OR ANNFRO.0. BA/MOLES 6E1 NOT SWAGES x ALLOW. FALLGRACE WIGS ARE USED .PET IN AND S BE NO IE55 E. 2" DI10 000 T. 1101LL EXCEED T 1 TOTAL HEIGHT. NO u M DWI J TOTAL N,I2 WIGS 9115E 6E 1501021 4. ALL VEASI Cf MAMAS/VAULT ARE All SRN ASSEMBLY.6 YAM10E/V 3 8* EAT TOP SAIL ERFAD 6' LY1 ASOE NOEST ADJACOIT Y MANHIPPROLE I ATED WO SURFACE N MEMO GS 6. PNRO`IDE .FORCEUENT TWIG 7. ANWMA AR TO NHOLE. MO POSSIBLE. O AW TDAUE Y BE NRNNLY GIST LTD RAT TCf. PRODDED AIL OVER SPAOND RE1110RD.005 ARE VET. 6 WEN USFO. CDICREIE COLLARS 01A1144*1 1 BE 10 MOOS Of OSKAEIE RUT TOP. 9. 0.5001E W. BE RAISED OR RUSH 5 ROICAIED OR THE URAWVOS FA1rDCRAW AAO NJEA 11E NGSN 7.('� out \MAIYME 0 OF.. PIT0 YAMONE AT F. YANK E C O KY. s'YH BON OREGO NS S. � NOR 6 RAISED SECTION NEW ///'''CNOIEIE AVE 1D CO Ctl1AR PDGIFD . 1NE VO1 0A1AS MYG5 NWT FACE SMOOTH (AP.) 2 ROWS Y (cm..., DWI Uu410LE OR YAULF PER ORANNO5 FLUSH SECTION VIEW 70P-SOL I. WI. ACCEPTABLE BMNOXL OR 6' WI CSS N ¢SM AS REWIRED Y IRM.5 PER SECTOR 33 05 10 PVC MEANOUT WINO AND CONCRETE CLEAR MUST BE EITHER COILPLEIELY 0490E 0R OUTSIDE OF SIDEWAU( GUCURB hTTER 51REET PVC CLEANOOT BOOT W/POIFTHWFNF 110 FOR BON -PAYED AREAS MANHOLE LID ASSEMBLY - UNIMPROVED a` SURFACE (FLAT TOP) (33 05 13-D105) .J.: M NOT TO SCALE AUG. 2012 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 2011 Texas Deportment of Transportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texas STATE TEXAS DRAWN BY LW DISTRICT FT. WORTH DESIGNED BY ABC �� �NICHOLS FORT WORTH CITY OF FORT WORTH STANDARD DETAILS SHEET C-11 SEO. 20 OF 21 TECHNICAL OFFICE WORK ORDER N0. I DATE 12/12/2012 COUNTY TARRANT CHECKED BY I HIGHWAY NO DOS 1H-35W Oft IC9101113S CSJIU41b UOt0112V12V2U12 - 01134131 144 users irrr FI IPJIIXMtIIAUroWInps1HIVLN'SIUL UNAL:V-MIL-UI-IYPLUS.dgn -REV DATE BY DESCRIPTION 5' UTILITY MAINTENANCE AREA EX. 12" PVC F- WL (X-9371) REMOVE EXISTING PLUG ROW 7' 12" ROLLED 90' BEND (MJ) 12" ROLLED 90' BEND (MJ TO PE) - _ 2' -6" L24" STEEL CASING "-PROP. BOC --12" ROLLED 90' BEND (PE TO MJ) —CONCRETE BLOCKING (TYP) \\:12" MJ GV 2'-2" CONFLICT 33 n WEST CONNECTION NOT TO SCALE ROW 5' UTILITY MAINTENANCE AREA EX. FH TO BE REMOVED AND SALVAGED 8"x6" ANCHOR TEE EX. DOMESTIC ACCESS EX. MJ GV EX. 8" DI WL (X-14373) rTh 8" ROLLED 90' BEND (MJ) CONCRETE BLOCKING (TYP) I 1 i- 1 t 11 ' : 11 t i1 14- --1 ' "1- EX. 2" IRRIGATION METER CONFLICT 34 WEST CONNECTION NOT TO SCALE 8' _1 -3 6" MJ GV PROP. FH ASSEMBLY in ..__---PROPOSED STORM INLET (BY OTHERS) 20" STEEL CASING PROP. BOC 8" ROLLED 90' BEND (PE TO MJ) 24" STEEL CASING 20" STEEL CASING PROP. BOC 8" ROLLED 90' BEND (PE TO MJ) 10' PROP. BOC CONCRETE BLOCKING (TYP) 12" ROLLED 90' BEND (MJ) ROW 5' UTILITY MAINTENANCE AREA -12" MJ GV EX. 12" PVC WL 12" ROLLED 90' I BEND (MJ TO PE) r_:: 1'-6" CONFLICT 33 4I`1 EAST CONNECTION .J) NOT TO SCALE 8" ROLLED 90' BEND (MJ) CONCRETE BLOCKING (TYP) 8" MJ GV 1'-11" 12" ANCHOR TEE ROW 5' UTILITY MAINTENANCE AREA EX. 12" PVC WL 'I(X-9371) I 1 12"x8" ANCHOR TEE CONFLICT 34 EAST CONNECTION NOT TO SCALE NOTE: 1. ALL FITTINGS SHALL BE MECHANICALLY RESTRAINED. FREESE AND NICHOLS INC. IEKAS REGISTERED ENGINEERN6 FRU F-211K 2o1i 11.61 Texas Department of Tronsportation north tarrant express bluebonnet contractors, LLC Improving mobility in Texts EM MOLS FORT WORTH CONNECTION DETAILS SHEET C-12 SEQ. 21 OF 21 TECHNICAL OFFICE WORK ORDER NO. DATE 12/12/2012 STATE DISTRICT COUNT TEXAS FT. WORTH TARRANT DRAWN BY DESIGNED BY CHECKED BY HIGHWAY NO L1AI1 ABC DGS I IH-35W utr 1c91m IDs LSJ1041b Dotal 11711‘1U11 - U3111,01 PII Users Isr 1IIm1nut4iKUrwinos\NIYINSIUL UN SLY-uIL-UI-17PLub.dgn City of Fort Worth / 820-U-0506-0005 Riverside Conflicts Conflicts 1, 33, 34, 35, and 36-- 'Estimated Direct Costs for Bluebonnet Contractors, LLC 'Estimated Direct Costs for City of Fort Worth 'Estimated Indirect Costs for Bluebonnet Contractors, LLC 'Estimated Indirect Costs for City of Fort Worth (Total Estimated Relocation Cost Estimated amount to be reimbursed to Fort Worth: $ 1 1 1 $ i 607,840.00 I $ 188,430.00 $ $ 796,270.00 1 1 3311.0251 Furnish & Install 8" DIP Water 2 3311.0251 Backfill & Compact Trench 3 3305.1003 20" Bore with coated & Wrapped Steel Casing 4 3305.1003 Insertion Bore Pit (40' x 22' x 12') - Excavate & Haul Off 5 3305.1003 Tie -In Bore Pit (10 x 10' x 12') - Excavate & Haul Off 6 3305.1003 IBackfill & Compact Bore & Tie -In Pits 7 3305.2002 18" Water Carrier Pipe 8 3312.0103 'Connection to Existing 8" Water Main 9 3292.0400 'Seeding, Hydromulch 10 3312.3003 18" Gate Valve 11 3312.3002 16" Gate Valve 12 0241.1303 'Remove 8" Water Valve 13 0241.1203 18" Water Abandonment Plug 14 0241.1001 'Water Line Grouting 15 3304.0109 Trench Safety DIRECT COSTS: ENGINEERING/ESCALATION;CONT INGENCY CONFLICT TOTAL NTE Utlity relocation, Conflicts 1, 33, 34, 35 & 36 CSJ Engineering Associates, LLC pinion of Probable construction cost ESTIMATOR CHECKED BY December 11, 2012 ACCOUNT NO Bluebonnet Contractors, LLC DGS CSJ10416 BID ITEM FW ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL Conflict 1 (NTE Base Line Station 699+00 To 701+75 1 3311.0441 Furnish & Install 12" DIP Water 1 60 LF 2 3311.0441 Backfill & Com act Trench 3 3305.1004 24" Bore with �oated & Wrapped Steel Casing 4 3305.1004 Insertion Bore Pit140' x 22' x 12') - Excavate Haul Off 5 3305.1004 Tie -In Bore Pit (1 x 10' x 12') - Excavate & Haul Off 6 3305.1004 Backfill & Compact Bore & Tie -In Pits 7 3305.2004 12" Water Carrier Pipe 8 3312.3005 12" Gate Valve 9 3312.3005 Adjust 12" Gate Valve 10 1 3312.0105 l"Connection to Existing 12" Water Main 11 1 3292.0400 'Seeding, Hydromulch 12 1 3305.0109 I Trench'afety 13 I 3305.0109 'Mobilization & Demobilization DIRECT COSTS: ENGINEERING/ESCALATION:CONTINGENCY CONFLICT TOTAL 60 LF 135 LF 400 CY 50 CY 450 CY 140 LF 2 EA 2 EA 2 EA 57 LF 200 1 LF 1 I LS Conflict 33 (NTE Base Line Station 702+00 To 702+00) 1 3311.0441 Furnish & Install 12" DIP Water 2 3311.0441 Backfill & Compact Trench 3 3305.1004 24" Bore with Coated & Wrapped Steel Casing 4 3305.1004 Insertion Bore Pit J38' x 20' x 10') - Excavate A Haul Off 5 3305.1004 Tie -In Bore Pit (10' x 10' x 12') - Excavate & Haul Off 6 1 3305.1004 Backfill & Compact Bore & Tie -In Pits 7 1 3305.2004 12" Water Carrier Pipe 8 1 3312.0105 Connection to Existing 12" Water Main 9 3292.0400 Seeding, Hydromulch 10 0241.1001 Water Line Grouting 11 3312.3005 12" Gate Valve 12 0241.1304 Remove 12" Water Valve 13 0241.1204 12" Water Abandonment Plug 14 3305.0109 Trench Safet. DIRECT COSTS: 25 I LF 25 I LF 103 LF 320 CY 30 CY 350 CY 100 1 LF 2 1 EA 25 1 LF 8 CY 2 EA 2 EA 2 I EA 345 I LF $126.00 $45.00 $460.00 $50.00 $50.00 $45.00 $126.00 $2,600.00 $250.00 $4,500.00 $20.00 $10.00 $40,000.00 $7,560.00 $2,700.00 $62,100.00 $20,000.00 $2,500.00 $20,250.00 $17,640.00 $5,200.00 $500.00 $9,000.00 $1,140.00 $2,000.00 $40,000.00 $190,590 31%. S59.083 $126.00 $45.00 $460.00 $50.00 $50.00 $45.00 $126.00 $2,500.00 $20.00 $90.00 $2,600.00 $500.00 $250.00 $10.00 ENGINEERING/ESCALATION'CONTINGENCY 31 °ro CONFLICT TOTAL Conflict 34 (NTE Base Line Station 702+00 To 702+00) 25 LF 25 102 400 45 445 102 2 22 2 2 2 2 5 127 LF LF CY CY CY LF EA LF EA EA EA EA CY LF $110.00 $45.00 $400.00 $50.00 $50.00 $45.00 $110.00 $2,350.00 $20.00 $1,800.00 $1,600.00 $500.00 $500.00 $90.00 $10.00 $249,673 $3,150.00 $1,125.00 $47,380.00 $16,000.00 $1,500.00 $15,750.00 $12,600.00 $5,000.00 $500.00 $720.00 $5,200.00 $1,000.00 $500.00 $3,450.00 $113,880 S35,.303 $149,183 $2,750.00 $1,125.001 $40,800.001 $20,000.00 I $2,250.001 $20,025.001 $11,220.00 $4,700.00 $440.00 $3,600.00 $3,200.00 $1,000.00 $1,000.00 $450.00 $1,270.00 $113,830 31% S35,267 $149,120 Page 1 of 2 NTE Utlity relocation, Conflicts 1, 33, 34, 35 & 36 CSJ Engineering Associates, LLC Opinion of Probable construction cost December 11, 2012 ESTIMATOR Bluebonnet Contractors, LLC CHECKED BY DGS ACCOUNT NO CSJ10416 BID ITEM FW ITEM NO. 1 3331.4119 2 3331.4119 3 3305.3002 4 3305.1003 5 3339.1001 6 3292.0400 7 3305.0109 8 3305.0109 1 3331.4119 Furnish & Install 8" DIP Sewer Pipe 2 3331.4119 Backfill & Compact 8" DIP Sewer Pipe 3 3305.3002 8" Water Carrier Pipe 4 3305.1003 20" Bore with coated & Wrapped Steel Casing 5 3331.3105 4" Sewer Service, Private Relocation 6 3292.0400 'Seeding, Hydromulch 7 3305.0109 ITrenchafety 8 I 3339.1001 14' Manhole 9 I 3305.0109 Paving Repair DIRECT COSTS: DESCRIPTION QUANTITY UNIT UNIT PRICE Conflict 35 (NTE Base Line Station 699+00 To 701+75) Furnish & Install 8" DIP Sewer Pipe Backfill & Compact 8" DIP Sewer Pipe 8" Water Carrier Pipe 20" Bore with coated & Wrapped Steel Casing 4' Manhole Seeding, Hydromulch Trenchafety Paving Repair bIRECT COSTS: ENGINEERING/ESCALATION/CONTINGENCY CONFLICT TOTAL 351 LF 35 I LF 145 I LF 145 I LF 2 EA 40 LF 35 LF 2,930 I SF Conflict 36 (NTE Base Line Station 702+00 To 701+75) 20 20 110 110 25 17 20 I 1I 2,000 I TOTAL LF LF LF LF LF LF LF EA I SF I $75.00 $45.00 $75.00 $400.00 $5,100.00 $20.00 $10.00 $10.00 $2,625.00 $1,575.00 $10,875.00 $58,000.00 $10,200.00 $800.00 $350.001 $29,300.001 $113,725 31% S35.255 $75.00 $45.00 $75.00 $400.00 $825.00 $20.00 $10.00 $5,100.00 $10.00 ENGINEERING/ESCALATION/CONTINGENCY 31% CONFLICT TOTAL DIRECT COSTS: ENGINEERING/ESCALATION/CONTINGENCY CONFLICT TOTAL $148,980 $1,500.00 $900.00 $8,250.00 $44,000.00 $20,625.00 $340.001 $200.001 $16,000.00 ] $20,000.00 $75,815 S23,503 $99,318 $607,840 $188,430 $796,274 Page 2 of 2 Tbtuebonnet Contrnrtnrc f p Improving mobility in Texas Texas F epartmcnt ransportation � s e press SPECIFICATIONS PLEASE SEE FRONT POCKET OF ASSEMBLY 820-U-0506-0005 1hI t iPhnnnet contractors, LLC Irnpi ovinq mobility in Texas Texas Department of Transportation y express BOND INFORMATION TO BE INCLUDED LATER ONCE CONTRACTOR HAS BEEN SELECTED 820-U-0506-0005 Improving nubility in lexos Texas F partment ransportation .JG rri J elf exioressr U-48 STATEMENT OF WORK NOT APPLICABLE 820-U-0506-0005 Remainder Lol bR,Block 5 Fossil Creek, P11050 1,Section 2 Vol.388-1811Pg.41 I E 30 ••"••"•Iff•• • • MN • • IM QII• • ME • S8928'. 11287 SO.FT 1 1- OF,-.11 ri (ck CI(///1, 1 i1i,,,,:_-,1:1 L(I) i k,.1.11,,,Ild 1,11;llihir 1171.9,`;11,,(1171_, 1 • 1!) 4' . - .- ••• ... th (BEGIN b.‘ iNIREL 6i 8 SF#U'T r,IEND ADL (BEGIN AOL PARCEL 6) PARCEL 6) • P se L.Section Co iLaros3Rilrerekek5. A,5110e404 (END PARCEL `,7' LT , PD PARCEL 6 & 7 STA: 1219 231 C se4:285.8'vi tJ ELT) 22435 et-11 RDW.& ACCE55 DENIAL LINE tors 2R-IA & 2R-2ABlock 5 Fossil Creek, Phase 1.$ec1lon 2 Cot A Slide.11688 Lot2R-24 10' ILL. 55 SO% " • 15.06, 'END A& , N88'41'4rW PARCEL 71 • . " # S88'4r4rE' .1. 3.400 SO.FT. 1: /1 SA 1-' ii :[,VC: 1-1(1,111e,,,1 •.T. Cob.A.SlIde 11075 P.R.T.C.T. EXISTING I-820 RDA r8EGIN ADL PARCEL 8) Curve Radius Delta Length Chord Bearinc Distance 8025' C 7-1 4900.04' 00' 33' 42- (L1) 48133' S 88' 28' 27- E 48.03' 695.00 D. aDUMIt SURVEY END I/E' 41 Stole of Texas Doc' D206316133 n 0.P.R.T.C.T. ckel7 :I TXCY-TT RON ••••=•Ieldr••.11.• Slob 1-3 L'•••••' L7(D) — Li)/ 9 • r'u 0.40 I • f5 (END PARCEL STA- 701 248 MEG PARC .90 9Lt. 40/. /77/ PROPO ACCES 111 P.O.B. E„ \ 4 / EXISTING WATtR/ LIN se47.e• TO 8ABAND,ONED CONIFipICRTp:101,s'd.ED„ • fVDT 1 280 SO.FT. LIN S8 8'581V 2 4' W2- alb-- .1m•••••••11•111111 &XI5ING (END ADL EXISTING 'WASTE :IV kTER 0 BE ABANDOlicc ICONFLIC T 35 T) ED WASTE WATE5 toNFLItt 35N. C.) I V01.371,1, 11 f:•11 5 Yu 30 18 E PROPOSED E I-820 .1 • Mot lo soak) PARENT TRACT I PA.& ;•t, 1)//0/ I / 1.•(1.• . • 020 R.01,11. / l'n ' I h I • •• Writ. • —eigurpow-----.77 •• f• ir CURVE DATA 5totIon 7005.50 N • 699/258.20 F 2TvRiTnos Rodtus • 22.965B3 Length • 1,496.86 Deno • 113' 444.341.7.1 LF • .1111m,••••••••••= • • t CITY OF FORT WORTH TARRANT COUNTY 5' TESCO ESAIT Vo1.8829,P9.474 - 1 • LP EXISTING 1•829 R.08, r• " • LP `-P.0J3. Po PiaCknO 1LP LSIob lob .GL N88'52'O7'E 26.45' 787 S 50'ARCO ESAfT VoI.8558, Pa.2243 D.R.T.C.T. ID' UE.1Tlis Non Sign Slate of Texas Doc D205224302 0.P.R.T.C.T. Poved Por king (EN PARC (761 STA 699.9180 221.08' RT . —Doeursent-Numbef-DEVI 0.P.R.T.C.T. N464 I PROPVa O,SED041. ANI.& ACCESS 1AZ Porking STA, 7 .FT. .0 ' AT, EGIN ADt ARCEL i7e• Nortivrn Cross! Lol IO,Block 2 5' TESCO ESAU. P.R.T.C.T.neestsiob Cob.ASIlde 87yu Vo1.8829.Pg.414 LP &-00 ENTRY WA'L EASEMENT Vol.3E8-202,Po 69 P.R.T.C.T. Eth.<4 FAD EXIT IR \'ILE s p'ott ' •, TYPE I k YON 58" ME 970' ID I/2 66 IY/ 'PIC ,ECO KOCH' " ..*52•28VI 29.62' TESCO E rtt . i Vo1.8688,Pg. 3 r!: FNO 1.1 KD 2: 1 I L , CAP 'PAC ..,1 Ihi, ir •Mh i• P Ej. 17 t A.• rpg. 2.5 .31{ r. 1 LP • LP UTILITY BASE LINE State of Texas Vol.3790,PgJ72 DRY CT. 705.00 4JS -.tte8-401`48.-L-A-19 EXISTING ROW LP A.70 (,0 Vol.8558,Pg.2243 5,0" Arco Easement D.R.T.C.T. (VARIABLE R.O.W.) ests Retaining Won PAID 'X' Ih' CONC Got$*:,k1° UE Ms pial) 50' BUILDING LINE TXDOT Reservation f or FUTURE RAV (Th's plot) Se! A p 2 a LP * • LP ..411-€gedr 11151)475 871.39' ‘pCISTING**AltR 6Itic T8 pE ABANuottpthr Paved Parking % W T 33 ILION Sif4YW . LP • LP • LP • LFST A741. 201-91' RT PAROE w'2 W3ATeR LINE %"4,0, owner: 629 Pock Proper s VII,L 67s,, Document Num r D20 • t-r-- - ND PARCEL TU Eascrmn1Vol. FP LP PFOK . i _i ASTE WATER CCOLICT S 10' 131 & UE pia)) 5' P,51P.WATER ES1,11• a Ms plot) 75' UE PRrSED WATER LINE I CO gt CT 34 11--8CAPPED I/7 IR 1 r ••••••• Inlet Guard Posts LP 1.m.•••••••••••••••mk•• • (T Ns plat, Guor,c1 Posts .ta' • LP 6ob • , ..,•••••• 0 50 t, LP 100 150 SCALE IN FEET Poved Porking Inhel 50,87 73.479 ESD.FT. Slob 785.Pg.159 PK NO SO LP :rPROPOSED Pah& ACCESS AP,,N14,APE (BEGIN PARCEL AW5W4 6 • LP • •. •• LPON•M•11 1111,•••••=i• 111111M1•41•11aPyr T TA • LP Slob • • oil • .0 ki • • 5 #87 Slob , ADL PARCEL 9 Cross! Slide 5 STATE FEDERAL PROJECT NO. TEXAS C1OUNTY CONT. SECT. Joe Wm, No. 0008 14 093 Slob 29 TARRANT I•820 -bluebonnet contract^« Improving mobility in Texas 1 _ - . �1 � i rj �s , express - ( Texas F partment ransportation INSURANCE INFORMATION TO BE INCLUDED ONCE CONTRACTOR HAS BEEN SELECTED 820-U-0506-0005 °bluebonnet contractors, LLC Improving mobility in Texas ArTexas partmcnt ransportation LAL44 jiff:P.)0 ir • opLess rig4irriv TxDOT Abandonment Request Letter 820-U-0506-0005 FORT WORTH Attn: Mr. Donald C. Toner Jr. SR/WA From: Andrew T. Cronberg, PE Date: December 18, 2012 Subject: City of Ft. Worth Water Department Facility Abandonment Dear Mr. Toner, The City of Ft. Worth requests that portions of the water and sanitary sewer facilities that are not being removed according to the plan set be abandoned in place. During the utility adjustment the permanent vacated facilities to remain shall be capped and filled with a minimum of 100 psi grout. Abandoned facilities conflicting with roadway construction shall be removed by others during the construction and excavation stages. The facilities to be abandoned consist of two 12" and one 8" water lines, and two 8" sanitary sewer wastewater lines, NTE Conflicts 1, 33, 34, 35, and 36. • Conflict 1 o 12" Ductile Iron pipe approximately 28 years old (1984). o Currently active and in good working condition o Begin: N= 6991499.71, E= 2337119.51; End: N=6991505.37, E= 2337311.41 o Typical Offset from: PL= 40'; CL=238' The proposed abandonment is located at the intersection of the IH-820 west bound frontage road and N. Riverside Drive between NTE Utility BL STA 699+93 to STA 701+84. • Conflict 33 o 12" C-900 DR-14 PVC approximately 26 years old (1986). o Currently active and in good working condition. o Begin: N=6990916.85; E=2337150.65 END: N=6990910.07, E=2337268.64 o Typical Offset from: PL= 125'; CL=344' The proposed abandonment is located south of the intersection of the east bound IH-820 frontage road and N. Riverside Drive between NTE Utility BL STA 700+29 and STA 701+47. The abandonment location is not within TxDOT ROW. • Conflict 34 o 8" C-900 DR-14 PVC approximately 26 years old (1986). o Currently active and in good working condition. o Begin: N=6990739.68; E=2337130.21 END: N=6990723.29, E=2337243.50 o Typical Offset from: PL= 190'; CL=469' The proposed abandonment is located south of the intersection of the east bound IH-820 frontage road and N. Riverside Drive between NTE BL STA 700+10 and 701+24. The abandonment location is not within TxDOT ROW. WATER DEPARTMENT PLANNING AND BUSINESS SERVICES THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 •: � - Printed on recycled paper FORT WORTH • Conflict 35 o 8" SDR-35 PVC pipe approximately 23 years old (1989). o Currently active and in good working condition. o Begin: N=6991497.04, E=2337124.52; End: N=6991497.51, E=237308.02 o Typical Offset from PL=32'; CL=168' The proposed abandonment is located at the intersection of the IH-820 west bound frontage road and N. Riverside Drive between NTE Utility BL STA 699+97 to 701+81. • Conflict 36 o 8" SDR-35 PVC pipe approximately 2 years old (1986). o Currently active and in good working condition. o Begin: N=6990877.94, E=2337153.95; End: N=6990868.25, E=2337270.25 o Typical Offset from PL=32'; CL=167' The proposed abandonment is located south of the intersection of the east bound IH-820 frontage road and N. Riverside Drive between NTE BL STA 700+33 and 701+49. The abandonment location is not within TxDOT ROW. These abandonments shall not be construed as a change in ownership of the facilities. The City of Ft. Worth will be responsible for maintaining abandonment facility records, offset from property lines, coordinates, and the type, quantity, and size of abandoned material. The City of Ft. Worth certifies that this abandonment conforms with all requirements of rule 21.39 of the UAR and all current federal, state, and local laws and codes, or industry standards, whichever is more stringent. There is no known hazardous material associated with this proposed abandonment. Signed, (;� 27/(6YI Andrew T. Cronberg, PE Assistant Director Fort Worth Water Department Date WATER DEPARTMENT PLANNING AND BUSINESS SERVICES THE CITY Or FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 817-392-8240 * FAX 817-392-8195 .1 is Printed on recycled paper Attn: Mr. Donald C. Toner Jr. SR/WA From: Andy Cronberg, PE Date: December 12, 2012 Subject: City of Ft. Worth Water Facility Abandonment Dear Mr. Toner, The City of Ft. Worth requests that portions of the water facilities that are not being removed according to the plan set be abandoned in place. During the utility adjustment the permanent vacated facilities to remain shall be capped and filled with a minimum of 100 psi grout. Abandoned facilities conflicting with roadway construction shall be removed by others during the construction and excavation stages. The facilities to be abandoned consist of four (5) water lines, NTE Conflicts 1, 33, 35, and 35. • Conflicts 1 o 12" C-900 DR-14 PVC pipe approximately 20 years old o Currently active and in good working condition o Begin: N= 6991499.71, E= 2337119.51; End: N=6991505.37, E= 2337311.41 o Typical Offset from: PL= 40' ; CL=238' The proposed abandonment is located at the intersection of the IH-820 west bound frontage road and N. Riverside Drive between NTE Utility BL STA 699+93 to STA 701+84. • Conflict 33 o 12" C-900 DR-14 PVC approximately 20 years old. o Currently active and in good working condition. o Begin: N=6990916.85; E=2337150.65 END: N=6990910.07, E=2337268.64 o Typical Offset from: PL= 125'; CL=344' The proposed abandonment is located south of the intersection of the east bound IH-820 frontage road and N. Riverside Drive between NTE Utility BL STA 700+29 and STA 701+47. The abandonment location is not within TxDOT ROW. • Conflict 34 o 8" C-900 DR-14 PVC approximately 20 years old. o Currently active and in good working condition. o Begin: N=6990739.68; E=2337130.21 END: N=6990723.29, E=2337243.50 o Typical Offset from: PL= 190'; CL=469' The proposed abandonment is located south of the intersection of the east bound IH-820 frontage road and N. Riverside Drive between NTE BL STA 700+10 and 701+24. The abandonment location is not within TxDOT ROW. • Conflict 35 o 8" SDR-35 PVC pipe approximately 20 years old. o Currently active and in good working condition. o Begin: N=6991497.04, E=2337124.52; End: N=6991497.51, E=237308.02 o Typical Offset from PL=32'; CL=168' The proposed abandonment is located at the intersection of the IH-820 west bound frontage road and N. Riverside Drive between NTE Utility BL STA 699+97 to 701+81. • Conflict 36 o 6" SDR-35 PVC pipe approximately 20 years old. o Currently active and in good working condition. o Begin: N=6990877.94, E=2337153.95 ; End: N=6990868.25, E=2337270.25 o Typical Offset from PL=32'; CL=167' The proposed abandonment is located south of the intersection of the east bound IH-820 frontage road and N. Riverside Drive between NTE BL STA 700+33 and 701+49. The abandonment location is not within TxDOT ROW. These abandonments shall not be construed as a change in ownership of the facilities. The City of Ft. Worth will be responsible for maintaining abandonment facility records, offset from property lines, coordinates, and the type, quantity, and size of abandoned material. The City of Ft. Worth certifies that this abandonment conforms with all requirements of rule 21.39 of the UAR and all current federal, state, and local laws and codes, or industry standards, whichever is more stringent. There is no known hazardous material associated with this proposed abandonment. Signed, Andrew T. Cronberg, PE Assistant Director Fort Worth Water Department Date NTE-USO-UDC Rev. 9/2009 Page 1 of 1 Developer's Utility Manager Utility No Conflict Sign -Off Form Utility Manager: Scott Stockburger. PE Date plans received: December 12. 2012 Utility Company: City of Fort Worth Assembly "U" number: 1320-U-0506-0005 Type of Utilities: Water Distribution and Sanitary Sewer Date on Utility's plans: January 24. 2013 No. of sheets in Utility's plans: 21 Sheets I, Scott Stockburaer, PE the Utility Manager (UM) working on behalf of the Developer (NTEMP) certify that a review of the above referenced Utility plans concerning the proposed highway improvements on the NTE Proiect has been completed and have not identified any conflicts between the Utility's proposed relocation and any existing and/or proposed Utilities. The proposed Utility plans conform to Title 43, Texas Administrative Code, Section 21.31 — 21.56 of the Utility Accommodation Rules. ❑ Check box if there are any areas of concern and insert comments below: Print Name: (Utility Manager - UM) Srptt Stockblrger. PF Sign Name: (UM) Sign Name: (Develo Date: d2-B-O.1.3 Date: oS/ [ l is form must be completed/signed and included in each Utility Assembly submitted to the Texas Department of Transportation. NTE-USO-UDC Rev. 9/2009 Page 1 of 1 Developer's Utility Manager Utility No Conflict Sign -Off Form Utility Manager: Scott Stockhuroer. PE Date plans received: December 12. 2012 Utility Company: City of Fort Worth Assembly "U" number: 8204J-05Q6-0005 Type of Utilities: Water Distribution and Wastewater Date on Utility's plans: December 12. 2012 No. of sheets in Utility's plans: 18 Sheets I, Scott Stockburger, PE the Utility Manager (UM) working on behalf of the Developer (NTEMP) certify that a review of the above referenced Utility plans concerning the proposed highway improvements on the NTE Proiect has been completed and have not identified any conflicts between the Utility's proposed relocation and any existing and/or proposed Utilities. The proposed Utility plans conform to Title 43, Texas Administrative Code, Section 21.31 — 21.56 of the Utility Accommodation Rules. (— Check box if there are any areas of concern and insert comments below: Print Name: (Utility Manager - UM) Sign Name: (UM) Sign Name: (Developer) Scott StocJTburger, PE i ', r/ A0t_ Date: l V, Date: /.34014-- This form must be completed/signed and included in each Utility Assembly submitted to the Texas Department of Transportation. NTE-USO-UDC Rev. 9/2009 Page 1 of 1 Developer's Utility Design Coordinator Utility No Conflict Sign -Off Form Utility Design Coordinator: Date plans received: Utility Company: Assembly "U" number: Type of Utilities: Date on Utility's plans: No. of sheets in Utility's plans. H. Scott Colter. PE December 12, 2012 City of Fort Worth 820-U-0506-0005 Water Distribution and Sanitary Sewer January 24. 2013 21 Sheets I, the Utility Design Coordinator (UDC) on behalf of the Developer (NTE Mobility Partners) certify that a review of the above referenced Utility plans concerning the proposed highway improvements on the NTE has been completed and have not identified any conflicts between the Utility's proposed relocation and any design features. Design features include but are not limited to pavement structures, drainage facilities, bridges, retaining walls, traffic signals, illumination, signs, foundations, duct/conduit, ground boxes, erosion control facilities, water quality facilities and other Developer -Managed Utilities. Any design changes to the NTE roadway after the signing of this form will be coordinated through the Developer's Utility Manager and the affected Utility Owner. ❑ Check box if there are any areas of concern and insert comments below: Print Name: (UDC) H. Scott Colter, PE Utility Design Coordinator (UDC) Sign Name: (UDC) Utility Coordination Firm Name: iv a 1/,./Z CSJ Engineering Associates, LLC Date: 8-70/'3 This form must be completed/signed and included in each Utility Assembly submitted to the Texas Department of Transportation. NTE-12-5283. v.•� , NTE-USO-UDC Rev. 9/2009 Page 1 of 1 Developer's Utility Design Coordinator Utility No Conflict Sign -Off Form Utility Design Coordinator: Date plans received: Utility Company: Assembly "U" number: Type of Utilities: Date on Utility's plans: No. of sheets in Utility's plans. H. Scott Colter. PE December 12, 2012 City of Fort Worth 820-U-0506-0005 Water Distribution and Wastewater December 12. 2012 18 Sheets I, the Utility Design Coordinator (UDC) on behalf of the Developer (NTE Mobility Partners) certify that a review of the above referenced Utility plans concerning the proposed highway improvements on the NTE has been completed and have not identified any conflicts between the Utility's proposed relocation and any design features. Design features include but are not limited to pavement structures, drainage facilities, bridges, retaining walls, traffic signals, illumination, signs, foundations, duct/conduit, ground boxes, erosion control facilities, water quality facilities and other Developer -Managed Utilities. Any design changes to the NTE roadway after the signing of this form will be coordinated through the Developer's Utility Manager and the affected Utility Owner. ❑ Check box if there are any areas of concern and insert comments below: Print Name: (UDC) H. Scott Colter, PE Utility Design Coordinator (UDC) Sign Name: (UDC) Utility Coordination Firm Name: CSJ Engineering Associates, LLC Date: /Z -j This form must be completed/signed and included in each Utility Assembly submitted to the Texas Department of Transportation. bluebonnet contractor c Improving mobility in Texas .10 Adirdr. 1.)rjt tin El_rfLIfil 5 9pessj Arr Texas Department of Transportation PROPERTY AFFIDAVIT NOT APPLICABLE 820-U-0506-0005 f bluebonnet contractors, LLC Improving mobility in Texas --')F. Texas Department of Transportation -c J exp[ E TxDOT Utility Joint Use Acknowledgement 820-U-0506-0005 el Inin.p.ndkn Form ROW-U-JUAA-NTE Rev. 9/13/07 Replaces Forms D-15-24A and D-15-80A GSD-EPC Page 1 of 2 UTILITY JOINT USE ACKNOWLEDGEMENT REIMBURSABLE UTILITY ADJUSTMENT U-Number: 820-U-0506-0005 District: Forth Worth Highway: IH-820 County: Tarrant WHEREAS, the State of Texas, ("State"), acting by and through the Texas Department of Transportation ("TxDOT"), proposes to make certain highway improvements on that section of the above -indicated highway; and WHEREAS, City of Fort Worth, ("Utility"), proposes to adjust or relocate certain of its facilities, if applicable, and retain title to any property rights it may have on, along or across, and within or over such limits of the highway right of way as indicated by the location map attached hereto. NOW, THEREFORE, in consideration of the covenants and acknowledgements herein contained, the parties mutually agree as follows: It is agreed that joint usage for both highway and utility purposes will be made of the area within the highway right of way limits as such area is defined and to the extent indicated on the aforementioned plans or sketches. Nothing in this Acknowledgement shall serve to modify or extinguish any compensable property interest vested in the Utility within the above described area. If the facilities shown in the aforementioned plans need to be altered or modified or new facilities constructed to either accommodate the proposed highway improvements or as part of Utility's future proposed changes to its own facilities, Utility agrees to notify TxDOT at least 30 days prior thereto, and to furnish necessary plans showing location and type of construction, unless an emergency situation occurs and immediate action is required. If an emergency situation occurs and immediate action is required, Utility agrees to notify TxDOT promptly. If such alteration, modification or new construction is in conflict with the current highway or planned future highway improvements, or could endanger the traveling public using said highway, TxDOT shall have the right, after receipt of such notice, to prescribe such regulations as necessary for the protection of the highway facility and the traveling public using said highway. Such regulations shall not extend, however, to requiring the placement of intended overhead lines underground or the routing of any lines outside of the area of joint usage above described. If Utility's facilities are located along a controlled access highway, Utility agrees that ingress and egress for servicing its facilities will be limited to frontage roads where provided, nearby or adjacent public roads and streets, or trails along or near the highway right of way lines which only connect to an intersecting road. Entry may be made to the outer portion of the highway right of way from any one or all access points. Where supports, manholes or other appurtenances of the Utility's facilities are located in medians or interchange areas, access from the through -traffic roadways or ramps will be allowed by permit issued by the State to the Utility setting forth the conditions for policing and other controls to protect highway users. In an emergency situation, if the means of access or service operations as herein provided will not permit emergency repairs as required for the safety and welfare of the public, the Utility shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required repairs, provided TxDOT is notified immediately when such repairs are initiated and adequate provision is made by Utility for the convenience and safety of highway traffic. Except as expressly provided herein, the Utility's rights of access to the through -traffic roadways and/or ramps shall be subject to the same rules and regulations as apply to the general public. If Utility's facilities are located along a non -controlled access highway, the Utility's rights of ingress and egress `o the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general public. Initial Date Participation in actual costs incurred by the Utility for any future adjustment, removal or relocation of utility facilities required by highway construction shall be in accordance with applicable laws of the State of Texas. It is expressly understood that Utility conducts the new installation, adjustment, removal, and/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 Utility and the State, by execution of this Acknowledgement , do not waive or relinquish any right that they may have under the law. The signatories to this Acknowledgement warrant that each has the authority to enter into this Acknowledgement on behalf of the party represented. IN WITNESS WHEREOF, the parties hereto have affixed their signatures. Owner: City of Fort Worth Utility Name By: Printed Name: Title: Date: Authorized Signature S. Frank Crumb, P.E. Director, Water Department 1,1) 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: Title: Date: onald C. Toner Jr. S Director— Strategic Projects Right of Way Strategic Projects Division Texas Department of Transportation WK)I.AIN - /21/6/1t. Initial / Date a�i+wm arMvwrbn Form ROW-U-JUAA-NTE Rev. 9/13/07 Replaces Forms D-15-24A and D-15-80A GSD-EPC Page 1 of 2 UTILITY JOINT USE ACKNOWLEDGEMENT REIMBURSABLE UTILITY ADJUSTMENT U-Number: 820-U-0506-0005 District: Forth Worth Highway: IH-820 County: Tarrant WHEREAS, the State of Texas, ("State"), acting by and through the Texas Department of Transportation ("TxDOT"), proposes to make certain highway improvements on that section of the above -indicated highway; and WHEREAS, City of Fort Worth, ("Utility"), proposes to adjust or relocate certain of its facilities, if applicable, and retain title to any property rights it may have on, along or across, and within or over such limits of the highway right of way as indicated by the location map attached hereto. NOW, THEREFORE, in consideration of the covenants and acknowledgements herein contained, the parties mutually agree as follows: It is agreed that joint usage for both highway and utility purposes will be made of the area within the highway right of way limits as such area is defined and to the extent indicated on the aforementioned plans or sketches. Nothing in this Acknowledgement shall serve to modify or extinguish any compensable property interest vested in the Utility within the above described area. If the facilities shown in the aforementioned plans need to be altered or modified or new facilities constructed to either accommodate the proposed highway improvements or as part of Utility's future proposed changes to its own facilities, Utility agrees to notify TxDOT at least 30 days prior thereto, and to furnish necessary plans showing location and type of construction, unless an emergency situation occurs and immediate action is required. If an emergency situation occurs and immediate action is required, Utility agrees to notify TxDOT promptly. If such alteration, modification or new construction is in conflict with the current highway or planned future highway improvements, or could endanger the traveling public using said highway, TxDOT shall have the right, after receipt of such notice, to prescribe such regulations as necessary for the protection of the highway facility and the traveling public using said highway. Such regulations shall not extend, however, to requiring the placement of intended overhead lines underground or the routing of any lines outside of the area of joint usage above described. If Utility's facilities are located along a controlled access highway, Utility agrees that ingress and egress for servicing its facilities will be limited to frontage roads where provided, nearby or adjacent public roads and streets, or trails along or near the highway right of way lines which only connect to an intersecting road. Entry may be made to the outer portion of the highway right of way from any one or all access points. Where supports, manholes or other appurtenances of the Utility's facilities are located in medians or interchange areas, access from the through -traffic roadways or ramps will be allowed by permit issued by the State to the Utility setting forth the conditions for policing and other controls to protect highway users. In an emergency situation, if the means of access or service operations as herein provided will not permit emergency repairs as required for the safety and welfare of the public, the Utility shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required repairs, provided TxDOT is notified immediately when such repairs are initiated and adequate provision is made by Utility for the convenience and safety of highway traffic. Except as expressly provided herein, the Utility's rights of access to the through -traffic roadways and/or ramps shall be subject to the same rules and regulations as apply to the general public. If Utility's facilities are located along a non -controlled access highway, the Utility's rights of ingress and egress to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general public. ,t1 //1/Z) Z/. Initial Date Participation in actual costs incurred by the Utility for any future adjustment, removal or relocation of utility facilities required by highway construction shall be in accordance with applicable laws of the State of Texas. It is expressly understood that Utility conducts the new installation, adjustment, removal, and/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 Utility and the State, by execution of this Acknowledgement , do not waive or relinquish any right that they may have under the law. The signatories to this Acknowledgement warrant that each has the authority to enter into this Acknowledgement on behalf of the party represented. IN WITNESS WHEREOF, the parties hereto have affixed their signatures. Owner: City of Fort Worth Utility Name By: Printed Name: Title: Date: Authorized Signature S. Frank Crumb, P.E. Director, Water Department 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: Donald C. Toner Jr. SR/WA Title: Director — Strategic Projects Right of Way Strategic Projects Division Texas Department of Transportation Date: Initial D of Tnnsporfal. Form ROW-U-JUAA-NTE Rev. 9/13/07 Replaces Forms D-15-24A and D-15-80A GSD-EPC Page 1 of 2 UTILITY JOINT USE ACKNOWLEDGEMENT REIMBURSABLE UTILITY ADJUSTMENT U-Number: 820-U-0506-0005 District: Forth Worth Highway: IH-820 County: Tarrant WHEREAS, the State of Texas, ("State"), acting by and through the Texas Department of Transportation ("TxDOT"), proposes to make certain highway improvements on that section of the above -indicated highway; and WHEREAS, City of Fort Worth, ("Utility"), proposes to adjust or relocate certain of its facilities, if applicable, and retain title to any property rights it may have on, along or across, and within or over such limits of the highway right of way as indicated by the location map attached hereto. NOW, THEREFORE, in consideration of the covenants and acknowledgements herein contained, the parties mutually agree as follows: It is agreed that joint usage for both highway and utility purposes will be made of the area within the highway right of way limits as such area is defined and to the extent indicated on the aforementioned plans or sketches. Nothing in this Acknowledgement shall serve to modify or extinguish any compensable property interest vested in the Utility within the above described area. If the facilities shown in the aforementioned plans need to be altered or modified or new facilities constructed to either accommodate the proposed highway improvements or as part of Utility's future proposed changes to its own facilities, Utility agrees to notify TxDOT at least 30 days prior thereto, and to furnish necessary plans showing location and type of construction, unless an emergency situation occurs and immediate action is required. If an emergency situation occurs and immediate action is required, Utility agrees to notify TxDOT promptly. If such alteration, modification or new construction is in conflict with the current highway or planned future highway improvements, or could endanger the traveling public using said highway, TxDOT shall have the right, after receipt of such notice, to prescribe such regulations as necessary for the protection of the highway facility and the traveling public using said highway. Such regulations shall not extend, however, to requiring the placement of intended overhead lines underground or the routing of any lines outside of the area of joint usage above described. If Utility's facilities are located along a controlled access highway, Utility agrees that ingress and egress for servicing its facilities will be limited to frontage roads where provided, nearby or adjacent public roads and streets, or trails along or near the highway right of way lines which only connect to an intersecting road. Entry may be made to the outer portion of the highway right of way from any one or all access points. Where supports, manholes or other appurtenances of the Utility's facilities are located in medians or interchange areas, access from the through -traffic roadways or ramps will be allowed by permit issued by the State to the Utility setting forth the conditions for policing and other controls to protect highway users. In an emergency situation, if the means of access or service operations as herein provided will not permit emergency repairs as required for the safety and welfare of the public, the Utility shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required repairs, provided TxDOT is notified immediately when such repairs are initiated and adequate provision is made by Utility for the convenience and safety of highway traffic. Except as expressly provided herein, the Utility's rights of access to the through -traffic roadways and/or ramps shall be subject to the same rules and regulations as apply to the general public. If Utility's facilities are located along a non -controlled access highway, the Utility's rights of ingress and egress to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general public. Initial Date Participation in actual costs incurred by the Utility for any future adjustment, removal or relocation of utility facilities required by highway construction shall be in accordance with applicable laws of the State of Texas. It is expressly understood that Utility conducts the new installation, adjustment, removal, and/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 Utility and the State, by execution of this Acknowledgement , do not waive or relinquish any right that they may have under the law. The signatories to this Acknowledgement warrant that each has the authority to enter into this Acknowledgement on behalf of the party represented. IN WITNESS WHEREOF, the parties hereto have affixed their signatures. Owner: City of Fort Worth Utility Name By: Printed Name: Title: Date: Authorized Signature S. Frank Crumb, P.E. Director, Water Department 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: Donald C. Toner Jr. SR/WA Title: Director — Strategic Projects Right of Way Strategic Projects Division Texas Department of Transportation Date: Initial Date Texas Department of Transportation DEWITT C. GREER STATE HIGHWAY BLDG. • 125 E. 11TH STREET • AUSTIN. TEXAS 78701-2483 • (512) 463.8585 July 14, 2011 COUNTY: Tarrant PROJECT: North Tarrant Expressway CSJ/LIMITS: 0008-14-093 IH 820, From West of IH 35W to SH 26 0364-01-119 SH 121, From IH 820 in Hurst to SH 183 in Bedford 0364-05-038 SH 183, From SH 121 in Bedford to FM 157 Ms. Befell Marcos Chief Executive Officer NTE Mobility Partners, LLC 9001 W. Airport Freeway Suite 600 North Richland Hills, TX 76180 RE: NTE Alternate Procedure (AP) — FHWA Approval Dear Ms. Marcos: The Texas Department of Transportation (TxDOT) has received authorization from the Federal Highway Administration (FHWA) to proceed with the revised Alternate Procedure (AP) list for utility agreements on the North Tarrant Expressway. The revised AP list was recently sent by your office to TxDOT for approval. Attached, please find the approved list approved by the FHWA on June 30, 2011. If you have any questions or require additional information, please feel free to contact me at (512) 531-5904. Sicerely �~ J Donald C. Toner, Jr., SR/WA Director — Turnpike Right of Way Texas Turnpike Authority Division Attachment cc: Randy Redmond, P.E., DFW CDA Program Manager, TxDOT Theresa Lopez, NTE Project Manager, TxDOT Keith Sliger, TxDOT Jeremy Tyson, TxDOT Robert Bums, P.E., CH2M Hill Elizabeth T. Norris, Atkins REDUCE CONGESTION • ENHANCE SAFETY EXPAND ECONOMIC OPPORTUNITY *IMPROVE AIR QUALITY PRESERVE THE VALUE OF TRANSPORTATION ASSETS An Equal Opporh,nity Employer J Alternate Procedure Request Revised 2011/06/13 NORTH TARRANT EXPRESS - CONCESSION CDA (H-820 & IH.35W Hiphwa}(� 0008- 8, 0008-14-059 SJ _ 14-05 From IH•35W to SH-25 pTIL1 y OWNER 4gTFR & SEWER SERVICES 1 City of Fort Worth 2 City of Haltom CIty 3 City of North Richland Hills 4 WATAUGA WATER SUPPLY 5 TRINITY RIVER AUTHORITY OIL & GAS Atmos Energy s ROW CSJ _ 0008-4.093. ALTERNg7E PRiJCEDURE l.ISj Smiting I, IH-820 7 Arnett Gathering Texas Midstream Gas Services/ Chesapeake 8 Enemy 21 22 Qwest Communications EIsCTBLC s Crosstex Enernv 10 Explorer Pipeline / previously CITGO ii Sunoco 12 fEnterprise Texas Pipeline COMMUNICATIONS Above Net / previously MFN COMMUNICATIONS (Metropolitan Fiber is Network) 14 AT&T 16 Charter Communications Time Wamer Cable/ previously Comcast is Communications 17 North Richland Hills ISO 18 Level 3 (Ind Rroadwin,p, Looldng Glass & 1e Sprint time Werner Telecom / previously ESPIRE 20 COMMUNICATIONS Verson Business 23 ONCOR Distribution/ TXU 24 ONCOR Transmission/ TXU TAL ESTIMATED RELOCATION COST Approximate Location tillon/Station to Station 663+00 - 731+00, 588+00 - 670+00 731+00-847+00 847+00-1045+00 841+20 & 841+60 847+00 - 1045+00 580+06.650+00, 700+00-955+00 680+00, 681+00 - 959+00 600+00 - 955+00, 580+00 - 630+00 580+00 - 618+00.665+00.700+00 1663+00 - 926+00 Angle crossing 955+00 1701+60, 700+00- 723+00 663+00 - 1100+00 701+00-1200+00, 925+00 (( 1863+00.1100+00 846+90,902+00-914+00 T 701+60, 700+00 - 723+00, 796+50 632+00 - 836+00, 847+00 725+00 - 811+00, 925+00 832+00-835+00,847+00 1663+00 - 967+50, 588 - 870+00 1678+00 - 890+00 • ESTIMATED COST FOR RELOt ATIONS+'` 100 % of Relocatjgq Cost Note: Some UtiIities may have be n bough out y ocher hies. In iheie cases uve have McTtoFalcate—tits new erid preWous wnershlp to establish the order of succession for informational purposes only. i Alternate Procedure Request Revised 2011/06/13 NORTH TARRANT EXPRESS - CONCESSION CDA Highway CCSJ 1 ROW CSJ _ 0304.01-054 _0304-01-119 From SH-121 to Bedford 1 S in Bedford SH-121:—_.._d6 .— _ -- t to FM-157 ,- r36445.025 From to SH-1E ALTERNATE PROC U E LIST' Segment 3: 0 8 J121 IUTII.Ty O AWNER WATER & SEWER SERVICES 1 City of Bedford 2 City of Euless 3 City of Hurst 4 TRINITY RIVER AUTHORITY 6 City of North Richland Hills Location Station/Stat1orkto Station 11128+00 to 1279+00 11275+00-1325+00 1045+00-1127+00 1010+00.1295+50 1967+00 - 1045+00 OIL&GAS S 6 Atmos Energy 955+00 -1325+00 7 Explorer Pipeline / previously CITGO 960+00-1325+00 'COMMUNICATIONS 1 a AT&T 957+00-1325+00 e Charter Communications 967+00-1200+00 Time Warner Cable/ previously Comcast io Communications , 955+00-1325400 11 FlberLtuht (Previously ACSi) 1000+00-1325+00 12 TW Telecom of Texas 13 erizonLECTRlc 1281+00 to 1331+00 EI 14 IONCOR Distribution/ TXU '967+50 1325+00 'TOTAL ESTIMATED RELOCATION COST _ Gland Total -- Note 1c Some Utilities may have been bought out by other entitles. In these case we have tried to indicate the ikrevious ownership to establish the orgpr of succession la In o m at' pna► what's O. Note 2: Estimated costs shown are only tor —the "Portion of a relocation costs which aro theresponsibiiity of the eveloper/Design-Build Contractor according to the CDA, Estimated Costs do not Include the portion of the costs which are e responsibility of the Utility Owners. 50% of ESTIMATED COST of Relocation (100% where applicable Easements exist) FOaRELQCATIO_NS* )bluebonnet contractors, LLC Improving mobility in Texas ' 71 . aa - ri 1' 1 1V. . .‘p-_----- ntin c�1','rlfs� ir �`, express '` a a 40 is AL, Texas JIM AP- * Department o1 Transportation CONFLICT 31 BBC OPINION REGARDING ADJUSTMENT 820-U-0506-0005 bluebonnet contractors, LLC Improving mobility in Texas CONFLICT 31— CITY OF FORT WORTH 8" WATER LINE 1. Waterlines existing position VS proposed bent position/fill area At this location, the current roadway design dictates that Riverside Drive be constructed at CL elevation 626.67 (16" higher than existing), 624.60 for NB Aux lane (no change), and 624.80 for the SB Aux lane (3" higher than existing). This will require a minimal amount of fill to achieve the necessary grade in the area. The additional stresses are negligible (less than 2' of fill), and will not compromise the integrity of the existing water line. 2. Waterlines existing position VS proposed drainage The existing drainage will be improved along Riverside Drive by adding a 24" storm sewer parallel to the existing 54" drain line to be installed in the center of the roadway. The proposed 24" will be installed approximately 25" above the existing water line, exceeding the 12" required by the UAR and 24" requested by the City. 3. E I • =620 03 {---�- 6 0 6 0 • NM ME Ell Ell ■ ■■ ■■ ■■ ■i ■i ■i ii ■ i■ C■ u ■■ ■■ ■■ ME ■■ ill■ ■IE ■ _— i■ 1• _ ■ _■ -RAN a� SA .i3' 5713 N 1 ■ f2° 1l1'T R LIE MEMO I ■■1■! TSB^:■ :: :: `' • :n ■I 11 ■ rt RI / arc7•b3 1 1 1 8 6 3. Waterlines existing position VS proposed pavement structure M 1m01OwbN of I mmt.nm ..sf—norrthtanant bluebonnetcontractors: LLC yn.'G•�..h� IHM cMiy[1Qj5SEQ�(j�M�jl K,l`SQ�f!•� UTILITYE d1iCLICi • ), No conflict is anticipated between the existing waterline and the proposed pavement structure. The pavement will be scarified and the subgrade will be reconstructed to provide a 35" pavement section. The TxDOT Utility Accommodation Rules require a minimum 18" of cover from the top of the water line to the bottom of the subgrade. At this location, the top of the water line is 22" below the pavement's subgrade and is UAR compliant. December 19, 2012 Improving mobility in Texas RIVERSIDE PROJECT — CITY OF FORT WORTH UTILITIES — CONFLICT 31 ANALYSIS MEMO During the meeting held between TxDOT, the City of Fort Worth, NTEMP, and Bluebonnet Contractors, LLC on October 23, 2012, the City expressed their desire to relocate Conflicts 1, 33, 34, 35, & 36. It was determined that conflict 31 could remain in place with the conditions presented during the meeting. However, the City has requested further investigation. At this time, Conflict 31 has been further analyzed with the latest test holes and final roadway design. This analysis reflects that the conditions presented in the meeting are still accurate and there Conflict 31 can remain in place in its current configuration. Please find a key map below with the labeling and location of the different conflicts that have been identified. Based on the information provided, along with the attached documentation, all parties are in agreement Conflict 31 is not in conflict with the proposed construction, and therefore will not be relocated. December 19, 2012 650 640 630 620 6'10 REJ-V_ - U___ IG�RS PRI 2 .22. 3 7.3�_._ eta. 103+%`�O0 -Sta. +.. 7 2. 00% WQD o Nttr 2.9C% 2.80; 14 ' INATE-R--L-DE— EL=620, 03 I 600 EL = 61-9 a 3-3 24 "R FL-6 2.00% IREV SHT DATE BY DESCRIPTION 6S0 6LI0 630 -2 C" -ES BASE L 619. S 3 EEP 620 610 X[ST1'NG i— 17 600 ©2012 Texos Deportment of Tronsportotion north tarrant express bluebonnet contractors, LLC Improving mobility in Texas F-13499 NTE SEGMENT WEST CROSS SECTION RIVERSIDE DRIVE PRELIMINARY UTILITY CONFLICT - 31 TECHNICAL OFFICE WORK ORDER NO. COUNTY STATE TARRANT TEXAS DRAWN BY HORIZ. SCALE VERT. SCALE z 0 Q CC 1-1 co 0 0 DATE 2-18-2012