Loading...
HomeMy WebLinkAbout23-1272ORDiNANCE NO. 23-1272 AN ORDINANCE APPROVING A WATER AND WASTEWATER UTILITY RELOCATION STANDARD UTILITY AGREEMENT (“AGREEMENT”) BY AND BETWEEN THE CITY OFDENTON (“CITY”) AND THE TEXAS DEPARTMENT OF TRANSPORTATION (“TXDOT”),FOR THE REIMBURSEMENT OF ELIGIBLE COSTS INCURRED IN THE ADJUSTMENT,REMOVAL. AND RELOCATION OF CITY FACILITIES OF BOTH WATER ANDWASTEWATER UTILITIES ALONG 1-35E FROM US 380/UNIVERSITY TO MILAM ROAD (“ UTILITY RELOCATIONS PROJECT (TXDOT CSJ# 0195-02-074), WITHIN THE COUNTYAND CITY OF DENTON, TEXAS; AUTHORIZING THE CITY MANAGER, OR DESIGNEE,TO EXECUTE AND DELIVER THE AGREEMENT; PROVIDING FOR THE EXPENDITUREOF FUNDS IN AN AMOUNT NOT TO EXCEED $8,071,662.47 FOR WATER ANDWASTEWATER UTILITY RELOCATION EFFORTS; AND PROVIDING AN EFFECTIVEDATE WHEREAS, the TxDOT has deemed it necessary to make certain highway improvements as designated by the State and approved by the Federal Highway Administration within the limits of the highway as indicated for the 1-35 E From US 380 to Milam Road Utility Relocation Project(“Utility Relocation Project”); WHEREAS, TxDOT has expanded their right-of-way through the 1-35E corridor within the Denton city limits in anticipation of the TxDOT’s 1-35E Widening project with a current project letting schedule of September 2023; and WHEREAS, the proposed Utility Relocation Project will necessitate the adjustment, removal, and/or relocation of certain facilities of the City as indicated in the following statement ofwork: 1)CS J 074 Water Line: Install approximately 12,643 LF of 20” HDPE, 279 LF of 12” PVC, longitudinal to IH35 from IH35 Sta 2230+71 to IH35 Sta 2360+33. Install approximately 1,142 LF of 30" steel casing, longitudinal to IH35 with two Crossings of Barthold Rd and Hwy 77 at 1-35 ML Sta 2237+09 and Sta 2230+71. Approximately 14,3 13 LF of 16”,919 LF of 12”. 188 LF of 8”. and 50 LF of 6”, water line in easement that is in conflict with right-of-way expansion and pavement is to be abandoned. CS J 074 Wastewater: abandon 12,214 LF of 4” wastewater in conflict with pavement & right- of-way; and 2) WHEREAS, the City of Denton is responsible for relocating the City’s utilities currently located within the recently acquired TxDOT right-of-way; and WHEREAS, in an effort to meet TxDOT’s anticipated roadway construction schedule, the City’s Utility Relocation Project will relocate both water and wastewater utilities out of TxDOT’s recently expanded right-of-way between US-380 and Milam Rd; and WHEREAS, the TxDOT will participate in the costs of the adjustment, removal, and relocation of certain facilities to the extent as may be eligible for State and/or Federal participation;and WHEREAS, TxDOT, upon receipt of evidence it deems sufficient, acknowledges the City’s interest in certain lands and facilities that entitle it to reimbursement for the adjustment, removal, and relocation of certain of its facilities located upon the lands as indicated in the statement of work;and WHEREAS, TxDOT will, upon satisfactory completion of the adjustment, removal, and/or relocation and upon receipt of final billing prepared in an approved form and manner and accounting for any intermediate payments, make payment in the amount of 90 percent (90%) of the eligible costs as shown in the final billing prior to audit and after such audit shall make an additional final payment totaling the reimbursement amount found eligible for State reimbursement. WHEREAS, the City Council having considered the importance of the project to the citizens of Denton and finding that it is in the public's health and safety interest, is of the opinion that itshould approve the Agreements; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The recitals contained in the preamble of this ordinance are hereby incorporated into the body of this ordinance are true and correct. SECTION 2. The City Manager, or designee, is authorized to expend funs in the amount of expenditure of funds in the amount of Eight Million, Seventy-one Thousand, Six Hundred Sixty-two and 47/100 Dollars ($8,071,662.47) for the 1-35 E From US 380 to Milam Road Utility Relocation Project in the City and County of Denton. SECTION 3. The City Manager, or designee, is hereby authorized to execute on behalf of the City the Water and Wastewater Standard Utility Agreement No. U00017637, a copy of which is attached hereto as Exhibits " A" and made a part hereof for all purposes. SECTION 4. The City Manager, or designee, is further authorized to carry out all obligations and duties of the City as set forth in the Agreement, including but not limited to the expenditure of funds. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. [Signatures to appear on the following page] S e C O n d eUy 1r1n1g=S=F P rava S C# 2InI VV a S 1r1:E V]: e :r d in an C : twas passed id the following vote U - in : and approved by Aye V/ V V/ \/ V/ L/ Nay Abstain Absent Gerard Hudspeth, Mayor: Vicki Byrd, District 1 : Brian Beck, District 2: Paul Meltzer, District 3 : Joe Holland, District 4: Brandon Chase McGee, At Large Place 5 : Chris Watts, At Large Place 6:y/ e-Hq PASSED AND APPROVED this the #day of V e 2023 M ATTEST: JESUS SAL L\\\\1111111 ITY SECRETARY APPROVED AS TO LEGAL FORM MACK REINWAND, CITY ATTORNEY a51 1pFII/rIrMM ArT :ib •v1FFJ w f :5BIr B#:IS;By: 4777 US HIGHWAY 80 EAST, MESQUITE, TX 75150-6643 | 214.320.6100 | WWW.TXDOT.GOV OUR VALUES: People • Accountability • Trust • Honesty OUR MISSION: Connecting You With Texas An Equal Opportunity Employer July 28, 2023 Mr. Sarah Hensley, City Manager City of Denton 1659 Spencer Rd. Denton, TX 76205 RE: Approved Standard Utility Agreement – Utility ID U00017637 City of Denton IH 35 Project from: US 77 North of Denton to: Cooke County Line RCSJ: 0195-02-079 / CCSJ: 0195-02-074 Federal Project Number: NH 2020 (576) Denton County Dear Ms. Hensley, The Texas Department of Transportation is pleased to forward a fully executed copy of the approved Standard Utility Agreement for the above referenced utility relocation project. The Agreement assembly consists of the following: 1.Standard Utility Agreement (Form ROW-U-35) 2.Plans, Specifications, and Estimated Costs (Attachment “A”) 3.Accounting Method (Attachment “B”) 4.Schedule of Work (Attachment “C”) 5.Statement Covering Contract Work (Attachment “D”) 6.Utility Joint Use Agreement/Utility Installation Review (Form ROW-U-JUA) (Attachment “E”) 7.Eligibility Ratio (Attachment “F”) 8.Betterment Calculation and Estimate (Attachment “G”) 9.Proof of Property Interest (Attachment “H”) Also attached are the specifications for utility construction including: General Utility Installations, Water and Sanitary Sewer Lines, Trench Excavation and Pit Location, Construction of Highway Crossing by Bore, Construction of Highway Crossing by Tunnel, Backfill Specifications, "Buy America" guidelines, and a copy of Form 1818. Planned construction on the above project requires that utilities, "In Conflict", be relocated or adjusted. This utility adjustment consists of relocating approximately 12,643 LF of 20” HDPE, 279 LF of 12” PVC, longitudinal to IH 35 from IH 35 STA 2230+71 to IH 35 STA 2360+33; 1,142 LF of 30” steel casing, longitudinal to IH 35 with two crossings of Barthold Road and Highway 77 at IH 35 STA 2237+09 and STA 2230+71. This project includes 12,214 LF of 4” wastewater to be abandoned, in addition to 14,313 LF of 16”, 919 LF of 12”, 188 LF 8”, and 50 LF of 5” water line to be abandoned in an easement that is in conflict with the ROW expansion and pavement. Facilities will be uniformly aligned and installed in accordance with the Utility Accommodation Rules. The City of Denton has submitted a calculated total estimated cost for this adjustment of $8,071,662.47. The replacement is all in kind with no betterment dollar value. There is no elective betterment or declared salvage credit associated with this plan of adjustment. DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 2 OUR VALUES: People • Accountability • Trust • Honesty OUR MISSION: Connecting You With Texas An Equal Opportunity Employer This adjustment is eligible for state cost participation in accordance with the provisions of 23 CFR 645 A. The eligibility ratio is 100% of eligible costs for the relocation of Utilities on Federal Aid Interstate projects. Based upon linear footage of the existing facilities, in private easement, an eligibility ratio of 100% has been established (see Attachment “F” for calculations). “Buy America" items have been identified within this agreement. All quantities in the estimate portion of the agreement are preliminary. Final quantities and participation will be based on the costs of actual work performed. Subject to Texas Transportation Code Section 203.094, TxDOT may reduce reimbursement to the utility by 10 percent for each 30-day period or portion of a 30-day period by which the relocation exceeds the limit specified in the agreement. Billing submittals to TxDOT must have a cover letter that includes the following information to facilitate expeditious processing of payments due: 1. Highway Name – RCSJ 0195-02-079 – City of Denton (ROWIS U# NA/Utility ID U00017637) 2. Starting and Ending Dates of Construction 3. If applicable, “Buy America” Certification must be notarized and submitted on Material Statement (Form 1818). 4. The Street Address where all records pertaining to this job can be accessed for audit. These records must be maintained for a 3-year minimum from the date of completion. 5. The Utility’s 11 Digit Texas Taxpayer Number and 3 Digit Mail Code 6. If applicable, a copy of all Bid Tabulations received. 7. Final or partial invoices must include a detailed itemized billing submittal consistent with the same format as the original estimate. Supporting documentation is also required. If billing submittal deviates significantly from the approved estimate, an explanation will be needed. The TxDOT Area Engineer (AE) is Amanda Miller, P.E., at the Denton County Area Office. The Area Engineer will be certifying that work was done in accordance with these plans and specifications, and that materials specified, or equivalent have been used. Attention should be paid to backfill, cleanup requirements, and erosion control. These must be accomplished to the satisfaction of the Project Engineer. The Area Office Utility Coordinator must be notified to arrange a pre-construction meeting 5 working days prior to starting construction. The agenda for this meeting shall include the following: a) Construction Safety, b) Traffic Control Plan, c) Scheduled Project Starting and Completion Dates, and d) Prior to installation, all "Buy America" compliant items must be shown on the Material Statement (Form 1818) with each item’s supporting documentation included. The Utility Coordinator for this Area Office is Leonard Chapman (940) 230-5350. Questions regarding this adjustment may be directed to Jose Olivares at (214) 319-6507. Sincerely, John Hudspeth, P.E. Deputy District Engineer, Dallas District DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 3 OUR VALUES: People • Accountability • Trust • Honesty OUR MISSION: Connecting You With Texas An Equal Opportunity Employer Attachments cc: Lesley Taylor Darla Payberah, P.E. Travis Campbell, P.E. Amanda Miller P.E. Sarah Hensley DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Form ROW-U-35 (Rev.10/20) Page 1 ________________________________ Initial Date Initial Date TxDOT Utility STANDARD UTILITY AGREEMENT U Number: N/A Utility ID: U00017637 District: Dallas County: Denton Federal Project No.: NH2020(576)Highway: IH35 ROW CSJ: 0195-02-079 From: US 77 Highway Project Letting Date:To: This Agreement by and between the State of Texas, acting by and through the Texas Transportation Commission, (“State”),and City of Denton, (“Utility”),acting by and through its duly authorized representative, shall be effective on the date of approval and execution by and on behalf of the State. WHEREAS, the State has deemed it necessary to make certain highway improvements as designated by the State and approved by the Federal Highway Administration within the limits of the highway as indicated above (the “Highway Project”); WHEREAS, the proposed Highway Project will necessitate the adjustment, removal, and/or relocation of certain facilities of the Utility as indicated in the following statement of work: CSJ 074 Water Line: Install approximately 12,643 LF of 20” HDPE, 279 LF of 12” PVC, longitudinal to IH35 from IH35 Sta 2230+71 to IH35 Sta 2360+33. Install approximately 1,142 LF of 30" steel casing, longtinudinal to IH35 with two Crossings of Barthold Rd and Hwy 77 at I-35 ML Sta 2237+09 and Sta 2230+71. Approximately 14,313 LF of 16”, 919 LF of 12”, 188 LF of 8”, and 50 LF of 6”, water line in easement that is in conflict with ROW expansion and pavement is to be abandoned. CSJ 074 Wastewater: abandon 12,214 LF of 4” wastewater in conflict with pavement & ROW; and more specifically as shown in the Utility’s plans, specifications and estimated costs, which are attached hereto as Attachment “A”. WHEREAS,the State will participate in the costs of the adjustment, removal, and relocation of certain facilities to the extent as may be eligible for State and/or Federal participation. WHEREAS, the State,upon receipt of evidence it deems sufficient, acknowledges the Utility’s interest in certain lands and facilities that entitle it to reimbursement for the adjustment, removal, and relocation of certain of its facilities located upon the lands as indicated in the statement of work above. NOW, THEREFORE, BE IT AGREED: The State will pay to the Utility the costs incurred in adjustment, removal, and relocation of the Utility’s facilities up to the amount said costs may be eligible for State participation. All conduct under this agreement, including but not limited to the adjustment, removal, and relocation of the facility, the development and reimbursement of costs, any environmental requirements, and retention of records will be in accordance with all applicable federal and state laws, rules and regulations, including, without limitation, the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act, 42 U.S.C. §§ 4601, et seq., the National Environmental Policy Act, 42 U.S.C. §§ 4321, et seq., the Buy America provisions of 23 U.S.C. § 313 and 23 CFR 635.410, as amended, Texas Transportation Code § 223.045, the Utility Relocations, Adjustments, and Reimbursements provisions of 23 CFR 645, Subpart A, and the Utility Accommodation provisions of 23 CFR 645, Subpart B. The Utility shall supply, upon request by the State, proof of compliance with the aforementioned laws, rules, regulations, and guidelines prior to the commencement of the adjustment, removal, and relocation of the facility. January 2024 Cooke County Line DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 Form ROW-U-35 (Rev. 10/20) Page 2 ________________________________ Initial Date Initial Date TxDOT Utility The Utility shall not commence any physical work, including without limitation site preparation, on the State’s right of way or future right of way, until TxDOT provides the Utility with written authorization to proceed with the physical work upon TxDOT’s completion and clearance of its environmental review of the Highway Project. Any such work by the Utility prior to TxDOT’s written authorization to proceed will not be eligible for reimbursement and the Utility is responsible for entering any property within the proposed limits of the Highway Project that has not yet been acquired by TxDOT. This written authorization to proceed with the physical work is in addition to the authorization to commence work outlined below. Notwithstanding the foregoing, the provisions of this paragraph are required only when TxDOT has not obtained completion and clearance of its environmental review of the Highway Project prior to the execution of this Agreement by the State and the Utility. The Utility shall comply with the Buy America provisions of 23 U.S.C. § 313, 23 CFR 635.410, as amended, and the Steel and Iron Preference provisions of Texas Transportation Code § 223.045 and, when products that are composed predominately of steel and/or iron are incorporated into the permanent installation of the utility facility, use domestically manufactured products. TxDOT Form 1818 (Material Statement), along with all required attachments, must be submitted, prior to the commencement of the adjustment, removal, and relocation of the facility, as evidence of compliance with the aforementioned provisions. Failure to submit the required documentation or to comply with the Buy America, and Steel and Iron Preference requirements shall result in: (1) the Utility becoming ineligible to receive any contract or subcontract made with funds authorized under the Intermodal Surface Transportation Efficiency Act of 1991; (2) the State withholding reimbursement for the costs incurred by the Utility in the adjustment, removal, and relocation of the Utility’s facilities; and (3) removal and replacement of the non- compliant products. The Utility agrees to develop relocation or adjustment costs by accumulating actual direct and related indirect costs in accordance with a work order accounting procedure prescribed by the State, or may, with the State’s approval, accumulate actual direct and related indirect costs in accordance with an established accounting procedure developed by the Utility. Bills for work hereunder are to be submitted to the State not later than one (1) year after completion of the work. Failure to submit the request for final payment, in addition to all supporting documentation, within one (1) year after completion of the work may result in forfeiture of payment for said work. When requested, the State will make intermediate payments at not less than monthly intervals to the Utility when properly billed. Such payments will not exceed 90 percent (90%) of the eligible cost as shown in each such billing. Intermediate payments shall not be construed as final payment for any items included in the intermediate payment. The State will, upon satisfactory completion of the adjustment, removal, and/or relocation and upon receipt of final billing prepared in an approved form and manner and accounting for any intermediate payments, make payment in the amount of 90 percent (90%) of the eligible costs as shown in the final billing prior to audit and after such audit shall make an additional final payment totaling the reimbursement amount found eligible for State reimbursement. Alternatively, the State agrees to pay the Utility an agreed lump sum of $N/A as supported by the attached estimated costs. The State will, upon satisfactory completion of the adjustments, removals, and relocations and upon receipt of a final billing, make payment to the Utility in the agreed amount. Upon execution of this agreement by both parties hereto, the State will, by written notice, authorize the Utility to perform such work diligently and to conclude said adjustment, removal, and relocation by the stated completion date which is attached hereto in Attachment “C”. The completion date shall be extended for delays caused by events outside the Utility’s control, including an event of Force Majeure, which shall include a strike, war or act of war (whether an actual declaration of war is made or not), insurrection, riot, act of public enemy, accident, fire, flood or other act of God, sabotage, or other events, interference by the State or any other party with the Utility’s ability to proceed with the work, or any other event in which the Utility has exercised all due care in the prevention thereof so that the causes of other events are beyond the control and without the fault or negligence of the Utility. This agreement in its entirety consists of the following elements: Standard Utility Agreement – ROW-U-35; • Plans, Specifications, and Estimated Costs (Attachment “A”); • Accounting Method (Attachment “B”); DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 Form ROW-U-35 (Rev. 10/20) Page 3 ________________________________ Initial Date Initial Date TxDOT Utility • Schedule of Work (Attachment “C”); • Statement Covering Contract Work – ROW-U-48 (Attachment “D”); • Utility Joint Use Agreement – ROW-U-JUA and/or Utility Installation Request – Form 1082 (Attachment “E”); • Eligibility Ratio (Attachment “F”); • Betterment Calculation and Estimate (Attachment “G”); and • Proof of Property Interest – ROW-U-Affidavit (Attachment “H”). All attachments are included herein as if fully set forth. In the event it is determined that a substantial change from the statement of work contained in this agreement is required, reimbursement therefore shall be limited to costs covered by a modification or amendment of this agreement or a written change or extra work order approved by the State and the Utility. This agreement is subject to cancellation by the State at any time up to the date that work under this agreement has been authorized, and such cancellation will not create any liability on the part of the State.However, the State will review and reimburse the Utility for eligible costs incurred by the Utility in preparation of this Agreement. The State Auditor may conduct an audit or investigation of any entity receiving funds from the State directly under this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the State Auditor, under the direction of the Legislative Audit Committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. The Utility by execution of this agreement does not waive any of the rights that the Utility may have within the limits of the law. It is expressly understood that the Utility conducts the adjustment, removal, and relocation at its own risk, and that the State makes no warranties or representations regarding the existence or location of utilities currently within its right of way. DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 Form ROW-U-35 (Rev. 10/20) Page 4 ______ ________________ __________ Initial Date Initial Date TxDOT Utility The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party represented. UTILITY EXECUTION RECOMMENDED: Utility: City of Denton Name of Utility Director of TP&D (or designee), Dallas District By: Authorized Signature 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. Print or Type Name Title: Date: By: District Engineer (or designee) Date: Sara Hensley City Manager DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/2023 7/31/2023 7/31/2023 8/2/2023 Form ROW-U-35 (Rev. 10/20) Page 5 ________________________________ Initial Date Initial Date TxDOT Utility Attachment “A” Plans, Specifications, and Estimated Costs All material items within cost estimate that must meet Buy America or Steel and Iron Preference Provision requirements must be indicated with an asterisk (*). Currently,we do not have Buy America required materials planned for this project. In the event that Buy America compliant materials are used during construction on this project, compliance documentation will be provided. There are non-domestic iron and steel materials in this project that fall under the De Minimus equation. Calculation showing the total cost does not exceed one-tenth of one percent (0.1 %) of the individual utility agreement amount or $2,500.00, whichever is greater is required. We understand the Buy America Compliance Requirements and will supply the required documentation to TxDOT indicating compliance with this provision. The following documents will be supplied prior to installation of the materials: 1) Form 1818 - Material Statement 2) Material Test Reports or Certifications DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 CITY OFFICIALS: MAY 2023 MAYOR................................................. COUNCIL MEMBERS: DISTRICT 1........................................... DISTRICT 2........................................... DISTRICT 3........................................... DISTRICT 4........................................... AT LARGE PLACE 5............................. AT LARGE PLACE 6............................. DIRECTOR OF WATER AND STEPHEN GAY WASTEWATER UTILITIES CITY ENGINEER REBECCA DIVINEY, P.E. PROJECT MANAGER, KYLE PEDIGO SR. ENGINEER CAPITAL PROJECTS GERARD HUDSPETH VICKI BYRD BRIAN BECK JESSE DAVIS BRANDON MCGEE CHRIS WATTS SHEET INDEX: IH-35 UTILITY RELOCATIONS THE CITY OF DENTON, TEXAS PLANS FOR THE: IFB NO. 7968-003 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/20231 1 ADD TO SET DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)GENERAL NOTES: LEGEND:GENERAL NOTES I2 PROJECT SPECIFIC NOTES: 1.ALL MATERIALS SHALL USE DOMESTICALLY MANUFACTURED PRODUCTS THAT ARE COMPOSED PREDOMINATELY OF STEEL AND/OR IRON TO INCORPORATE INTO THE PERMANENT INSTALLATION OF THE UTILITY FACILITY - IN COMPLIANCE WITH THE BUY AMERICA PROVISIONS OF 23 CFR 635.410 AS AMENDED. 2.THE CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES. TEMPORARY PLUGS SHALL BE CONSIDERED SUBSIDIARY TO THE PIPELINE INSTALLATION AND NO SEPARATE PAYMENT SHALL BE MADE. 3.CONTRACTOR SHALL SEQUENCE WORK BY PRIORITIZING TXDOT CROSSINGS AND AVAILABLE LAND/EASEMENTS. THIS WILL PRIMARILY START WITH WLA (074) AND FMA (087) INITIALLY. 4.CONTRACTOR SHALL FIELD VERIFY HORIZONTAL AND VERTICAL LOCATIONS OF PROPOSED CONNECTIONS PRIOR TO FABRICATION OF PROPOSED PIPING. VERIFICATION OF TIE-IN LOCATIONS SHALL BE SUBSIDIARY TO CONNECTION BID ITEMS AND NO SEPARATE PAYMENT SHALL BE MADE. 5.ALL OUTLETS, APPURTENANCES, AND FITTINGS FOR DUCTILE IRON PIPE ALTERNATIVE SHALL BE MECHANICAL JOINT, EXCEPT WHERE NOTED OTHERWISE. 6.IF HDPE IS THE PIPE MATERIAL SELECTED FOR THE 16" LINE, THIS WILL REQUIRE AN UPSIZE IN DIAMETER TO 20" DR-11 HDPE. GATE VALVES/APPURTENANCES ARE TO REMAIN AS THE SIZES SHOWN IN THE DRAWINGS, THEREFORE, REDUCERS WOULD BE REQUIRED TO TIE INTO THE SIZES SHOWN. 7.CORROSION PROTECTION REQUIREMENTS: THE CONTRACTOR WILL BE REQUIRED TO FURNISH AND INSTALL THE FOLLOWING CORROSION PROTECTION SYSTEMS. DUCTILE IRON PIPE a.A CORROSION CONTROL SYSTEM CONSISTING 8-MIL V-BIO ENHANCED POLYETHYLENE ENCASEMENT, AND ZINC COATED PIPE IN ACCORDANCE WITH ISO 8179-1 b.JOINT BONDING c.JOINT ISOLATION AT CONNECTIONS TO EXISTING NON-PVC PIPELINES d.ELECTRICAL ISOLATION AT CASED CROSSINGS S 1.ALL CONSTRUCTION WITHIN THE STATE RIGHT OF WAY WILL REQUIRE COMPLIANCE TO TxDOT STANDARD SPECIFICATIONS, STANDARD PLANS AND THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. 2.SPECIFICATIONS ADOPTED BY THE TEXAS DEPARTMENT OF TRANSPORTATION, NOVEMBER 1, 2014 AND SPECIFICATION ITEMS LISTED AS FOLLOWS SHALL GOVERN ON THIS PROJECT FOR ALL WORK WITHIN THE STATE RIGHT OF WAY. 3.TRAFFIC CONTROL MUST BE MAINTAINED THROUGHOUT THE DURATION OF WORK WITHIN TxDOT ROW. 4.THERE MAY BE TIMES WHERE INTERRUPTION OF A PARTICULAR CONSTRUCTION SEQUENCE MAY BE REQUIRED DUE TO COORDINATION WITH TXDOT OR OTHER UTILITY CONTRACTORS. NO ADDITIONAL PAYMENT WILL BE CONSIDERED FOR SUCH INTERRUPTIONS, DELAYS, RE-MOBILIZATIONS, OR ANY OTHER ACTIVITIES RELATED TO THIS COORDINATION. 5.ALL DISTURBED ROW MUST BE RE-VEGETATED WITH SOD AND MAINTAINED UNTIL VEGETATION IS RE-ESTABLISHED. 6.ALL LANE CLOSURES MUST BE COORDINATED WITH BOTH TxDOT AND MUNICIPALITY INSPECTORS. 7.CONTRACTOR TO CONTACT TxDOT 48 HOURS PRIOR TO BEGIN CONSTRUCTION. 8.CONTRACTOR TO ENSURE MINIMUM DEPTH OF 60" FROM TOP OF CASING TO TOP OF GRADE IN TXDOT ROW AND THAT THE LENGTH OF ANY ENCASEMENT UNDER THE ROADWAY SHALL BE PROVIDED FROM TOP OF BACKSLOPE TO TOP OF BACKSLOPE FOR CUT SECTIONS, 5' BEYOND THE TOE OF SLOPE FOR FILL SECTIONS, AND 5' BEYOND THE FACE OF THE CURB FOR CURB SECTIONS. 9.CONTRACTOR SHALL MAINTAIN A 24" MINIMUM CLEARANCE FROM HIGHWAY STRUCTURES AND ALL OTHER EXISTING UTILITIES (UNLESS MORE IS REQUIRED). TxDOT STANDARD NOTES 1.THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PRIVATE OR PUBLIC, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA; AND, THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA (FOR LOCATING ALL UNDERGROUND FACILITIES FOR COORDINATION OF THE WORK WITH THE CITY OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION) FOR THE SAFETY AND PROTECTION THEREOF, AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK, THE COST OF ALL WILL BE CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE. THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO BEGINNING CONSTRUCTION. 2.NOTIFY THE CITY OF DENTON TO LOCATE EXISTING CITY UTILITIES PRIOR TO CONSTRUCTION. 3.CAUTION! BURIED GAS LINES EXIST ALONG THIS PROJECT. CONTACT EXPLORER GAS, THOMAS MARTINEZ (918-493-5104) 48 HOURS PRIOR TO EXCAVATION. 3.CAUTION! BURIED GAS LINES EXIST ALONG THIS PROJECT. CONTACT ATMOS, OMAR CAMPOS (940-380-7463) 48 HOURS PRIOR TO EXCAVATION. 4.CAUTION! BURIED TELEPHONE CABLES EXIST ALONG THIS PROJECT. CONTACT THE APPROPRIATE FRANCHISE 48 HOURS PRIOR TO EXCAVATION: VERIZON (972-318-5260), GTE (940-381-9294), ZAYO (817-665-4702), AND AT&T (817-338-6013). 5.CAUTION! BURIED ELECTRIC CABLES EXIST ALONG THIS PROJECT. CONTACT THE APPROPRIATE FRANCHISE 48 HOURS PRIOR TO EXCAVATION: COSERV (940-321-7800) AND DENTON MUNICIPAL ELECTRIC (940-349-8700). 6.FOLLOW OSHA (OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION) REGULATIONS AND WORK A SAFE DISTANCE FROM ALL POWER LINES. WHENEVER WORK IS TO BE PERFORMED NEAR OVERHEAD LINES, OSHA REQUIRES THAT WORKMEN AND ANY EQUIPMENT OR TOOLS BEGIN OPERATED OR HANDLED BE KEPT A SAFE DISTANCE FROM POWER LINES. OSHA ALSO REQUIRES THAT THE POWER LINES SHALL EITHER BE DE-ENERGIZED AND GROUNDED OR OTHER PROTECTIVE MEASURES SHALL BE TAKEN BEFORE WORK IS STARTED. OSHA HAS PRESCRIBED CERTAIN DISTANCES THAT WORKMEN, TOOLS, AND EQUIPMENT MUST BE KEPT FROM OVERHEAD LINES. 10 FEET IS THE DISTANCE FOR POWER LINES OF 50,000 VOLTS OR LESS. 11 FEET IS THE DISTANCE FOR POWER LINES OF 138,000 VOLTS. 7.CONSTRUCTION SURVEYING IS THE RESPONSIBILITY OF THE CONTRACTOR. THE CONTRACTOR SHALL VERIFY CONTROL MONUMENTATION PRIOR TO CONSTRUCTION AND SUBMIT DOCUMENTATION OF VERIFICATION TO THE CITY AND ENGINEER. 8.CONTRACTOR SHALL RE-ESTABLISH ANY PROPERTY MARKER, BENCHMARK, ETC. DISTURBED DURING CONSTRUCTION TO ITS ORIGINAL LOCATION AT NO COST TO CITY. 9.ONLY THOSE ITEMS LISTED IN THE BID TABULATION WILL BE MEASURED AND PAID FOR AT THE UNIT PRICE REQUIRED TO COMPLETE THE PROJECT. ALL OTHER WORK SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID, AND NO SEPARATE PAYMENT SHALL BE MADE. 10.THE CONTRACTOR SHALL NOTIFY THE CITY OF DENTON 48 HOURS PRIOR TO START OF ANY CONSTRUCTION. 11.THE CONTRACTOR SHALL NOTIFY LANDOWNERS AT LEAST 48 HOURS PRIOR TO ENTERING PROPERTY. 12.CLEARING AND GRUBBING MAY BEGIN NO SOONER THAN ONE MONTH PRIOR TO PIPE TRENCHING OPERATIONS. PIPE STRINGING SHALL BE NO MORE THAN ONE WEEK PRIOR TO PIPE LAYING. BACKFILL SHALL BE COMPLETED NO MORE THAN ONE DAY AFTER PIPE LAYING. CLEANUP AND SURFACE RESTORATION SHALL BE COMPLETED NO MORE THAN ONE MONTH AFTER PIPE LAYING. THE SITE SHALL BE KEPT CLEAN OF TRASH AT ALL TIMES. FAILURE TO COMPLY WITH THESE REQUIREMENTS MAY RESULT IN WITHHOLDING SOME OR ALL PAYMENT TO THE CONTRACTOR. 13.ALL BARRICADES, WARNING SIGNS, LIGHTS, DEVICES, ETC., FOR THE GUIDANCE AND PROTECTION OF TRAFFIC AND PEDESTRIANS SHALL CONFORM TO THE INSTALLATIONS AND LOCATIONS SHOWN IN THE TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD), AS CURRENTLY AMENDED, AS PUBLISHED BY TEXAS DEPARTMENT OF TRANSPORTATION. 14.CONTRACTOR SHALL MAINTAIN AT LEAST ONE LANE OF TRAFFIC ON ALL OPEN-CUT ROADS AT ALL TIMES, AND CONSTRUCT TEMPORARY BYPASS IF NECESSARY. 15.THE CONTRACTOR SHALL GIVE THE CITY 5 DAYS NOTICE IN ADVANCE OF THE TIME A STREET SIGN IS TO BE REMOVED TO CLEAR CONSTRUCTION OPERATIONS. AT NO TIME WILL THE CONTRACTOR REMOVE OR RELOCATE A STOP OR YIELD SIGN WITHOUT PRIOR APPROVAL BY THE CITY. 16.CONTRACTOR SHALL COORDINATE DRIVEWAY CLOSURES WITH PROPERTY OWNERS PRIOR TO BEGINNING WORK. DRIVEWAYS SHALL REMAIN OPEN AT ALL TIMES IF POSSIBLE. ACCESS SHALL BE MAINTAINED AT ALL TIMES. DEPTH OF DRIVEWAY REPAIR SHALL MATCH DEPTH OF EXISTING SURFACE. 17.THE CONTRACTOR SHALL PLAN HIS WORK SEQUENCE IN A MANNER THAT WILL CAUSE THE MINIMUM INTERFERENCE WITH TRAFFIC DURING CONSTRUCTION OPERATIONS. BEFORE BEGINNING WORK ON THIS PROJECT, THE CONTRACTOR SHALL SUBMIT A PLAN FOR CONSTRUCTION OPERATIONS OUTLINING, IN DETAIL, A SEQUENCE OF WORK TO BE FOLLOWED, SETTING OUT THE METHOD OF HANDLING TRAFFIC ALONG, ACROSS, AND ADJACENT TO THE WORK. 18.IF AT ANY TIME DURING CONSTRUCTION THE CONTRACTOR'S PROPOSED PLAN OF OPERATION FOR HANDLING TRAFFIC DOES NOT PROVIDE FOR SAFE, COMFORTABLE MOVEMENT, THE CONTRACTOR SHALL IMMEDIATELY CHANGE HIS OPERATIONS TO CORRECT THE UNSATISFACTORY CONDITION. 19.TEMPORARY SIGNS WILL BE REQUIRED DURING CONSTRUCTION FOR THE EXISTING SIGNING WHICH INTERFERES WITH THE CONSTRUCTION. THE EXISTING SIGN FACES ON TEMPORALLY SUPPORTS MAY BE USED FOR THE TEMPORARY SIGNS AS LONG AS THEY ARE REMOVED AND ERECTED ON TEMPORARY MOUNTS ON THE SAME DAY. THE WARNING AND REGULATORY SIGNS MUST BE IN PLACE AT ALL TIMES AS APPLICABLE. 20.BARRICADES AND SIGNS SHALL BE PLACED IN SUCH A MANNER AS NOT TO INTERFERE WITH THE SIGHT DISTANCE OF DRIVERS ENTERING THE ROADWAYS OR SIDE STREETS. TO FACILITATE LANE SHIFTING, BARRICADES AND SIGNS USED IN LANE CLOSURES OR TRAFFIC STAGING MAY BE ERECTED AND MOUNTED ON PORTABLE SUPPORTS. THE DESIGN OF THESE SUPPORTS SHALL CONFORM TO TMUTCD AND ARE SUBJECT TO THE APPROVAL OF THE CITY. 21.THE CONTRACTOR WILL NOT BE PERMITTED TO COMMENCE WORK ON THE ROAD BEFORE SUNRISE AND SHALL ARRANGE HIS WORK SO THAT NO MACHINERY OR EQUIPMENT SHALL BE CLOSER THAN 30 FEET TO THE TRAVELED ROADWAY AFTER SUNSET EXCEPT AS AUTHORIZED BY THE CITY. THE CONTRACTOR IS REQUIRED TO ABIDE BY THE CITY OF DENTON NOISE ORDINANCE. 22.WHERE THE CONTRACTOR DESIRES TO MOVE ANY EQUIPMENT NOT LICENSED FOR OPERATION ON PUBLIC HIGHWAYS ON OR ACROSS ANY PAVEMENT, HE SHALL PROTECT THE PAVEMENT FROM ALL DAMAGE. 23.CONTRACTOR SHALL COMPLY WITH OSHA REGULATIONS AND STATE OF TEXAS LAWS CONCERNING EXCAVATION, TRENCHING, SHORING, AND SITE SAFETY. 24.THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING ACCURATE VERTICAL AND HORIZONTAL CONTROL THROUGHOUT THE PROJECT. 25.A MINIMUM COVER OF SIX FEET ABOVE PROPOSED TOP OF PIPE SHALL BE MAINTAINED UNLESS OTHERWISE SHOWN IN THE CONSTRUCTION PLANS. THE APPROXIMATE GROUND PROFILE AND THE TOP OF PIPE PROFILE SHOW A RELATIONSHIP INTENDED BY THE ENGINEER. THE TOP OF PIPE ELEVATIONS AND GEOMETRIC INFORMATION SHOWN IN THE PROFILE FOR THE PIPE ARE FOR THE CONVENIENCE OF THE CONTRACTOR. THE PRECISE AND DETAILED PIPE LAYOUT IS TO BE PREPARED BY THE CONTRACTOR AND SUBMITTED TO THE ENGINEER FOR INFORMATION AND REVIEW. THE WORKABILITY OF THE DETAILED LAYOUT REMAINS WITH THE CONTRACTOR. 26.AT WATER LINE FITTINGS, THE MAXIMUM JOINT DEFLECTION SHALL NOT EXCEED 80% OF THE PIPE MANUFACTURER'S MAXIMUM RECOMMENDED DEFLECTION. IF DEFLECTIONS ARE CALLED OUT IN PLAN, OR IN THE EVENT THAT FIELD CONDITIONS RESULT IN THE NEED TO DEFLECT PIPE, AND C-900 IS BEING INSTALLED, A MAXIMUM ALLOWABLE DEFLECTION OF 1° IS PERMISSIBLE. 27.CONTRACTOR SHALL ENSURE A MINIMUM OF TEN FEET SEPARATION BETWEEN PROPOSED WATER LINE AND EXISTING PARALLEL SANITARY SEWER LINES AND MANHOLES. 28.IN GENERAL, MAINTAIN 2' MIN VERTICAL SEPARATION BETWEEN SANITARY SEWER AND WATER LINES AND 1' MIN VERTICAL SEPARATION BETWEEN SANITARY SEWER AND STORM SEWER AT CROSSINGS. 29.THE CONTRACTOR SHALL STABILIZE ALL UNPAVED AREAS OF THE PROJECT WITH A MINIMUM 95% DENSITY OF VEGETATIVE COVER, UTILIZING THE ITEMS IN THIS CONTRACT. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL DAMAGES TO PROPERTY OUTSIDE OF THE EASEMENT LIMITS, INCLUDING RE-VEGETATION COSTS. 30.THE CONTRACTOR SHALL REMOVE ALL FENCES INTERFERING WITH CONSTRUCTION OPERATION WITHIN EASEMENTS AND PROVIDE TEMPORARY FENCING DURING CONSTRUCTION. REMOVED FENCES SHALL BE REPLACED WITH NEW FENCE OR UNDAMAGED ORIGINAL FENCING WITH PRIOR APPROVAL OF PROPERTY OWNER, UNLESS OTHERWISE NOTED IN THE PLANS. 31.POSITIVE DRAINAGE MUST BE RE-ESTABLISHED FOR ALL DRAINAGE SWALES AND CULVERTS IMPACTED BY THE CONTRACTOR'S OPERATIONS. THE COST OF THIS WORK SHALL BE SUBSIDIARY TO THE VARIOUS ITEMS BID. 32.ANY TREES SHOWN IN THE PLANS FOR POTENTIAL REMOVAL MUST ALSO BE APPROVED FOR REMOVAL BY THE CITY. NO TREES MAY BE REMOVED OUTSIDE OF THE PERMANENT EASEMENT WITHOUT PRIOR WRITTEN APPROVAL. CONTRACTOR SHALL BE HELD LIABLE FOR DAMAGE TO ANY TREES THAT HAVE NOT BEEN DESIGNATED FOR REMOVAL AND THE CONTRACT AMOUNT WILL BE REDUCED BY $1000 FOR EACH TREE WHICH IS REMOVED WHERE NOT AUTHORIZED. 33.THE CONTRACTOR SHALL NOT PLACE FILL OR WASTE MATERIAL ON ANY PRIVATE PROPERTY WITHOUT PRIOR WRITTEN AGREEMENT WITH PROPERTY OWNER. IN ADDITION, PLACEMENT OF SUCH FILL SHALL NOT ALTER EXISTING DRAINAGE PATTERNS. 34.NO EXCESS EXCAVATED MATERIAL SHALL BE DEPOSITED IN LOW AREAS OR ALONG NATURAL DRAINAGE WAYS, WITHOUT WRITTEN PERMISSION FROM THE CITY OF DENTON. IF THE CONTRACTOR PLACES EXCESS MATERIAL IN AREAS WITHOUT WRITTEN PERMISSION, HE SHALL BE RESPONSIBLE FOR ALL DAMAGE RESULTING FROM SUCH FILL AND HE SHALL REMOVE THE MATERIAL AT HIS OWN COST IF SO DIRECTED. 35.THE CONTRACTOR SHALL BE RESPONSIBLE FOR OFF-SITE DISPOSAL OF ALL EXCESS EXCAVATION. THE CONTRACTOR SHALL SUBMIT A "STOCKPILE PLAN" THAT DESIGNATES LOCATIONS FOR TEMPORARY STORAGE OF THE EXCAVATED SOIL. THIS STOCKPILE PLAN SHALL BE SUBMITTED TO THE CITY FOR REVIEW AND APPROVAL PRIOR TO THE START OF WORK. STOCKPILES SHALL NOT BE ALLOWED WITHIN THE RIGHT-OF-WAY AND SHALL BE CONTAINED WITHIN THE PERMANENT AND TEMPORARY EASEMENTS. 36.THE CITY HAS ACQUIRED PERMANENT AND TEMPORARY CONSTRUCTION EASEMENTS AS SHOWN ON THE DRAWINGS. THE CONTRACTOR MAY ACQUIRE ADDITIONAL TEMPORARY CONSTRUCTION EASEMENTS AT HIS OWN COST, IF HE SO CHOOSES. IF THE CONTRACTOR ACQUIRES ADDITIONAL TEMPORARY EASEMENTS, HE SHALL PROVIDE COPIES OF THE WRITTEN AGREEMENT TO THE CITY AND THE ENGINEER. THE CONTRACTOR SHALL BE COMPLETELY RESPONSIBLE FOR ANY DAMAGES AS A RESULT OF USE OF ADDITIONAL TEMPORARY EASEMENTS. THE PLANS DEPICT THE LIMITS OF THE CONSTRUCTION AREA, GENERALLY CONSISTING OF THE TEMPORARY CONSTRUCTION EASEMENT AND ALL OR A PORTION OF THE PERMANENT WATER LINE EASEMENT. NO CONSTRUCTION ACTIVITY MAY BE CARRIED OUT WITHIN THAT PORTION OF A PERMANENT WATER LINE EASEMENT THAT FALLS OUTSIDE THE INDICATED LIMITS OF THE CONSTRUCTION AREA AS APPLICABLE. 37.REMOVE ROCK FROM THE DISTURBED AREAS SUCH THAT IT IS LEFT WITH NO MORE QUANTITY OR SIZE OF ROCK THAN THE ADJACENT LAND. 38.DAMAGE TO ANY EXISTING CULVERT OR CULVERT HEADWALL SHALL BE REPAIRED OR REPLACED, AS DETERMINED BY THE CITY, AT THE EXPENSE OF THE CONTRACTOR. 39.THE CONTRACTOR SHALL BACKFILL BORE PITS WITHIN 48 HOURS AFTER BORING IS COMPLETED. 40.AT EACH LOCATION WHERE THE PROPOSED WATER LINE TIES INTO AN EXISTING WATER LINE CONTRACTOR SHALL COORDINATE SHUT DOWNS 7 DAYS IN ADVANCE WITH CITY (KYLE PEDIGO/940-349-8425), THE EXISTING WATER LINE SHALL BE SHUT DOWN NO LONGER THAN 48 HOURS IN ORDER TO PERFORM THE CONNECTION. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING WATER AND SEWER CONNECTIONS IN WORKING ORDER AT ALL TIMES. IN NO CASE SHALL SERVICES BE ALLOWED TO REMAIN OUT OF SERVICE OVERNIGHT. 41.THE CONTRACTOR SHALL CONTROL EROSION AND SEDIMENTATION PER APPLICABLE LAWS AND REGULATIONS. 42.THE CONTRACTOR SHALL PROVIDE TEMPORARY SUPPORT OF ALL POWER POLES WITHIN 15 FEET OF THE PROPOSED CONSTRUCTION, OR WHERE TEMPORARY REMOVAL OF GUY WIRES IS NECESSARY FOR CONSTRUCTION. 43.AT PROJECT COMPLETION, ALL AREAS AFFECTED BY THE CONSTRUCTION SHALL BE RESTORED TO ITS ORIGINAL OR BETTER CONDITION. A LETTER OF RELEASE SHALL BE REQUIRED FROM EACH AFFECTED PROPERTY OWNER PRIOR TO FINAL ACCEPTANCE AND A FINAL INSPECTION AND APPROVAL BY THE CITY OF DENTON'S ON-SITE REPRESENTATIVE SHALL BE SECURED BEFORE THE CONTRACTOR SHALL LEAVE THE JOB SITE. 44.CONCRETE THRUST BLOCKING SHALL BE USED AT ALL HORIZONTAL AND VERTICAL BENDS, TEES, AND WYES, AS WELL AS ADDITIONAL RESTRAINT AS REQUIRED BY THE CONTRACT DOCUMENTS. 45.ALL GATE VALVES SHALL BE MJ, UNLESS ON A TEE, IN WHICH CASE THEY SHOULD BE MJxFLG. ALL TEES SHALL BE MJxFLG UNLESS SPECIFIED OTHERWISE. 46.THE CONTRACTOR SHALL BE LIABLE FOR DAMAGES TO BUSINESSES, HOMES, OR BASEMENTS FROM BACKUP WHICH MAY RESULT DURING THE INSTALLATION OF NEW SEWER PIPE. THE CONTRACTOR WILL BE ALLOWED TO OPEN CLEANOUTS WHERE AVAILABLE. THE CONTRACTOR WILL BE RESPONSIBLE FOR ALL CLEAN-UP ASSOCIATED WITH OPENING CLEANOUTS AND FOR REPLACEMENT OF REMOVED CAPS. 47.CONTRACTOR SHALL FURNISH AND INSTALL PIPE DETECTION TAPE OVER ALL WATER OR SEWER LINES INSTALLED. THE PIPE TAPE SHALL CONTINUOUSLY INDICATE THE PRESENCE OF BURIED WATER OR SANITARY SEWER PIPE UNDERNEATH. THE PIPE TAPE SHALL BE INSTALLED ON TOP OF THE GRANULAR PIPE EMBEDMENT, OR AS SHOWN ON THE PLANS, ALONG THE CENTER LINE OF THE PIPELINE. 48.CONTRACTOR SHALL PREPARE AND PRESENT A PLAN TO THE CITY ON HOW TIE-INS BETWEEN EXISTING LATERALS AND THE NEW SANITARY SEWER SHALL BE COORDINATED. NO EXISTING LATERAL LINES WILL BE ALLOWED TO REMAIN UNCONNECTED TO THE COLLECTION SYSTEM OVERNIGHT. TEMPORARY TIE-IN WORK SHALL BE SUBSIDIARY TO THE COST OF THE PIPE INSTALLATION AND WILL NOT BE PAID FOR SEPARATELY. 49.CONTRACTOR SHALL PREPARE AND PRESENT A PLAN ON HOW TO SUPPORT WATER, STORM DRAIN, OR OTHER LINES THAT SPAN THE CONSTRUCTION TRENCH PRIOR TO BEGINNING ANY WORK ON THE PROJECT. 50.SERVICE LINE LOCATIONS ARE APPROXIMATE. CONTRACTOR TO VERIFY ACTUAL LOCATION IN FIELD PRIOR TO INSTALLING NEW SERVICE LINES THAT SPAN THE CONSTRUCTION TRENCH PRIOR TO BEGINNING ANY WORK ON THE PROJECT. 51.EXISTING SERVICES MAY NOT MATCH TO SIZE OF NEW SERVICE LINES. CONTRACTOR SHALL SUPPLY CONNECTORS/ADAPTORS TO MAKE SERVICE SIZE TRANSITIONS AT NO ADDITIONAL COST. 52.NEW UTILITY LINES SHALL BE BACKFILLED & HAVE TEMPORARY PAVEMENT REPAIR (COMPACTED FLEXBASE AT A MINIMUM) TO ALLOW LOCAL TRAFFIC PER THE STANDARD DETAILS UNLESS OTHERWISE INDICATED ON THE PLANS AND UNTIL FINAL PAVING IS COMPLETED. 53.CLEANOUT BOX AND MATERIAL TO BE DETERMINED BY SURFACE LOCATION (SEE SPECIFICATIONS) 54.ALL TAPPING SLEEVE AND VALVE LOCATIONS SHALL BE MADE BY CITY CREWS UTILIZING CITY PROVIDED TAPPING SLEEVES AND VALVES. 55.CONTRACTOR SHALL PROTECT EXISTING CURB WITH INSTALLATION OF WATER OR SEWER LINE, UNLESS EXPLICITLY CALLED OUT TO BE REPLACED. 56.EXISTING FIRE HYDRANT REMOVALS ARE SUBSIDIARY TO THE NEW FIRE HYDRANTS TO BE INSTALLED. CONTRACTOR SHALL DISPOSE OF HYDRANT AND VALVE. 57.WHERE PRESSURE RATED GRAVITY SEWER IS NEEDED, CONTRACTOR TO VERIFY SEWER FITTINGS (TEES, WYES, ETC.) ARE COMPATIBLE WITH THE MATERIAL OF THE SEWER MAIN AS WELL AS THE SEWER SERVICE LATERALS. DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTH8UTILITY ABANDONMENT (SHEET 3 OF 4) MATCHLINE 5SHEET 7 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 NORTH9UTILITY ABANDONMENT (SHEET 4 OF 4) CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM) MATCHLINE 6 THIS SHEET MATCHLINE 7 THIS SHEET MATCHLINE 6THIS SHEETMATCHLINE 7THIS SHEET SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091BEGIN ABANDONMENTRECORD UNDER RCSJ0195-02-079DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DDDGGGGGGGGGGGDSESDGFOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEXXXXXXXXXXELECTRIC BOXCABLE VAULTELECTRIC BOXBM 208ELECTRIC VAULTBM 209SCALLED 397.160 ACRESCATDENTON 35, INC.INST. NO. 2013-145689LOT 1, BLOCK ADENTON TRAVEL CENTERADDITION, PHASE 1INST. NO. 2009-21TA OPERATING, LLCINST. NO. 2015-63681CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 0+00 - 10+0024CSJ 074 - PROPOSED 20IN WL A STA 0+00 - 10+00 MATCHLINE STA 10+00 SHEET 25 MATCHLINE STA 10+00 SHEET 25 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 GGTVGFTFFOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEXXXXXXXXXXXXXXXXXXXXXXXXXBM 210CALLED 397.160 ACRESCATDENTON 35, INC.INST. NO. 2013-145689CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 10+00 - 20+0025CSJ 074 - PROPOSED 20IN WL A STA 10+00 - 20+00 MATCHLINE STA 20+00 SHEET 26 MATCHLINE STA 20+00 SHEET 26 MATCHLINE STA 10+00SHEET 24MATCHLINE STA 10+00SHEET 24 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 FFX X X X OHEOHEOHEOHEOHEOHEOHEOHEOHEOHEOHEXXXXXXXXXXOHEOHEOHEOHEOHEOHEBM 211BM 212CALLED 397.160 ACRESCATDENTON 35, INC.INST. NO. 2013-145689CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 20+00 - 30+0026CSJ 074 - PROPOSED 20IN WL A STA 20+00 - 30+00 MATCHLINE STA 30+00 SHEET 27 MATC H L I N E S T A 3 0 + 0 0 SHEET 27 MATCHLINE STA 20+00SHEET 25MATCHLINE STA 20+00SHEET 25 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 BM 213CALLED 397.160 ACRESCATDENTON 35, INC.INST. NO. 2013-145689CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 30+00 - 40+0027CSJ 074 - PROPOSED 20IN WL A STA 30+00 - 40+00 MATCHLINE STA 40+00 SHEET 28 MATCHLINE STA 40+00 SHEET 28 MATCHLINE STA 30+00SHEET 26MATCHLINE STA 30+00SHEET 26 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 BM 214BM 215CALLED 397.160 ACRESCATDENTON 35, INC.INST. NO. 2013-145689CALLED 397.160 ACRESCATDENTON 35, INC.INST. NO. 2013-145689CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 40+00 - 50+0028CSJ 074 - PROPOSED 20IN WL A STA 40+00 - 50+00 MATCHLINE STA 50+00 SHEET 29 MATCHLINE STA 50+00 SHEET 29 MATCHLINE STA 40+00SHEET 27MATCHLINE STA 40+00SHEET 27 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 OHEOHEOHEOHEOHEOHEBM 216BM 217CALLED 397.160 ACRESCATDENTON 35, INC.INST. NO. 2013-145689REMAINDER OF TRACT 4CATDENTON 35, INC.INST. NO. 2013-15912CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 50+00 - 60+0029CSJ 074 - PROPOSED 20IN WL A STA 50+00 - 60+00 MATCHLINE STA 60+00 SHEET 30 MATCHLINE STA 60+00 SHEET 30 MATCHLINE STA 50+00SHEET 28MATCHLINE STA 50+00SHEET 28 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 BM 218BM 219REMAINDER OF TRACT 4CATDENTON 35, INC.INST. NO. 2013-15912CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 60+00 - 70+0030CSJ 074 - PROPOSED 20IN WL A STA 60+00 - 70+00 MATCHLINE STA 70+00 SHEET 31 MATCHLINE STA 70+00 SHEET 31 MATCHLINE STA 60+00SHEET 29MATCHLINE STA 60+00SHEET 29 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 TTXXXXXXXXXXOHEOHEOHEOHEOHEOHEXXXXXXX X X BM 230CALLED 181.966 ACRESCATDENTON 35, INC.INST. NO. 2013-15912REMAINDER OF TRACT 4CATDENTON 35, INC.INST. NO. 2013-15912CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 70+00 - 80+0031CSJ 074 - PROPOSED 20IN WL A STA 70+00 - 80+00 MATCHLINE STA 80+00 SHEET 32 MATCHLINE STA 80+00 SHEET 32 MATCHLINE STA 70+00SHEET 30MATCHLINE STA 70+00SHEET 30 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 BM 228BM 229CALLED 181.966 ACRESCATDENTON 35, INC.INST. NO. 2013-15912CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 80+00 - 90+0032CSJ 074 - PROPOSED 20IN WL A STA 80+00 - 90+00 MATCHLINE STA 90+00 SHEET 33 MATCHLINE STA 90+00 SHEET 33 MATCHLINE STA 80+00SHEET 31MATCHLINE STA 80+00SHEET 31 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 XXXXXBM 226BM 227CALLED 181.966 ACRESCATDENTON 35, INC.INST. NO. 2013-15912CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 90+00 - 100+0033CSJ 074 - PROPOSED 20IN WL A STA 90+00 - 100+00 MATCHLINE STA 100+00 SHEET 34 MATCHLINE STA 100+00 SHEET 34 MATCHLINE STA 90+00SHEET 32MATCHLINE STA 90+00SHEET 32 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 OHEOHEXXXBM 225BM 226CALLED 60.379 ACRESNDMAC, LTDINST. NO. 2006-30852CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 100+00 - 110+0034CSJ 074 - PROPOSED 20IN WL A STA 100+00 - 110+00 MATCHLINE STA 110+00 SHEET 35 MATCHLINE STA 110+00 SHEET 35 MATCHLINE STA 100+00SHEET 33MATCHLINE STA 100+00SHEET 33 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CALLED 60.379 ACRESNDMAC, LTDINST. NO. 2006-30852CALLED 60.379 ACRESNDMAC, LTDINST. NO. 2006-30852CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 110+00 - 120+0035CSJ 074 - PROPOSED 20IN WL A STA 110+00 - 120+00 MATCHLINE STA 120+00 SHEET 36 MATCHLINE STA 120+00 SHEET 36 MATCHLINE STA 110+00SHEET 34MATCHLINE STA 110+00SHEET 34 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 X X OHEOHEOHEXXXXXXXXCALLED 13.7027 ACRESMUSKEY CORPORATIONVOL. 1630, PG. 42CALLED 58.823 ACRESNDMAC, LTDINST. NO. 2008-87393CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 120+00 - 128+5036CSJ 074 - PROPOSED 20IN WL A STA 120+00 - 128+50 MATCHLINE STA 128+50 SHEET 37 MATCH L INE S TA 1 2 8 + 5 0SHEET 3 7 MATCHLINE STA 120+00SHEET 35MATCHLINE STA 120+00SHEET 35 PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/2023111 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 TXXXXXXXXXXOHEOHEXXVOL. 1630, PG. 42CALLED 13.7027 ACRESMUSKEY CORPORATIONVOL. 1630, PG. 42CALLED 58.823 ACRESNDMAC, LTDINST. NO. 2008-87393CALLED 10 ACRESKAL CRAWFORDINST. NO. 2020-166096CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 20IN WL A STA 128+50 - END37CSJ 074 - PROPOSED 20IN WL A STA 128+50 - END MATCHLINE STA 128+50SHEET 36MATCHLINE STA 128+50SHEET 36 11PIPE SIZE CHANGE TO REFLECT BID MATERIAL CPI 5/10/20231 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DDDDGGGGGGGGGGGGGGTVDSESDOHEOHEOHEOHEOHEOHEXXXXELECTRIC BOXCABLE VAULTELECTRIC BOXELECTRIC VAULTSLOT 1, BLOCK ADENTON TRAVEL CENTERADDITION, PHASE 1INST. NO. 2009-21TA OPERATING, LLCINST. NO. 2015-63681TOHEOHEXXCALLED 58.823 ACRESNDMAC, LTDINST. NO. 2008-87393CALLED 10 ACRESKAL CRAWFORDINST. NO. 2020-166096CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)NORTHCSJ 074 - PROPOSED 12 IN WL B38CSJ 087 - PROPOSED 8IN WL H & CSJ 074 - PROPOSED 12IN WL B NORTHCSJ 087 - PROPOSED 8IN WL HSEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 FLOW FLOW 39CSJ 074 - PROPOSEDPRESSURE REDUCINGVALVE VAULTPROPOSED 10" PRESSURE REDUCING VALVE VAULT PLAN DETAIL PROPOSED 10" PRESSURE REDUCING VALVE VAULT SECTION DETAIL SCALE: 6" = 1' - 0" SCALE: 6" = 1' - 0"CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)NORTHTYPICAL DUPLEX SUMP PUMP DETAIL SCALE: NTS TYPICAL FLUSH CONNECTION ON METER VAULT BYPASS PIPELINE SCALE: NTS DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 FLOW 6" DIA. BYPASS PIPELINE SLOPE @ 1/4" PER FOOT 6" DIA. PIPE 12" DIA. PIPE FLOW 40CSJ 074 - PROPOSEDMETER VAULTCITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)PROPOSED 6" METER VAULT TOP PLAN SCALE: NTS PROPOSED 6" METER VAULT SECTION SCALE: NTS PROPOSED 6" METER VAULT SECTIONAL PLAN SCALE: NTS DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 41 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 42 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 43 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 44 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 45 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 46 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM) DEMOLITION DETAILS56 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)57CITY STANDARD DTLS 1DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)58CITY STANDARD DTLS 2DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)59CITY STANDARD DTLS 3DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)60CITY STANDARD DTLS 4DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)61CITY STANDARD DTLS 5DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)62CITY STANDARD DTLS 6DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)63CITY STANDARD DTLS 7DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)64CITY STANDARD DTLS 8DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 16" AND 20" DIRECT BURY RESILIENT SEATED GATE VALVES C A U T I O N U T I L I T Y P I P E L I N E CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)SCALE: NOT TO SCALE A 65 TEMPORARY BARBED WIRE FENCE AND PERMANENT FENCE REPAIR SCALE: NOT TO SCALE B 65 16" DIRECT BURY RESILIENT SEATED GATE VALVE SCALE: NOT TO SCALE C 65 UTILITY MARKER 65CONSTRUCTION DETAILS 1SCALE: NOT TO SCALE D 65 HDPE THRUST BLOCK SCALE: NOT TO SCALE E 65 DIP TO HDPE WATER MAIN TRANSITION DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)SCALE: NOT TO SCALE A 66 8" DOUBLE CHECK DETECTOR VAULT 66CONSTRUCTION DETAILS 2DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CALLED 17.864 ACRES CATDENTON 35 FOUR, INC. INST NO. 2013-145667 CALLED 31.001 ACRES HUNT WINDSOR, LLC INST NO. 2019-160222 CALLED 3.011 ACRES THREE WILLOWS LAND DEVELOPMENT, LLC INST NO. 2015-124112 LOT 1, BLOCK A WESTERN HILLS BUSINESS PARK CAB. H, PG. 224 THE ROCKLIN-DENTON GROUP INST. NO. 1992-29977 LOT 1, BLOCK B WESTERN HILLS BUSINESS PARK CAB. M, PG. 300 WILBARGER STREET LP INST. NO. 2007-7331 CALLED 97.716 ACRES MATTHEW G. TURNER INST. NO. 2008-108672 LOT 1R, BLOCK A I-35 RV CENTER INST. NO. 2019-298 RV LAND ACQUISITION, LP INST. NO. 2003-155061 INST. NO. 2012-26207CALLED 7.95 ACRES ZIMMERER DENTON, LLC INST. NO. 2017-72939 LOT 2F, BLOCK A FREEWAY PARK SUBDIVISION CAB. C, PG. 268 BB RHINO PROPERTIES, LLC INST. NO. 2011-1852 LOT 2R, BLOCK A FREEWAY PARK SUBDIVISION, SECTION 2 INST. NO. 2016-2093 HEALTH SERVICES OF NORTH TEXAS, INC. INST. NO. 2017-74712 LOT 2D, BLOCK A REPLAT OF LOT 2, BLOCK A, FREEWAY PARK ADDITION VOL. C, PG. 149 PACE HOTELS, LLC INST. NO. 2016-20406 CALLED 0.178 ACRES COCONUT PROPERTIES, LLC INST. NO. 2017-88621 LOT 2, BLOCK 1 RINKER SUBDIVISION VOL. 7, PG. 50 MARUTI JALARAM, LLC INST. NO. 2012-68969 LOT 1, BLOCK A STEPHEN AND GARY MARTIN ADDITION VOL. N, PG. 147 SINGLE TENANT REALTY I, LTD INST. NO. 2017-44560 CALLED 0.632 ACRES KALYANS, INC. INST. NO. 2015-148940 NORTH67EROSION CONTROL PLAN(SHEET 1 OF 3)MATCHLINE 2THIS SHEETNORTHCITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 LOT 1, BLOCK A DENTON TRAVEL CENTER ADDITION, PHASE 1 INST. NO. 2009-21 TA OPERATING, LLC INST. NO. 2015-63681 LOT 1, BLOCK A LOVE'S TRAVEL STOP ADDITION INST. NO. 2017-23 LOVE'S TRAVEL STOP & COUNTRY STORES, INC. INST. NO. 2014-53372 CALLED 1.643 ACRES MARK D. FOSTER & MADELIENE M. FOSTER, HUSBAND AND WIFE INST. NO. 2012-48899 CALLED 4.056 ACRES WESTGLEN PARTNERS, LTD INST. NO. 2020-14280 CALLED 3.973 ACRES WESTGLEN PARTNERS, LTD INST. NO. 2015-71907 LOT B, BLOCK 1 LOVE'S TRAVEL STOP ADDITION INST. NO. 2017-23 LOVE'S TRAVEL STOP & COUNTRY STORES, INC. INST. NO. 2014-53372 CALLED 20.998 ACRES BLUE BEACON INTERNATIONAL, INC. INST. NO. 2017-101448 CALLED 397.160 ACRES CATDENTON 35, INC. INST. NO. 2013-145689 LOT 1R, BLOCK A EXPOSITION MILLS ADDITION CAB. K, PG. 152 LAD VENTURES, LLC INST. NO. 2016-71809 CALLED 8.000 ACRES LISA J. HARRIS INVESTMENT TRUST INST. NO. 2018-118132 MATCHLINE 3THIS SHEETNORTH68EROSION CONTROL PLAN(SHEET 2 OF 3)NORTHCITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)MATCHLINE 2THIS SHEETSEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 SW3P LIMITS FOR THIS AGREEMENT DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CALLED 181.966 ACRES CATDENTON 35, INC. INST. NO. 2013-15912 CALLED ??? ACRES CATDENTON 35, INC. INST. NO. 2013-15912 CALLED 13.7027 ACRES MUSKEY CORPORATION VOL. 1630, PG. 42 CALLED 58.823 ACRES NDMAC, LTD INST. NO. 2008-87393 CALLED 60.379 ACRES NDMAC, LTD INST. NO. 2006-30852 CALLED 397.160 ACRES CATDENTON 35, INC. INST. NO. 2013-145689 MATCHLINE 5THIS SHEETMATCHLINE 6THIS SHEETMATCHLINE 6THIS SHEETNORTH69EROSION CONTROL PLAN(SHEET 3 OF 3)NORTHCITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)MATCHLINE 3SHEET ##MATCHLINE 4THIS SHEETSW3P LIMITS FOR THIS AGREEMENT DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CITY OF DENTONIH-35 UTILITY RELOCATIONS(FROM US-380 TO MILAM)SCALE: NOT TO SCALE C 70 INLET PROTECTION SCALE: NOT TO SCALE A 70 SILT FENCE INSTALLATION SCALE: NOT TO SCALE D 70 ROCK CHECK DAM SCALE: NOT TO SCALE B 70 OVERFLOW STONE STRUCTURE SCALE: NOT TO SCALE E 70 CONSTRUCTION ENTRANCE 70EROSION DETAILSDocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 LOT 1R, BLOCK AEXPOSITION MILLS ADDITIONCAB. K, PG. 152LAD VENTURES, LLCINST. NO. 2016-71809CALLED 17.864 ACRESCATDENTON 35 FOUR, INC.INST NO. 2013-145667CALLED 8.000 ACRESLISA J. HARRIS INVESTMENT TRUSTINST. NO. 2018-118132LOT 1, BLOCK ADENTON TRAVEL CENTERADDITION, PHASE 1INST. NO. 2009-21TA OPERATING, LLCINST. NO. 2015-63681LOT 1, BLOCK ALOVE'S TRAVEL STOP ADDITIONINST. NO. 2017-23LOVE'S TRAVEL STOP &COUNTRY STORES, INC.INST. NO. 2014-53372CALLED 1.643 ACRESMARK D. FOSTER & MADELIENE M.FOSTER, HUSBAND AND WIFEINST. NO. 2012-48899CALLED 4.056 ACRESWESTGLEN PARTNERS, LTDINST. NO. 2020-14280CALLED 3.973 ACRESWESTGLEN PARTNERS, LTDINST. NO. 2015-71907LOT B, BLOCK 1LOVE'S TRAVEL STOP ADDITIONINST. NO. 2017-23LOVE'S TRAVEL STOP &COUNTRY STORES, INC.INST. NO. 2014-53372CALLED 20.998 ACRESBLUE BEACON INTERNATIONAL, INC.INST. NO. 2017-101448MATCHLINE 2SHEET 71 NORTHNORTHMATCHLINE 3 SHEET 73 CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)72PROPOSED SURFACE REPAIR (SHEET 2 OF 5)SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091SURFACE REPAIR LIMITS FOR THIS AGREEMENTDocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CALLED 397.160 ACRESCATDENTON 35, INC.INST. NO. 2013-145689MATCHLINE 4THIS SHEET NORTHNORTHMATCHLINE 4 THIS SHEET MATCHLINE 3SHEET 72 MATCHLINE 5 SHEET 74 CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)73PROPOSED SURFACE REPAIR (SHEET 3 OF 5)SURFACE REPAIR LIMITS FOR THIS AGREEMENTDocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CALLED 60.379 ACRESNDMAC, LTDINST. NO. 2006-30852CALLED 181.966 ACRESCATDENTON 35, INC.INST. NO. 2013-15912CALLED 181.966 ACRESCATDENTON 35, INC.INST. NO. 2013-15912CALLED ??? ACRESCATDENTON 35, INC.INST. NO. 2013-15912MATCHLINE 6THIS SHEET NORTHNORTHMATCHLINE 5SHEET 73 MATCHLINE 6 THIS SHEET MATCHLINE 7 SHEET 75 CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)74PROPOSED SURFACE REPAIR (SHEET 4 OF 5)SURFACE REPAIR LIMITS FOR THIS AGREEMENTDocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CALLED 13.7027 ACRESMUSKEY CORPORATIONVOL. 1630, PG. 42CALLED 58.823 ACRESNDMAC, LTDINST. NO. 2008-87393NORTHMATCHLINE 7SHEET 74 CITY OF DENTON IH-35 UTILITY RELOCATIONS (FROM US-380 TO MILAM)75PROPOSED SURFACE REPAIR (SHEET 5 OF 5)SURFACE REPAIR LIMITS FOR THIS AGREEMENTDocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 76 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 77 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 E1 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 E2 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 E3 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 E4 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 E5 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 E6 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Utility ID#:U00017637 N/A Line Item / Item Description Unit Quantity $/Unit Total * Line Item / Item Description Unit Quantity $/Unit Total Lowest Bidder for Construction Contract (Mountain Cascade)1 $6,656,628.00 6,656,628.00$ SUBTOTAL 6,656,628.00$ LABOR SUBTOTAL Line Item / Item Description Unit Quantity $/Unit Total Staff Time (additional hourly backup provided)1 $284,862.86 284,862.86$ 0 $0.00 -$ SUBTOTAL 284,862.86$ INTERNAL COSTS SUBTOTAL 284,863$ Kimley-Horn and Associates (Contracts provided)1 $529,558.11 529,558.11$ 0 $0.00 -$ 0 $0.00 -$ SUBTOTAL 529,558.11$ Engineering / Administration / Inspection SUBTOTAL See Summary Table 1 $600,613.50 600,613.50$ 0 $0.00 -$ SUBTOTAL 600,613.50$ EASEMENT COMPENSATION SUBTOTAL SUMMARY: GROSS REIMBURSABLE TO UTILITY 8,071,662.47$ SALVAGE and or Depreciation CREDIT -$ ELIGIBILITY RATIO 100.00%Ratio Deduction -$ BETTERMENT RATIO 0.00%Ratio Deduction -$ NET REIMBURSEMENT TO UTILITY 8,071,662.47$ 600,613.50$ INTERNAL ENGINEERING - Costs Documented with Certified Ledger at payment. EXTERNAL ENGINEERING - Cost documented with INVOICES and / or CHECKS 529,558.11$ REPLACEMENT EASEMENT COMPENSATION - following Quit Claim / Eligibility % Applied External Labor Costs - documented with Invoices and / or checks 6,656,628.00$ Indicated items are being tracked for BUY AMERICA COMPLIANCE and will be documented using Form 1818 and all supporting documentation prior to installation. The cost estimate items must be sufficiently detailed to provide TxDOT with a reasonable basis for analysis. Items should include appropriate units and unit price for each (See Utility Manual, Chapter 6 Section 2). Applies to All "EA" items Utility Adjustment for TxDOT Project City of Denton IH 35 RCSJ 0195-02-079, CCSJ 0195-02-074 UNUMBER: TXDOT STANDARD SUA ESTIMATE 7/2020 TXDOT STANDARD SUA ESTIMATE 7/2020 TXDOT STANDARD SUA ESTIMATE 7/2020 TXDOT STANDARD SUA ESTIMATE 7/2020 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 From:Mountain Cascade of Texas, LLC 5340 East US Highway 67 Alvarado, TX 76009 Andrew L. McCulloch PROJ.:IH-35 Utility Relocations (from US380 to Milam Road)817-783-3094 IFB:7968-003 Contact Email amcculloch@mountaincascade.com Item No.COD SPEC Description of work BID QTY UOM Unit Price Extended Price CSJ 087 WATER IMPROVEMENTS -UNIT I 1 01 70 00 0170.001 - Mobilization 1 EA $ 1,000,000.00 1,000,000.00$2 02 41 14 0241.011 - Grout Fill 8" Utility Line 227 LF $ 20.00 4,540.00$ 3 02 41 14 0241.013 - Grout Fill 12" Utility Line 916 LF $ 21.00 19,236.00$ 4 02 41 14 0241.016 - Grout Fill 16" Utility Line 108 LF $ 33.00 3,564.00$ 5 02 41 14 0241.028 - Remove 4" Utility Line 25 LF $ 45.00 1,125.00$ 6 02 41 14 0241.029 - Remove 6" Utility Line 150 LF $ 35.00 5,250.00$ 7 02 41 14 0241.030 - Remove 8" Utility Line 1,605 LF $ 37.00 59,385.00$ 8 02 41 14 0241.032 - Remove 12" Utility Line 5,558 LF $ 35.00 194,530.00$9 02 41 14 0241.035 - Remove 16" Utility Line 2,466 LF $ 37.00 91,242.00$10 02 41 14 0241.056 - Remove 6" Water Valve 17 EA $ 700.00 11,900.00$11 02 41 14 0241.057 - Remove 8" Water Valve 3 EA $ 750.00 2,250.00$ 12 02 41 14 0241.059 - Remove 12" Water Valve 11 EA $ 800.00 8,800.00$ 13 02 41 14 0241.060 - Remove 16" Water Valve 2 EA $ 850.00 1,700.00$ 14 02 41 14 0241.094 - Salvage Fire Hydrant 15 EA $ 850.00 12,750.00$ 15 02 41 14 0241.095 - Salvage Water Meter 2 EA $ 850.00 1,700.00$ 16 02 41 14 0241.096 - Remove Concrete Water Vault 2 EA $ 900.00 1,800.00$ 17 31 01 17 3201.007 - Flexible Paving Repair for Utility Trench 1,356 SY $ 140.00 189,840.00$18 32 01 29 3201.013 - Concrete Paving Repair for Utility Trench* 905 SY $ 220.00 199,100.00$19 32 01 29 3216.005 - 4" Concrete Sidewalk 17 SY $ 250.00 4,250.00$ 20 32 93 00 3293.015 - Topsoil 581 CY $ 10.00 5,810.00$ 21 32 93 00 3293.016 - Seeding 12,863 SY $ 2.00 25,726.00$ 22 32 93 00 3293.017 - Sodding 2,861 SY $ 7.00 20,027.00$ 23 33 05 05 3305.021 - Trench Safety 9,404 LF $ 1.00 9,404.00$ 24 32 05 07 3305.028 - 18" Casing by Other Than Open Cut* 217 LF $ 500.00 108,500.00$ 25 33 05 07 3305.029 - 24" Casing by Other Than Open Cut* 1,144 LF $ 570.00 652,080.00$26 33 05 07 3305.023 - 24" Casing by Open Cut* 379 LF $ 430.00 162,970.00$27 33 05 07 3305.030 - 30" Casing by by Other Than Open Cut* 468 LF $ 700.00 327,600.00$ 28 33 05 15, 33 14 10 3305.098 - 8" DIP Water Carrier Pipe* 217 LF $ 110.00 23,870.00$ 29 33 05 15, 33 14 10 3305.099 - 12" DIP Water Carrier Pipe* 1,523 LF $ 150.00 228,450.00$ 30 SEE ALTERNATE 1 BELOW - provide bid for only ONE (30 OR 30a)468 LF -$ 31 SEE ALTERNATE 2 BELOW - provide bid for only ONE (31 OR 31a)1,941 LF -$ 32 33 14 10 3314.141 - 6" PVC Water Pressure Pipe 40 LF $ 220.00 8,800.00$ 33 33 14 11 3314.142 - 8" PVC Water Pressure Pipe 911 LF $ 340.00 309,740.00$34 33 14 11 3314.146 - 12" PVC Water Pressure Pipe 6,133 LF $ 236.00 1,447,388.00$35 33 14 17 3314.310 - 1" Water Service* 2 EA $ 3,500.00 7,000.00$36 33 14 17 3314.314 - 1-1/2" Water Service* 1 EA $ 4,000.00 4,000.00$ 37 33 14 17 3314.318 - 2" Water Service* 5 EA $ 4,500.00 22,500.00$ 38 33 14 18 3314.323 - 4" Water Meter, Vault and Appurtenances* 1 EA $ 55,000.00 55,000.00$ 39 33 14 18 3314.3xx - 8" Detector Check, Vault and Appurtenances* 1 EA $ 65,000.00 65,000.00$ 40 33 14 20 3314.327 - 6" Gate Valve* 2 EA $ 4,000.00 8,000.00$ 41 33 14 20 3314.328 - 8" Gate Valve* 11 EA $ 5,500.00 60,500.00$ 42 33 14 20 3314.329 - 12" Gate Valve* 26 EA $ 7,500.00 195,000.00$43 33 14 20 3314.330 - 16" Gate Valve* 6 EA $ 19,000.00 114,000.00$44 33 14 25 3314.345 - 8" x 8" Tapping Sleeve and Valve (City Performed)* 1 EA $ 7,800.00 7,800.00$ 45 33 14 25 3314.391 - 6" Water Main Connection with Shutdown 2 EA $ 9,000.00 18,000.00$ 46 33 14 25 3314.392 - 8" Water Main Connection with Shutdown 12 EA $ 9,500.00 114,000.00$ 47 33 14 25 3314.393 - 12" Water Main Connection with Shutdown 5 EA $ 12,000.00 60,000.00$ 48 33 14 25 3314.394 - 16" Water Main Connection with Shutdown 3 EA $ 19,000.00 57,000.00$ 49 33 14 30 3314.402 - 2" Air Release Valve and Vault* 3 EA $ 25,000.00 75,000.00$ 50 33 14 40 3314.407 - Fire Hydrant Assembly* 17 EA $ 8,500.00 144,500.00$51 34 71 13 3471.001 - Traffic Control 1 MO $ 15,000.00 15,000.00$ALTERNATE 1 - PROVIDE PRICING FOR ONLY ONE 30 33 05 07 3305.100 - 16" DIP Water Carrier Pipe*468 LF -$ 30a 33 05 15,3305.110 - 20" HDPE Water Carrier Pipe 468 LF 150.00$70,200.00$ ALTERNATE 2 - PROVIDE PRICING FOR ONLY ONE 31 33 05 07 3314.014 - 16" DIP Water Pipe*1,941 LF -$ 31a 33 05 15, 33 14 14 3314.222 - 20" HDPE Pressure Pipe, Water 1,941 LF 250.00$485,250.00$ 6,721,077.00$ 52 02 41 14 0241.010 - Grout Fill 6" Utility Line 1,604 LF $ 12.00 19,248.00$ 53 02 41 14 0241.011 - Grout Fill 8" Utility Line 271 LF $ 20.00 5,420.00$ 54 02 41 14 0241.029 - Remove 6" Utility Line 1,626 LF $ 35.00 56,910.00$ 55 02 41 14 0241.030 - Remove 8" Utility Line 1,307 LF $ 37.00 48,359.00$56 02 41 14 0241.050 - Remove 4' Utility Manhole 14 EA $ 3,000.00 42,000.00$57 02 41 14 0241.054 - Remove Utility Junction Structure (Lift Station) 1 EA $ 25,000.00 25,000.00$ 58 32 01 17 3201.007 - Flexible Paving Repair for Utility Trench 564 SY $ 140.00 78,960.00$ 59 32 01 29 3201.013 - Concrete Paving Repair for Utility Trench* 993 SY $ 220.00 218,460.00$ SECTION 00 42 43 - UNIT PRICE BID FORM BIDDERS APPLICATION - UNIT PRICE BID City of Denton Capital Projects 901-B Texas Street Denton, TX 76209 Attn: Cori Power/Purchasing Dept. TOTAL BID AMOUNT (Unit I): CJS 087 WASTEWATER IMPROVEMENTS - UNIT II SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Item No.COD SPEC Description of work BID QTY UOM Unit Price Extended Price 60 32 01 29 3211.002 - 6" Flexible Base, Type A, GR-1 560 SY $ 45.00 25,200.00$61 32 93 00 3293.015 - Topsoil 264 CY $ 10.00 2,640.00$ 62 32 93 00 3293.016 - Seeding 4,602 SY $ 2.00 9,204.00$ 63 32 93 00 3293.017 - Sodding 951 SY $ 7.00 6,657.00$ 64 33 05 05 3305.021 - Trench Safety 4,263 LF $ 1.00 4,263.00$ 65 33 05 07 3305.022 - 18" Casing by Open Cut* 51 LF $ 400.00 20,400.00$ 66 33 05 07 3305.023 - 24" Casing by Open Cut* 326 LF $ 410.00 133,660.00$ 67 33 05 07 3305.028 - 18" Casing by Other Than Open Cut* 150 LF $ 575.00 86,250.00$68 33 05 07 3305.029 - 24" Casing by Other Than Open Cut* 1,001 LF $ 630.00 630,630.00$69 33 05 15, 33 14 11, 33 31 14 3305.048 - 8" PVC Sanitary Sewer Carrier Pipe 201 LF $ 60.00 12,060.00$ 70 33 05 15, 33 31 14 3305.049 - 12" PVC Sanitary Sewer Carrier Pipe 252 LF $ 80.00 20,160.00$ 71 33 05 15, 33 14 11, 33 31 14 3305.088 - 6" HDPE Force Main Carrier Pipe 476 LF $ 60.00 28,560.00$ 72 33 05 15, 33 31 14 3305.091 - 12" HDPE Force Main Carrier Pipe 599 LF $ 80.00 47,920.00$ 73 33 05 61, 33 05 62 3305.126 - 4' Concrete Manhole* 17 EA $ 14,000.00 238,000.00$ 74 33 05 61, 33 05 62 3305.127 - 4' Drop Concrete Manhole* 2 EA $ 20,000.00 40,000.00$ 75 33 05 61, 33 05 62 3305.128 - 5' Concrete Manhole* 3 EA $ 15,000.00 45,000.00$76 33 05 61, 33 05 62 3305.132 - 4' Extra Depth Concrete Manhole* 40 VF $ 500.00 20,000.00$77 33 05 61, 33 05 62 3305.133 - 5' Extra Depth Concrete Manhole* 29 VF $ 700.00 20,300.00$78 33 31 14 3314.250 - 6" HDPE Pressure Pipe, Force Main 221 LF $ 280.00 61,880.00$ 79 33 31 14 3314.254 - 8" HDPE Pressure Pipe, Force Main 85 LF $ 240.00 20,400.00$ 80 33 31 14 3314.262 - 12" HDPE Pressure Pipe, Force Main 144 LF $ 220.00 31,680.00$ 81 33 31 14 3331.045 - 8" PVC Gravity Sewer Pipe 1,310 LF $ 280.00 366,800.00$ 82 33 31 14 3331.053 - 12" PVC Gravity Sewer Pipe 2,211 LF $ 240.00 530,640.00$ 83 33 31 14 3331.089 - 6" Sewer Service 8 EA $ 2,500.00 20,000.00$ 2,916,661.00$ 84 02 41 14 0241.016 - Grout Fill 16" Utility Line 221 LF 40.00$8,840.00$ 85 02 41 14 0241.029 - Remove 6" Utility Line 50 LF 44.00$2,200.00$ 86 02 41 14 0241.030 - Remove 8" Utility Line 188 LF 25.00$4,700.00$ 87 02 41 14 0241.032 - Remove 12" Utility Line 919 LF 27.00$24,813.00$88 02 41 14 0241.035 - Remove 16" Utility Line 14,092 LF 28.00$394,576.00$89 02 41 14 0241.056 - Remove 6" Water Valve 2 EA 700.00$1,400.00$ 90 02 41 14 0241.057 - Remove 8" Water Valve 1 EA 700.00$700.00$ 91 02 41 14 0241.059 - Remove 12" Water Valve 1 EA 700.00$700.00$ 92 02 41 14 0241.060 - Remove 16" Water Valve 5 EA 700.00$3,500.00$ 93 02 41 14 0241.0xx - Remove Water ARV 5 EA 750.00$3,750.00$ 94 02 41 14 0241.094 - Salvage Fire Hydrant 5 EA 1,200.00$6,000.00$ 95 02 41 14 0241.096 - Remove Concrete Water Vault 3 EA 1,500.00$4,500.00$96 31 01 17 3201.007 - Flexible Paving Repair for Utility Trench 15 SY 200.00$3,000.00$97 32 93 00 3293.015 - Topsoil 798 CY 10.00$7,980.00$98 32 93 00 3293.016 - Seeding 22,839 SY 2.00$45,678.00$ 99 33 01 12 3301.00x - Cathodic Protection System* 1 EA 1.00$1.00$ 100 33 05 05 3305.021 - Trench Safety 12,922 LF 1.00$12,922.00$ 101 33 05 07 3305.030 - 30" Casing by by Other Than Open Cut* 1,142 LF 700.00$799,400.00$ 102 33 05 15, 33 14 10 3305.100 - 16" DIP Water Carrier Pipe*1,142 LF -$ 103 33 14 10 3314.014 - 16" DIP Water Pipe*12,433 LF -$ 104 33 14 11 3314.017 - 16" DIP Water Pipe, CLSM Backfill*210 LF -$105 33 14 11 3314.146 - 12" PVC Water Pressure Pipe 279 LF 250.00$69,750.00$106 33 14 20 3314.329 - 12" Gate Valve* 7 EA 7,500.00$52,500.00$ 107 33 14 20 3314.330 - 16" Gate Valve* 20 EA 18,000.00$360,000.00$ 108 33 14 25 3314.393 - 12" Water Main Connection with Shutdown 1 EA 12,000.00$12,000.00$ 109 33 14 25 3314.394 - 16" Water Main Connection with Shutdown 2 EA 17,500.00$35,000.00$ 110 33 14 30 3314.402 - 2" Water Air Release Valve and Vault* 7 EA 20,000.00$140,000.00$ 111 34 71 13 3471.001 - Fire Hydrant Assembly* 5 EA 9,700.00$48,500.00$ 112 40 05 67 9999.999 - Meter Vault and Appurtenances (to UTRWD)* 1 EA 500,000.00$500,000.00$ 113 33 14 18 9999.999 - PRV Vault and Appurtenances* 1 EA 220,000.00$220,000.00$ ALTERNATE 1 - PROVIDE PRICING FOR ONLY ONE 102 33 05 07 3305.100 - 16" DIP Water Carrier Pipe*1,142 LF -$ 102a 33 05 15, 33 14 14 3305.110 - 20" HDPE Water Carrier Pipe 1,142 LF 150.00$171,300.00$ ALTERNATE 2 - PROVIDE PRICING FOR ONLY ONE 103 33 05 07 3314.014 - 16" DIP Water Pipe*12,433 LF -$ 103a 33 05 15, 33 14 14 3314.222 - 20" HDPE Pressure Pipe, Water 12,433 LF 266.00$3,307,178.00$ ALTERNATE 3 - PROVIDE PRICING FOR ONLY ONE 104 33 05 07 3314.017 - 16" DIP Water Pipe, CLSM Backfill*210 LF -$ 104a 33 05 15, 33 14 14 3314.225 - 20" HDPE Pressure Pipe, Water, CLSM Backfill*210 LF 500.00$105,000.00$ 6,345,888.00$ 114 01 70 00 0241.009 - Grout Fill 4" Utility Line 361 LF 15.00$5,415.00$ 115 02 41 14 0241.0xx - Remove Sewer ARV Appurtenance 5 EA 1,800.00$9,000.00$ 116 33 14 18 0241.028 - Remove 4" Utility Line 11,853 LF 25.00$296,325.00$ 310,740.00$ 16,294,366.00$ *All materials shall use domestically manufactured products that are composed predominately of steel and/or iron to incorporate into the permanent installation of the utility facility – in compliance with the Buy America provisions of 23 CFR 635.410 as amended. TOTAL BID AMOUNT (Unit IV): TOTAL PROJECT BID AMOUNT (Units I, II, III, & IV): TOTAL BID AMOUNT (Unit III): CJS 074 WASTEWATER IMPROVEMENTS - UNIT IV TOTAL BID AMOUNT (Unit II): CJS 074 WATER IMPROVEMENTS - UNIT III Page 2 of 3 SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 Fix pg # overlap IN-KIND REPLACMENT IN-KIND REPLACMENT IN-KIND REPLACMENT DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Form ROW-U-35 (Rev. 10/20) Page 6 ________________________________ Initial Date Initial Date TxDOT Utility Attachment “B” Accounting Method Actual Cost Method of Accounting The utility accumulates cost under a work order accounting procedure prescribed by the Federal or State regulatory body and proposes to request reimbursement for actual direct and related indirect costs. Lump Sum Method of Accounting Utility proposed to request reimbursement based on an agreed lump sum amount supported by a detailed cost analysis. DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 Form ROW-U-35 (Rev. 10/20) Page 7 ________________________________ Initial Date Initial Date TxDOT Utility Attachment “C” Schedule of Work Estimated Start Date: 9/11/2023, (subject to physical work restrictions prior to the issuance of environmental clearance as required by the provisions of this agreement) Estimated Duration (days): 200 Estimated Completion Date: 03/29/2024 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 Form ROW-U-35 (Rev. 10/20) Page 8 ________________________________ Initial Date Initial Date TxDOT Utility Attachment “D” Statement Covering Contract Work (ROW–U–48) (ROW–U–48–1, if applicable) Construction Contract: Utility performing with their own forces (timesheets will be required at the time of billing). Utility will use outside forces to perform the adjustment, complete attached ROW-U-48 or ROW-U-48-1 (joint bid). Engineering Contract: Utility performing with their own forces (timesheets will be required at the time of billing). Utility will use consultant contract (continuing contract rate sheets or fee schedule will be required). TxDOT will procure utility consultant. DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 U00017637 0195-02-079 NH2020 (576) Sara Hensley City Manager DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/2023 U00017637 CITY OF DENTON BID TABS FOR ROW CSJ 0195-03-079 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 From:Mountain Cascade of Texas, LLC 5340 East US Highway 67 Alvarado, TX 76009 Andrew L. McCulloch PROJ.:IH-35 Utility Relocations (from US380 to Milam Road)817-783-3094 IFB:7968-003 Contact Email amcculloch@mountaincascade.com Item No.COD SPEC Description of work BID QTY UOM Unit Price Extended Price CSJ 087 WATER IMPROVEMENTS -UNIT I 1 01 70 00 0170.001 - Mobilization 1 EA $ 1,000,000.00 1,000,000.00$2 02 41 14 0241.011 - Grout Fill 8" Utility Line 227 LF $ 20.00 4,540.00$ 3 02 41 14 0241.013 - Grout Fill 12" Utility Line 916 LF $ 21.00 19,236.00$ 4 02 41 14 0241.016 - Grout Fill 16" Utility Line 108 LF $ 33.00 3,564.00$ 5 02 41 14 0241.028 - Remove 4" Utility Line 25 LF $ 45.00 1,125.00$ 6 02 41 14 0241.029 - Remove 6" Utility Line 150 LF $ 35.00 5,250.00$ 7 02 41 14 0241.030 - Remove 8" Utility Line 1,605 LF $ 37.00 59,385.00$ 8 02 41 14 0241.032 - Remove 12" Utility Line 5,558 LF $ 35.00 194,530.00$9 02 41 14 0241.035 - Remove 16" Utility Line 2,466 LF $ 37.00 91,242.00$10 02 41 14 0241.056 - Remove 6" Water Valve 17 EA $ 700.00 11,900.00$11 02 41 14 0241.057 - Remove 8" Water Valve 3 EA $ 750.00 2,250.00$ 12 02 41 14 0241.059 - Remove 12" Water Valve 11 EA $ 800.00 8,800.00$ 13 02 41 14 0241.060 - Remove 16" Water Valve 2 EA $ 850.00 1,700.00$ 14 02 41 14 0241.094 - Salvage Fire Hydrant 15 EA $ 850.00 12,750.00$ 15 02 41 14 0241.095 - Salvage Water Meter 2 EA $ 850.00 1,700.00$ 16 02 41 14 0241.096 - Remove Concrete Water Vault 2 EA $ 900.00 1,800.00$ 17 31 01 17 3201.007 - Flexible Paving Repair for Utility Trench 1,356 SY $ 140.00 189,840.00$18 32 01 29 3201.013 - Concrete Paving Repair for Utility Trench* 905 SY $ 220.00 199,100.00$19 32 01 29 3216.005 - 4" Concrete Sidewalk 17 SY $ 250.00 4,250.00$ 20 32 93 00 3293.015 - Topsoil 581 CY $ 10.00 5,810.00$ 21 32 93 00 3293.016 - Seeding 12,863 SY $ 2.00 25,726.00$ 22 32 93 00 3293.017 - Sodding 2,861 SY $ 7.00 20,027.00$ 23 33 05 05 3305.021 - Trench Safety 9,404 LF $ 1.00 9,404.00$ 24 32 05 07 3305.028 - 18" Casing by Other Than Open Cut* 217 LF $ 500.00 108,500.00$ 25 33 05 07 3305.029 - 24" Casing by Other Than Open Cut* 1,144 LF $ 570.00 652,080.00$26 33 05 07 3305.023 - 24" Casing by Open Cut* 379 LF $ 430.00 162,970.00$27 33 05 07 3305.030 - 30" Casing by by Other Than Open Cut* 468 LF $ 700.00 327,600.00$ 28 33 05 15, 33 14 10 3305.098 - 8" DIP Water Carrier Pipe* 217 LF $ 110.00 23,870.00$ 29 33 05 15, 33 14 10 3305.099 - 12" DIP Water Carrier Pipe* 1,523 LF $ 150.00 228,450.00$ 30 SEE ALTERNATE 1 BELOW - provide bid for only ONE (30 OR 30a)468 LF -$ 31 SEE ALTERNATE 2 BELOW - provide bid for only ONE (31 OR 31a)1,941 LF -$ 32 33 14 10 3314.141 - 6" PVC Water Pressure Pipe 40 LF $ 220.00 8,800.00$ 33 33 14 11 3314.142 - 8" PVC Water Pressure Pipe 911 LF $ 340.00 309,740.00$34 33 14 11 3314.146 - 12" PVC Water Pressure Pipe 6,133 LF $ 236.00 1,447,388.00$35 33 14 17 3314.310 - 1" Water Service* 2 EA $ 3,500.00 7,000.00$36 33 14 17 3314.314 - 1-1/2" Water Service* 1 EA $ 4,000.00 4,000.00$ 37 33 14 17 3314.318 - 2" Water Service* 5 EA $ 4,500.00 22,500.00$ 38 33 14 18 3314.323 - 4" Water Meter, Vault and Appurtenances* 1 EA $ 55,000.00 55,000.00$ 39 33 14 18 3314.3xx - 8" Detector Check, Vault and Appurtenances* 1 EA $ 65,000.00 65,000.00$ 40 33 14 20 3314.327 - 6" Gate Valve* 2 EA $ 4,000.00 8,000.00$ 41 33 14 20 3314.328 - 8" Gate Valve* 11 EA $ 5,500.00 60,500.00$ 42 33 14 20 3314.329 - 12" Gate Valve* 26 EA $ 7,500.00 195,000.00$43 33 14 20 3314.330 - 16" Gate Valve* 6 EA $ 19,000.00 114,000.00$44 33 14 25 3314.345 - 8" x 8" Tapping Sleeve and Valve (City Performed)* 1 EA $ 7,800.00 7,800.00$ 45 33 14 25 3314.391 - 6" Water Main Connection with Shutdown 2 EA $ 9,000.00 18,000.00$ 46 33 14 25 3314.392 - 8" Water Main Connection with Shutdown 12 EA $ 9,500.00 114,000.00$ 47 33 14 25 3314.393 - 12" Water Main Connection with Shutdown 5 EA $ 12,000.00 60,000.00$ 48 33 14 25 3314.394 - 16" Water Main Connection with Shutdown 3 EA $ 19,000.00 57,000.00$ 49 33 14 30 3314.402 - 2" Air Release Valve and Vault* 3 EA $ 25,000.00 75,000.00$ 50 33 14 40 3314.407 - Fire Hydrant Assembly* 17 EA $ 8,500.00 144,500.00$51 34 71 13 3471.001 - Traffic Control 1 MO $ 15,000.00 15,000.00$ALTERNATE 1 - PROVIDE PRICING FOR ONLY ONE 30 33 05 07 3305.100 - 16" DIP Water Carrier Pipe*468 LF -$ 30a 33 05 15,3305.110 - 20" HDPE Water Carrier Pipe 468 LF 150.00$70,200.00$ ALTERNATE 2 - PROVIDE PRICING FOR ONLY ONE 31 33 05 07 3314.014 - 16" DIP Water Pipe*1,941 LF -$ 31a 33 05 15, 33 14 14 3314.222 - 20" HDPE Pressure Pipe, Water 1,941 LF 250.00$485,250.00$ 6,721,077.00$ 52 02 41 14 0241.010 - Grout Fill 6" Utility Line 1,604 LF $ 12.00 19,248.00$ 53 02 41 14 0241.011 - Grout Fill 8" Utility Line 271 LF $ 20.00 5,420.00$ 54 02 41 14 0241.029 - Remove 6" Utility Line 1,626 LF $ 35.00 56,910.00$ 55 02 41 14 0241.030 - Remove 8" Utility Line 1,307 LF $ 37.00 48,359.00$56 02 41 14 0241.050 - Remove 4' Utility Manhole 14 EA $ 3,000.00 42,000.00$57 02 41 14 0241.054 - Remove Utility Junction Structure (Lift Station) 1 EA $ 25,000.00 25,000.00$ 58 32 01 17 3201.007 - Flexible Paving Repair for Utility Trench 564 SY $ 140.00 78,960.00$ 59 32 01 29 3201.013 - Concrete Paving Repair for Utility Trench* 993 SY $ 220.00 218,460.00$ SECTION 00 42 43 - UNIT PRICE BID FORM BIDDERS APPLICATION - UNIT PRICE BID City of Denton Capital Projects 901-B Texas Street Denton, TX 76209 Attn: Cori Power/Purchasing Dept. TOTAL BID AMOUNT (Unit I): CJS 087 WASTEWATER IMPROVEMENTS - UNIT II SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Item No.COD SPEC Description of work BID QTY UOM Unit Price Extended Price 60 32 01 29 3211.002 - 6" Flexible Base, Type A, GR-1 560 SY $ 45.00 25,200.00$61 32 93 00 3293.015 - Topsoil 264 CY $ 10.00 2,640.00$ 62 32 93 00 3293.016 - Seeding 4,602 SY $ 2.00 9,204.00$ 63 32 93 00 3293.017 - Sodding 951 SY $ 7.00 6,657.00$ 64 33 05 05 3305.021 - Trench Safety 4,263 LF $ 1.00 4,263.00$ 65 33 05 07 3305.022 - 18" Casing by Open Cut* 51 LF $ 400.00 20,400.00$ 66 33 05 07 3305.023 - 24" Casing by Open Cut* 326 LF $ 410.00 133,660.00$ 67 33 05 07 3305.028 - 18" Casing by Other Than Open Cut* 150 LF $ 575.00 86,250.00$68 33 05 07 3305.029 - 24" Casing by Other Than Open Cut* 1,001 LF $ 630.00 630,630.00$69 33 05 15, 33 14 11, 33 31 14 3305.048 - 8" PVC Sanitary Sewer Carrier Pipe 201 LF $ 60.00 12,060.00$ 70 33 05 15, 33 31 14 3305.049 - 12" PVC Sanitary Sewer Carrier Pipe 252 LF $ 80.00 20,160.00$ 71 33 05 15, 33 14 11, 33 31 14 3305.088 - 6" HDPE Force Main Carrier Pipe 476 LF $ 60.00 28,560.00$ 72 33 05 15, 33 31 14 3305.091 - 12" HDPE Force Main Carrier Pipe 599 LF $ 80.00 47,920.00$ 73 33 05 61, 33 05 62 3305.126 - 4' Concrete Manhole* 17 EA $ 14,000.00 238,000.00$ 74 33 05 61, 33 05 62 3305.127 - 4' Drop Concrete Manhole* 2 EA $ 20,000.00 40,000.00$ 75 33 05 61, 33 05 62 3305.128 - 5' Concrete Manhole* 3 EA $ 15,000.00 45,000.00$76 33 05 61, 33 05 62 3305.132 - 4' Extra Depth Concrete Manhole* 40 VF $ 500.00 20,000.00$77 33 05 61, 33 05 62 3305.133 - 5' Extra Depth Concrete Manhole* 29 VF $ 700.00 20,300.00$78 33 31 14 3314.250 - 6" HDPE Pressure Pipe, Force Main 221 LF $ 280.00 61,880.00$ 79 33 31 14 3314.254 - 8" HDPE Pressure Pipe, Force Main 85 LF $ 240.00 20,400.00$ 80 33 31 14 3314.262 - 12" HDPE Pressure Pipe, Force Main 144 LF $ 220.00 31,680.00$ 81 33 31 14 3331.045 - 8" PVC Gravity Sewer Pipe 1,310 LF $ 280.00 366,800.00$ 82 33 31 14 3331.053 - 12" PVC Gravity Sewer Pipe 2,211 LF $ 240.00 530,640.00$ 83 33 31 14 3331.089 - 6" Sewer Service 8 EA $ 2,500.00 20,000.00$ 2,916,661.00$ 84 02 41 14 0241.016 - Grout Fill 16" Utility Line 221 LF 40.00$8,840.00$ 85 02 41 14 0241.029 - Remove 6" Utility Line 50 LF 44.00$2,200.00$ 86 02 41 14 0241.030 - Remove 8" Utility Line 188 LF 25.00$4,700.00$ 87 02 41 14 0241.032 - Remove 12" Utility Line 919 LF 27.00$24,813.00$88 02 41 14 0241.035 - Remove 16" Utility Line 14,092 LF 28.00$394,576.00$89 02 41 14 0241.056 - Remove 6" Water Valve 2 EA 700.00$1,400.00$ 90 02 41 14 0241.057 - Remove 8" Water Valve 1 EA 700.00$700.00$ 91 02 41 14 0241.059 - Remove 12" Water Valve 1 EA 700.00$700.00$ 92 02 41 14 0241.060 - Remove 16" Water Valve 5 EA 700.00$3,500.00$ 93 02 41 14 0241.0xx - Remove Water ARV 5 EA 750.00$3,750.00$ 94 02 41 14 0241.094 - Salvage Fire Hydrant 5 EA 1,200.00$6,000.00$ 95 02 41 14 0241.096 - Remove Concrete Water Vault 3 EA 1,500.00$4,500.00$96 31 01 17 3201.007 - Flexible Paving Repair for Utility Trench 15 SY 200.00$3,000.00$97 32 93 00 3293.015 - Topsoil 798 CY 10.00$7,980.00$98 32 93 00 3293.016 - Seeding 22,839 SY 2.00$45,678.00$ 99 33 01 12 3301.00x - Cathodic Protection System* 1 EA 1.00$1.00$ 100 33 05 05 3305.021 - Trench Safety 12,922 LF 1.00$12,922.00$ 101 33 05 07 3305.030 - 30" Casing by by Other Than Open Cut* 1,142 LF 700.00$799,400.00$ 102 33 05 15, 33 14 10 3305.100 - 16" DIP Water Carrier Pipe*1,142 LF -$ 103 33 14 10 3314.014 - 16" DIP Water Pipe*12,433 LF -$ 104 33 14 11 3314.017 - 16" DIP Water Pipe, CLSM Backfill*210 LF -$105 33 14 11 3314.146 - 12" PVC Water Pressure Pipe 279 LF 250.00$69,750.00$106 33 14 20 3314.329 - 12" Gate Valve* 7 EA 7,500.00$52,500.00$ 107 33 14 20 3314.330 - 16" Gate Valve* 20 EA 18,000.00$360,000.00$ 108 33 14 25 3314.393 - 12" Water Main Connection with Shutdown 1 EA 12,000.00$12,000.00$ 109 33 14 25 3314.394 - 16" Water Main Connection with Shutdown 2 EA 17,500.00$35,000.00$ 110 33 14 30 3314.402 - 2" Water Air Release Valve and Vault* 7 EA 20,000.00$140,000.00$ 111 34 71 13 3471.001 - Fire Hydrant Assembly* 5 EA 9,700.00$48,500.00$ 112 40 05 67 9999.999 - Meter Vault and Appurtenances (to UTRWD)* 1 EA 500,000.00$500,000.00$ 113 33 14 18 9999.999 - PRV Vault and Appurtenances* 1 EA 220,000.00$220,000.00$ ALTERNATE 1 - PROVIDE PRICING FOR ONLY ONE 102 33 05 07 3305.100 - 16" DIP Water Carrier Pipe*1,142 LF -$ 102a 33 05 15, 33 14 14 3305.110 - 20" HDPE Water Carrier Pipe 1,142 LF 150.00$171,300.00$ ALTERNATE 2 - PROVIDE PRICING FOR ONLY ONE 103 33 05 07 3314.014 - 16" DIP Water Pipe*12,433 LF -$ 103a 33 05 15, 33 14 14 3314.222 - 20" HDPE Pressure Pipe, Water 12,433 LF 266.00$3,307,178.00$ ALTERNATE 3 - PROVIDE PRICING FOR ONLY ONE 104 33 05 07 3314.017 - 16" DIP Water Pipe, CLSM Backfill*210 LF -$ 104a 33 05 15, 33 14 14 3314.225 - 20" HDPE Pressure Pipe, Water, CLSM Backfill*210 LF 500.00$105,000.00$ 6,345,888.00$ 114 01 70 00 0241.009 - Grout Fill 4" Utility Line 361 LF 15.00$5,415.00$ 115 02 41 14 0241.0xx - Remove Sewer ARV Appurtenance 5 EA 1,800.00$9,000.00$ 116 33 14 18 0241.028 - Remove 4" Utility Line 11,853 LF 25.00$296,325.00$ 310,740.00$ 16,294,366.00$ *All materials shall use domestically manufactured products that are composed predominately of steel and/or iron to incorporate into the permanent installation of the utility facility – in compliance with the Buy America provisions of 23 CFR 635.410 as amended. TOTAL BID AMOUNT (Unit IV): TOTAL PROJECT BID AMOUNT (Units I, II, III, & IV): TOTAL BID AMOUNT (Unit III): CJS 074 WASTEWATER IMPROVEMENTS - UNIT IV TOTAL BID AMOUNT (Unit II): CJS 074 WATER IMPROVEMENTS - UNIT III Page 2 of 3 SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 From:Oscar Renda Contracting 1100 Kubota Dr. Grapevine, TX 76051 Jon Dorma PROJ.:IH-35 Utility Relocations (from US380 to Milam Road)817-293-4263 IFB:7968-003 jdorma@southlandholdings.com Item No.COD SPEC Description of work BID QTY UOM Unit Price Extended Price CSJ 087 WATER IMPROVEMENTS -UNIT I 1 01 70 00 0170.001 - Mobilization 1 EA $ 2,250,000.00 2,250,000.00$2 02 41 14 0241.011 - Grout Fill 8" Utility Line 227 LF $ 10.00 2,270.00$ 3 02 41 14 0241.013 - Grout Fill 12" Utility Line 916 LF $ 20.00 18,320.00$ 4 02 41 14 0241.016 - Grout Fill 16" Utility Line 108 LF $ 35.00 3,780.00$ 5 02 41 14 0241.028 - Remove 4" Utility Line 25 LF $ 20.00 500.00$ 6 02 41 14 0241.029 - Remove 6" Utility Line 150 LF $ 20.00 3,000.00$ 7 02 41 14 0241.030 - Remove 8" Utility Line 1,605 LF $ 20.00 32,100.00$ 8 02 41 14 0241.032 - Remove 12" Utility Line 5,558 LF $ 20.00 111,160.00$9 02 41 14 0241.035 - Remove 16" Utility Line 2,466 LF $ 20.00 49,320.00$10 02 41 14 0241.056 - Remove 6" Water Valve 17 EA $ 200.00 3,400.00$11 02 41 14 0241.057 - Remove 8" Water Valve 3 EA $ 200.00 600.00$ 12 02 41 14 0241.059 - Remove 12" Water Valve 11 EA $ 200.00 2,200.00$ 13 02 41 14 0241.060 - Remove 16" Water Valve 2 EA $ 200.00 400.00$ 14 02 41 14 0241.094 - Salvage Fire Hydrant 15 EA $ 400.00 6,000.00$ 15 02 41 14 0241.095 - Salvage Water Meter 2 EA $ 400.00 800.00$ 16 02 41 14 0241.096 - Remove Concrete Water Vault 2 EA $ 400.00 800.00$ 17 31 01 17 3201.007 - Flexible Paving Repair for Utility Trench 1,356 SY $ 50.00 67,800.00$18 32 01 29 3201.013 - Concrete Paving Repair for Utility Trench* 905 SY $ 175.00 158,375.00$19 32 01 29 3216.005 - 4" Concrete Sidewalk 17 SY $ 100.00 1,700.00$ 20 32 93 00 3293.015 - Topsoil 581 CY $ 50.00 29,050.00$ 21 32 93 00 3293.016 - Seeding 12,863 SY $ 2.00 25,726.00$ 22 32 93 00 3293.017 - Sodding 2,861 SY $ 10.00 28,610.00$ 23 33 05 05 3305.021 - Trench Safety 9,404 LF $ 3.50 32,914.00$ 24 32 05 07 3305.028 - 18" Casing by Other Than Open Cut* 217 LF $ 750.00 162,750.00$ 25 33 05 07 3305.029 - 24" Casing by Other Than Open Cut* 1,144 LF $ 900.00 1,029,600.00$26 33 05 07 3305.023 - 24" Casing by Open Cut* 379 LF $ 400.00 151,600.00$27 33 05 07 3305.030 - 30" Casing by by Other Than Open Cut* 468 LF $ 1,000.00 468,000.00$ 28 33 05 15, 33 14 10 3305.098 - 8" DIP Water Carrier Pipe* 217 LF $ 300.00 65,100.00$ 29 33 05 15, 33 14 10 3305.099 - 12" DIP Water Carrier Pipe* 1,523 LF $ 400.00 609,200.00$ 30 SEE ALTERNATE 1 BELOW - provide bid for only ONE (30 OR 30a)468 LF -$ 31 SEE ALTERNATE 2 BELOW - provide bid for only ONE (31 OR 31a)1,941 LF -$ 32 33 14 10 3314.141 - 6" PVC Water Pressure Pipe 40 LF $ 350.00 14,000.00$ 33 33 14 11 3314.142 - 8" PVC Water Pressure Pipe 911 LF $ 400.00 364,400.00$34 33 14 11 3314.146 - 12" PVC Water Pressure Pipe 6,133 LF $ 300.00 1,839,900.00$35 33 14 17 3314.310 - 1" Water Service* 2 EA $ 4,000.00 8,000.00$36 33 14 17 3314.314 - 1-1/2" Water Service* 1 EA $ 5,000.00 5,000.00$ 37 33 14 17 3314.318 - 2" Water Service* 5 EA $ 6,000.00 30,000.00$ 38 33 14 18 3314.323 - 4" Water Meter, Vault and Appurtenances* 1 EA $ 65,000.00 65,000.00$ 39 33 14 18 3314.3xx - 8" Detector Check, Vault and Appurtenances* 1 EA $ 100,000.00 100,000.00$ 40 33 14 20 3314.327 - 6" Gate Valve* 2 EA $ 2,500.00 5,000.00$ 41 33 14 20 3314.328 - 8" Gate Valve* 11 EA $ 3,500.00 38,500.00$ 42 33 14 20 3314.329 - 12" Gate Valve* 26 EA $ 6,500.00 169,000.00$43 33 14 20 3314.330 - 16" Gate Valve* 6 EA $ 17,500.00 105,000.00$44 33 14 25 3314.345 - 8" x 8" Tapping Sleeve and Valve (City Performed)* 1 EA $ 6,000.00 6,000.00$ 45 33 14 25 3314.391 - 6" Water Main Connection with Shutdown 2 EA $ 3,000.00 6,000.00$ 46 33 14 25 3314.392 - 8" Water Main Connection with Shutdown 12 EA $ 3,000.00 36,000.00$ 47 33 14 25 3314.393 - 12" Water Main Connection with Shutdown 5 EA $ 3,000.00 15,000.00$ 48 33 14 25 3314.394 - 16" Water Main Connection with Shutdown 3 EA $ 5,000.00 15,000.00$ 49 33 14 30 3314.402 - 2" Air Release Valve and Vault* 3 EA $ 12,000.00 36,000.00$ 50 33 14 40 3314.407 - Fire Hydrant Assembly* 17 EA $ 10,000.00 170,000.00$51 34 71 13 3471.001 - Traffic Control 1 MO $ 50,000.00 50,000.00$ALTERNATE 1 - PROVIDE PRICING FOR ONLY ONE 30 33 05 07 3305.100 - 16" DIP Water Carrier Pipe*468 LF 500.00$234,000.00$ 30a 33 05 15,3305.110 - 20" HDPE Water Carrier Pipe 468 LF -$ ALTERNATE 2 - PROVIDE PRICING FOR ONLY ONE 31 33 05 07 3314.014 - 16" DIP Water Pipe*1,941 LF 650.00$1,261,650.00$ 31a 33 05 15, 33 14 14 3314.222 - 20" HDPE Pressure Pipe, Water 1,941 LF -$ 9,888,525.00$ 52 02 41 14 0241.010 - Grout Fill 6" Utility Line 1,604 LF $ 5.00 8,020.00$ 53 02 41 14 0241.011 - Grout Fill 8" Utility Line 271 LF $ 6.00 1,626.00$ 54 02 41 14 0241.029 - Remove 6" Utility Line 1,626 LF $ 20.00 32,520.00$ 55 02 41 14 0241.030 - Remove 8" Utility Line 1,307 LF $ 20.00 26,140.00$56 02 41 14 0241.050 - Remove 4' Utility Manhole 14 EA $ 1,200.00 16,800.00$57 02 41 14 0241.054 - Remove Utility Junction Structure (Lift Station) 1 EA $ 16,000.00 16,000.00$ 58 32 01 17 3201.007 - Flexible Paving Repair for Utility Trench 564 SY $ 55.00 31,020.00$ 59 32 01 29 3201.013 - Concrete Paving Repair for Utility Trench* 993 SY $ 120.00 119,160.00$ SECTION 00 42 43 - UNIT PRICE BID FORM BIDDERS APPLICATION - UNIT PRICE BID City of Denton Capital Projects 901-B Texas Street Denton, TX 76209 Attn: Cori Power/Purchasing Dept. TOTAL BID AMOUNT (Unit I): CJS 087 WASTEWATER IMPROVEMENTS SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Item No.COD SPEC Description of work BID QTY UOM Unit Price Extended Price 60 32 01 29 3211.002 - 6" Flexible Base, Type A, GR-1 560 SY $ 55.00 30,800.00$61 32 93 00 3293.015 - Topsoil 264 CY $ 55.00 14,520.00$ 62 32 93 00 3293.016 - Seeding 4,602 SY $ 2.00 9,204.00$ 63 32 93 00 3293.017 - Sodding 951 SY $ 10.00 9,510.00$ 64 33 05 05 3305.021 - Trench Safety 4,263 LF $ 3.00 12,789.00$ 65 33 05 07 3305.022 - 18" Casing by Open Cut* 51 LF $ 400.00 20,400.00$ 66 33 05 07 3305.023 - 24" Casing by Open Cut* 326 LF $ 400.00 130,400.00$ 67 33 05 07 3305.028 - 18" Casing by Other Than Open Cut* 150 LF $ 750.00 112,500.00$68 33 05 07 3305.029 - 24" Casing by Other Than Open Cut* 1,001 LF $ 900.00 900,900.00$69 33 05 15, 33 14 11, 33 31 14 3305.048 - 8" PVC Sanitary Sewer Carrier Pipe 201 LF $ 350.00 70,350.00$ 70 33 05 15, 33 31 14 3305.049 - 12" PVC Sanitary Sewer Carrier Pipe 252 LF $ 750.00 189,000.00$ 71 33 05 15, 33 14 11, 33 31 14 3305.088 - 6" HDPE Force Main Carrier Pipe 476 LF $ 300.00 142,800.00$ 72 33 05 15, 33 31 14 3305.091 - 12" HDPE Force Main Carrier Pipe 599 LF $ 475.00 284,525.00$ 73 33 05 61, 33 05 62 3305.126 - 4' Concrete Manhole* 17 EA $ 16,000.00 272,000.00$ 74 33 05 61, 33 05 62 3305.127 - 4' Drop Concrete Manhole* 2 EA $ 16,000.00 32,000.00$ 75 33 05 61, 33 05 62 3305.128 - 5' Concrete Manhole* 3 EA $ 18,000.00 54,000.00$76 33 05 61, 33 05 62 3305.132 - 4' Extra Depth Concrete Manhole* 40 VF $ 1,200.00 48,000.00$77 33 05 61, 33 05 62 3305.133 - 5' Extra Depth Concrete Manhole* 29 VF $ 1,500.00 43,500.00$78 33 31 14 3314.250 - 6" HDPE Pressure Pipe, Force Main 221 LF $ 100.00 22,100.00$ 79 33 31 14 3314.254 - 8" HDPE Pressure Pipe, Force Main 85 LF $ 125.00 10,625.00$ 80 33 31 14 3314.262 - 12" HDPE Pressure Pipe, Force Main 144 LF $ 150.00 21,600.00$ 81 33 31 14 3331.045 - 8" PVC Gravity Sewer Pipe 1,310 LF $ 135.00 176,850.00$ 82 33 31 14 3331.053 - 12" PVC Gravity Sewer Pipe 2,211 LF $ 150.00 331,650.00$ 83 33 31 14 3331.089 - 6" Sewer Service 8 EA $ 3,000.00 24,000.00$ 3,215,309.00$ 84 02 41 14 0241.016 - Grout Fill 16" Utility Line 221 LF 40.00$8,840.00$ 85 02 41 14 0241.029 - Remove 6" Utility Line 50 LF 20.00$1,000.00$ 86 02 41 14 0241.030 - Remove 8" Utility Line 188 LF 20.00$3,760.00$ 87 02 41 14 0241.032 - Remove 12" Utility Line 919 LF 20.00$18,380.00$ 88 02 41 14 0241.035 - Remove 16" Utility Line 14,092 LF 20.00$281,840.00$ 89 02 41 14 0241.056 - Remove 6" Water Valve 2 EA 200.00$400.00$ 90 02 41 14 0241.057 - Remove 8" Water Valve 1 EA 200.00$200.00$91 02 41 14 0241.059 - Remove 12" Water Valve 1 EA 200.00$200.00$92 02 41 14 0241.060 - Remove 16" Water Valve 5 EA 200.00$1,000.00$ 93 02 41 14 0241.0xx - Remove Water ARV 5 EA 400.00$2,000.00$ 94 02 41 14 0241.094 - Salvage Fire Hydrant 5 EA 400.00$2,000.00$ 95 02 41 14 0241.096 - Remove Concrete Water Vault 3 EA 400.00$1,200.00$ 96 31 01 17 3201.007 - Flexible Paving Repair for Utility Trench 15 SY 55.00$825.00$ 97 32 93 00 3293.015 - Topsoil 798 CY 60.00$47,880.00$ 98 32 93 00 3293.016 - Seeding 22,839 SY 2.00$45,678.00$99 33 01 12 3301.00x - Cathodic Protection System* 1 EA 185,000.00$185,000.00$100 33 05 05 3305.021 - Trench Safety 12,922 LF 3.00$38,766.00$101 33 05 07 3305.030 - 30" Casing by by Other Than Open Cut* 1,142 LF 1,000.00$1,142,000.00$ 102 33 05 15, 33 14 10 3305.100 - 16" DIP Water Carrier Pipe*1,142 LF -$ 103 33 14 10 3314.014 - 16" DIP Water Pipe*12,433 LF -$ 104 33 14 11 3314.017 - 16" DIP Water Pipe, CLSM Backfill*210 LF -$ 105 33 14 11 3314.146 - 12" PVC Water Pressure Pipe 279 LF 300.00$83,700.00$ 106 33 14 20 3314.329 - 12" Gate Valve* 7 EA 6,500.00$45,500.00$ 107 33 14 20 3314.330 - 16" Gate Valve* 20 EA 17,500.00$350,000.00$108 33 14 25 3314.393 - 12" Water Main Connection with Shutdown 1 EA 3,500.00$3,500.00$109 33 14 25 3314.394 - 16" Water Main Connection with Shutdown 2 EA 6,500.00$13,000.00$ 110 33 14 30 3314.402 - 2" Water Air Release Valve and Vault* 7 EA 12,000.00$84,000.00$ 111 34 71 13 3471.001 - Fire Hydrant Assembly* 5 EA 10,000.00$50,000.00$ 112 40 05 67 9999.999 - Meter Vault and Appurtenances (to UTRWD)* 1 EA 550,000.00$550,000.00$ 113 33 14 18 9999.999 - PRV Vault and Appurtenances* 1 EA 225,000.00$225,000.00$ ALTERNATE 1 - PROVIDE PRICING FOR ONLY ONE 102 33 05 07 3305.100 - 16" DIP Water Carrier Pipe*1,142 LF 500.00$571,000.00$ 102a 33 05 15, 33 14 14 3305.110 - 20" HDPE Water Carrier Pipe 1,142 LF -$ ALTERNATE 2 - PROVIDE PRICING FOR ONLY ONE 103 33 05 07 3314.014 - 16" DIP Water Pipe*12,433 LF 450.00$5,594,850.00$ 103a 33 05 15, 33 14 14 3314.222 - 20" HDPE Pressure Pipe, Water 12,433 LF -$ ALTERNATE 3 - PROVIDE PRICING FOR ONLY ONE 104 33 05 07 3314.017 - 16" DIP Water Pipe, CLSM Backfill*210 LF 600.00$126,000.00$ 104a 33 05 15, 33 14 14 3314.225 - 20" HDPE Pressure Pipe, Water, CLSM Backfill*210 LF -$ 9,477,519.00$ 114 01 70 00 0241.009 - Grout Fill 4" Utility Line 361 LF 3.00$1,083.00$ 115 02 41 14 0241.0xx - Remove Sewer ARV Appurtenance 5 EA 500.00$2,500.00$ 116 33 14 18 0241.028 - Remove 4" Utility Line 11,853 LF 20.00$237,060.00$ 240,643.00$ 22,821,996.00$ *All materials shall use domestically manufactured products that are composed predominately of steel and/or iron to incorporate into the permanent installation of the utility facility – in compliance with the Buy America provisions of 23 CFR 635.410 as amended. TOTAL BID AMOUNT (Unit IV): TOTAL PROJECT BID AMOUNT (Units I, II, III, & IV): TOTAL BID AMOUNT (Unit III): CJS 074 WASTEWATER IMPROVEMENTS - UNIT IV TOTAL BID AMOUNT (Unit II): Page 2 of 3IH-35 Utility Relocations (from US380 to Milam Road) IFB:7968-003 Oscar Renda Contracting SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Form ROW-U-35 (Rev. 10/20) Page 9 ________________________________ Initial Date Initial Date TxDOT Utility Attachment “E” Utility Joint Use Agreement – (ROW-U-JUA) and/or Utility Installation Request – (Form 1082) Utility Joint Use Agreement (ROW–U–JUA) Utility Installation Review/Permit Number: DAL20230112140252 and DAL20230112135929 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 Approval Form Online version 11/2005 APPROVAL To David Brown Date 5/16/2023 City of Denton Water Utilities Application No.DAL20230112140252 901 A Texas St District App. No.DAL20230112140252 Denton, TX 76209 Highway IH 0035 Control Section 019503 Maintenance Section Denton County Maintenance County Denton TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. DAL20230112140252 (District Application No. DAL20230112140252) dated 5/16/2023 and accompanying documentation, except as noted below. It is understood that it is the responsibility of the utility owner to contact TxDOT 48 hrs prior to the start of construction using the UIR System and by email or phone call to the area office Utility Coordinator. It is also the owners responsibility to contact TxDOT once the construction is complete. When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: General Dallas District Abandonment Request 11-14-2022 You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Justin Braudrick Title Utility Coordinator District Dallas DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Approval Form Online version 11/2005 APPROVAL To David Brown Date 5/16/2023 City of Denton Water Utilities Application No.DAL20230112135929 901 A Texas St District App. No.DAL20230112135929 Denton, TX 76209 Highway IH 0035 Control Section 019503 Maintenance Section Denton County Maintenance County Denton TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. DAL20230112135929 (District Application No. DAL20230112135929) dated 5/16/2023 and accompanying documentation, except as noted below. It is understood that it is the responsibility of the utility owner to contact TxDOT 48 hrs prior to the start of construction using the UIR System and by email or phone call to the area office Utility Coordinator. It is also the owners responsibility to contact TxDOT once the construction is complete. When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: General Dallas District Abandonment Request 11-14-2022 You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Justin Braudrick Title Utility Coordinator District Dallas DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Form ROW-U-35 (Rev. 10/20) Page 10 ________________________________ Initial Date Initial Date TxDOT Utility Attachment “F” Eligibility Ratio Eligibility Ratio established: 100 % Non-interstate Highway (Calculations attached) Interstate Highway ROW Utility Manual Chapter 8, Section 2 In developing the ratio, line length or number of poles is restricted to facilities located within the existing and proposed highway right of way. Facilities located outside the existing and proposed right of way limits will not be used in developing the ratio. Please see example of eligibility ratio calculations below. Plan Sheet or Page# In Easement (Eligible) Existing # of Poles or LF In Public ROW (Ineligible) Existing # of Poles or LF 1 0 0 2 84 22 3 90 385 4 238 96 Totals 412 503 Total Existing # of Poles or LF (Eligible)412 Total Existing # of Poles or LF (Ineligible)503 Total Existing # of Poles or LF 915 Total Existing # of Poles or LF (Eligible) divided by the Total Existing # of Poles or LF 45.03% DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 Form ROW-U-35 (Rev. 10/20) Page 11 ________________________________ Initial Date Initial Date TxDOT Utility Attachment “G” Betterment Calculation and Estimate Elective Betterment Ratio established: % (Calculation attached and justification below) Forced Betterment (Provide supporting documentation) Not Applicable Elective betterment justification statement: See narrative description and supporting documents, next pages. DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 Attachment G: Forced Betterment Easement Justification The city has had an ordinance in place prior to 2013 (see backup pages for time stamp date of ordinance) that requires utilities to be placed in an easement when adjacent to TxDOT ROW. Therefore, due to this ordinance, and the necessary relocation of water and sewer lines outside of the TxDOT ROW and to comply with UAR, the City has obtained easements for this project, following the State Uniform act and has performed independent TxDOT appraisals for all parcels and is seeking reimbursement for these acquisitions. Water Comparison HDPE to DIP See signed letter from City on page 5. See attached letter DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 401 N ELM STREET ■ DENTON, TEXAS ■ 76201 ■ 940.349.8451 DEVELOPMENT SERVICES DEPARTMENT “Dedicated to Quality Service” www.cityofdenton.com May 9, 2023 Ms Darla Payberah TxDOT – Dallas District 4777 East Highway 80 Mesquite, TX 75150 SUBJECT: 20’ Utility Easement Along TxDOT Rights-of-Way Dear Ms. Payberah, All utilities in a development shall be provided in street rights-of-way except in special circumstances, one of which being when the development is along a TxDOT right-of-way. The City of Denton requires a minimum 20’ utility easement along all TxDOT right of ways. This has been in effect since the adoption of the 2002 Denton Development Code in subsection 35.21.4 and was carried over to the 2019 Denton Development Code in subsection 7.6.7. If you have any questions, you may contact me at 940-349-8351 or via email at erin.stanley@cityofdenton.com. Sincerely, Erin Stanley Assistant Planner DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 CAPITAL PROJECTS                                                             401 North Elm Street ▪ Denton, TX 76201 ▪ (940) 349‐8910  OUR CORE VALUES Inclusion ▪ Collaboration ▪ Quality Service ▪ Strategic Focus ▪ Fiscal Responsibility  ADA/EOE/ADEA  www.cityofdenton.com TDD (800) 735‐2989  June 12, 2023 Texas Department of Transportation 4777 US Highway 80 E Mesquite, TX 75150-6642 RE: Water Comparison HDPE to DIP Dear Ms. Darla Payberah, The existing 16-inch water transmission main conflicts with the State’s I-35 widening project and was proposed to be replaced with a 16-inch ductile iron pipe (DIP), but also bid HDPE as an alternative. The City only allows DIP and HDPE (but not PVC) for this size water transmission line, however the 16- inch DIP is undergoing extremely long lead times (9 plus months). To clear TxDOT’s requested ready to let date, the City set a short contract duration for this relocation project. To achieve the accelerated schedule, the city allowed contractors to consider either DIP or HDPE pipe when bidding the city’s relocation project (see unit price bid sheet). This is a direct benefit to the highway project and should not be considered elective betterment. HDPE pipe has a thicker wall and smaller inner diameter than the same sized DIP. To achieve the same flow characteristics as a 16-inch DIP, a 20-inch HDPE pipe is required. The below chart shows the difference in pipe inner diameters (ID) between HDPE and DIP. Sincerely, DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Form ROW-U-35 (Rev. 10/20) Page 12 ________________________________ Initial Date Initial Date TxDOT Utility Attachment “H” Proof of Property Interest Supporting documentation of compensable property interest that establishes reimbursement eligibility as referenced in Texas Transportation Code §203.092. Property interest documented through applicable affidavits and required attachments. ROW-U-Affidavit The roadway improvement project is designated as an Interstate Highway project; therefore, no supporting documentation of compensable interest is required. DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 7/31/20237/31/2023 Denton CAD No. TxDOT Parcel No.Property Owner LF of EasementAcquisition Width (ft) Total (SF)Anticipated Fee Price/SF Total Easement Value LF of EasementAcquisition Width (ft) Total (SF) Anticipated Fee Price/SF Total EasementValue Title PolicyFee Total EasementTotal Water EasementTotal Sewer Easement Total 754965 1 BLUE BEACON INTERNAIONAL INC 818 20 16,359 $1.30 $21,267.00 $317.00 $21,584.00 $21,584.00 $0.00 179418, 36795, 37692, 632459 2 CATDENTON 35 SIX INC 9149 20 182,976 $1.50 $274,464.00 $321.00 $274,785.00 $137,392.50 $137,392.50 37353, 37076 8/8A CATDENTON 35 INC 6203 20 124,051 $1.35 $167,469.00 $321.00 $167,790.00 $83,895.00 $83,895.00 297205 11 NDMAC LTD 2373 20 47,460 $1.26 $59,941.00 $589.00 $60,530.00 $60,530.00 $0.00 135315 14 MUSKET CORP #217 966 20 19,325 $1.65 $31,886.00 $390.00 $32,276.00 $32,276.00 $0.00 37070 16 CRAWFORD, KURT WILLIAM TR OF THE CRAWFORD 768 20 15,352 $2.81 $43,177.50 $471.00 $43,648.50 $43,648.50 $0.00 $600,613.50 $379,326.00 $221,287.50 34524 2 Kaylan's Inc 102 20 2,036 $25.77 $52,465.00 $536.00 $53,001.00 $53,001.00 $0.00 34525 3 MALA STRANA LLC 108 20 2,164 $27.77 $60,103.00 $593.00 $60,696.00 $30,348.00 $30,348.00 618924 4 HOME DEPOT USA INC 438 20 8,752 $12.40 $108,516.00 $321.00 $108,837.00 $108,837.00 $0.00 34521 5 Maruti Jalaram LLC 166 20 3,322 $12.64 $42,000.00 $465.00 $42,465.00 $21,232.50 $21,232.50 34517 6 Coconut Properties LLC 153 20 3,064 $10.10 $30,959.00 $383.00 $31,342.00 $15,671.00 $15,671.00 86868 8 Paces Hotels LLC 348 20 6,957 $10.78 $75,000.00 $700.00 $75,700.00 $37,850.00 $37,850.00 693328 9 Health Services of North Texas, Inc.150 20 3,003 $12.02 $36,109.00 $422.00 $36,531.00 $36,531.00 $0.00 675206 14 Three Willows Land Development LLC 145 20 2,896 $6.38 $18,462.00 50 25 1,244 $2.55 $3,172.00 $296.00 $21,930.00 $21,930.00 $0.00 523508 15A Hunt Windsor LLC 1389 20 27,779 $5.13 $142,518.00 $321.00 $142,839.00 $142,839.00 $0.00 775494 15B 32 HUNDRED WINDSOR GARDENS LP & JRM 293 20 5,867 $22.97 $134,743.00 $321.00 $135,064.00 $135,064.00 $0.00 87582 16.1 Salvaging Teens at Risk Inc D/B/A The Educator Center 54 20 1,089 $6.25 $6,806.00 48 25 1,203 $2.50 $3,008.00 $238.00 $10,052.00 $10,052.00 $0.00 773229 16 Zimmerer Denton LLC 320 20 6,406 $9.85 $63,089.00 $613.00 $63,702.00 $31,851.00 $31,851.00 765175 17/18 RV LAND ACQUISITION LP 293 20 5,868 $7.05 $41,387.00 244 25 6,100 $1.90 $11,590.00 $457.00 $53,434.00 $53,434.00 $0.00 632465 19 Catdenton 35 Four Inc 2608 20 52,151 $5.13 $267,562.00 $321.00 $267,883.00 $267,883.00 $0.00 613725 20 Wilbarger Street, LP 443 20 8,862 $13.86 $122,867.73 $321.00 $123,188.73 $61,594.37 $61,594.37 160306 21 The Rockline-Denton Group P/S 561 20 11,228 $8.94 $100,330.00 $321.00 $100,651.00 $50,325.50 $50,325.50 174371 25 Harris, Lisa J Investment Trust 90 20 1,800 $4.63 $8,325.00 $238.00 $8,563.00 $8,563.00 $0.00 40201, 36937 36/37 Westglen Partners LTD 751 20 15,028 $8.78 $132,020.87 $321.00 $132,341.87 $132,341.87 $0.00 699314 38 Love's Travel Stops & Country Stores Inc 1611 20 32,221 $6.13 $197,543.00 $321.00 $197,864.00 $98,932.00 $98,932.00 36958 39 Foster, Mark D & Madeline 361 20 7,227 $6.12 $44,265.00 $479.00 $44,744.00 $44,744.00 $0.00 39525 40 TA Operating LLC 1080 20 21,604 $7.90 $170,703.00 $321.00 $171,024.00 $85,512.00 $85,512.00 $1,881,852.60 $1,448,536.24 $433,316.37 126931 124 UNT 1021 28 28,597 $20.00 $457,552.00 $321.00 $457,873.00 $228,936.50 $228,936.50 132006 2 TXDOT 434 25 10,859 $15.00 $130,308.00 $321.00 $130,629.00 $0.00 $130,629.00 36534 2A TXDOT 26 25 650 $15.00 $7,800.00 $238.00 $8,038.00 $0.00 $8,038.00 132008 2B TXDOT 84 25 2,104 $15.00 $25,248.00 $345.00 $25,593.00 $0.00 $25,593.00 107996 5 STRUGA PARTNERS LTD P/S 270 20 1,978 $8.95 $17,708.00 $292.00 $18,000.00 $9,000.00 $9,000.00 CSJ-087 CSJ-090 CSJ-074 Permanent Permanent Temporary Construction Easement Temporary Construction Easement City of Denton I-35 (from I-35 merge/split to Milam) W/WW Easements Appraisal Permanent + Temporary Construction Easement + Title Policy Fee SEE U000XXXXX CITY OF DENTON AGREEMENT- RCSJ 0195-03-074 SEE U00011547 CITY OF DENTON AGREEMENT- RCSJ 0195-02-091 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Denton CADNo.TxDOT ParcelNo.Property Owner LF ofEasement Acquisition Width(ft) Total (SF)AnticipatedFee Price/SF Total Easement Value LF ofEasement Acquisition Width(ft)Total(SF)AnticipatedFee Price/SF TotalEasement Value TitlePolicy Fee TotalEasement Total WaterEasement Total Sewer EasementTotal CSJ-074 Permanent Permanent Temporary Construction Easement Temporary Construction Easement Permanent + Temporary Construction Easement + Title Policy Fee 108000 6 STUGA PARTNERS 398 20 4,782 $6.76 $32,345.00 $393.00 $32,738.00 $16,369.00 $16,369.00 108002 9 2701 W OAK STREET LLC 223 20 4,467 $18.75 $83,756.25 $759.00 $84,515.25 $84,515.25 $0.00 126918 10 DENTON COUNTY 555 28 13,879 $6.96 $77,298.00 $713.00 $78,011.00 $39,005.50 $39,005.50 36546 36551 11/12 BEN E KEITH 298 20 5,958 $16.61 $79,152.00 $729.00 $79,881.00 $79,881.00 $0.00 171183 16 BEN E KEITH 1093 20 21,858 $8.59 $150,195.00 $321.00 $150,516.00 $150,516.00 $0.00 39258 17 BEN E KEITH CO 426 45 14,203 $8.44 $95,870.00 $845.00 $96,715.00 $96,715.00 $0.00 209152 19.1 TEXAS BLUE HORSESHOE LTD 1257 20 25,137 $6.25 $157,107.00 $321.00 $157,428.00 $78,714.00 $78,714.00 755868 19.2 ALL STORAGE DENTON LLC 733 20 14,665 $9.13 $133,903.00 $321.00 $134,224.00 $0.00 $134,224.00 755868 19.3 ALL STORAGE DENTON LLC 137 20 2,735 $11.10 $30,368.00 $380.00 $30,748.00 $0.00 $30,748.00 165500 20 ERI-HQ LP 200 20 3,990 $6.80 $27,142.00 $358.00 $27,500.00 $13,750.00 $13,750.00 194819 24 RETAIL BLDG INC 233 20 4,667 $15.63 $72,941.00 $681.00 $73,622.00 $36,811.00 $36,811.00 188305 25 GOLDEN ARCH LTD 150 20 3,002 $20.84 $62,570.00 $611.00 $63,181.00 $31,590.50 $31,590.50 167552 26 CB PORTOLIO OWNER LLC 370 20 7,398 $13.64 $100,927.00 $321.00 $101,248.00 $101,248.00 $0.00 167551 27 VICTRON STORES LP 333 20 6,660 $15.50 $103,230.00 $321.00 $103,551.00 $51,775.50 $51,775.50$1,854,011.25 $1,018,827.25 $835,184.00 Total CSJ 074 20276 20 405,523 $20.00 $598,205 0 20 -$5.00 $0 $2,409 CSJ 087 11466 20 229,324 $20.00 $1,855,774 342 20 8,547 $5.00 $17,770 $8,309 CSJ 090 8242 20 177,589 $20.00 $1,845,420 0 20 -$5.00 $0 $8,591 33435 20 664,832 $20.00 $3,050,385 342 20 8,547 $5.00 $17,770 $15,350 6549 20 147,604 $20.00 $1,249,014 $3,959 39984 20 812,436 $20.00 $4,299,398 342 20 8,547 $5.00 $17,770 $19,309 $4,336,477 $2,846,689 $1,489,788 $0.66 $0.34 Total with Permanent, Temporary Easements and Title:$4,336,477 Water Department Easement $3,083,504.75 Shared Easements with DME $1,252,972.60 Combined Total $4,336,477.35 50% of DME $626,486.30 Total Water/WW Budget $3,709,991.05 Combined Total Shared Easements with DME Water Department Easement Combined Total Combined Total Combined Total SEE U000XXXXX CITY OF DENTON AGREEMENT- RCSJ 0195-03-074 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 20' PERMANENTWATER EASEMENT(DOC# 1997-072074)DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 20' PERMANENTWATER EASEMENT(DOC# 1997-072074)DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 20' PERMANENTWATER EASEMENT(DOC# 1997-072074)DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 20' PERMANENT WATERLINE EASEMENT(DOC# 1997-072075)DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 20' PERMANENT WATERLINE EASEMENT(DOC# 1997-071534)20' PERMANENT WATERLINE EASEMENT(DOC# 1997-072075)DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 20' PERMANENT WATERLINE EASEMENT(DOC# 1997-071534)DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 20' PERMANENT WATERLINE EASEMENT(DOC# 1997-071534)DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 20' PERMANENT WATERLINE EASEMENT(DOC# 1997-059180)DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 20' PERMANENT WATERLINE EASEMENT(DOC# 1997-059180)DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 city of denton maintainsDocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 TxDOT Highway Project Number: 0195-02-074 TxDOT Parcel 01 RCSJ 0195-02-079 From: US77/Barthold Dr. To: Milam Rd Utility Longitudinal Stations: Sta 2234+38 LT to Sta 2241+57 LT Existing Easement Instrument Number 2019-171 & 2010-84664 LOT 1, BLOCK A OF BLUE BEACON INTERNATIONAL ADDITION BEING 11.787 ACRES IN THE S.L. JOHNSON SURVEY A-683 CITY OF DENTON, DENTON COUNTY, TEXAS U00017637 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 TxDOT Highway Project Number: 0195-02-074 TxDOT Parcel 02 RCSJ 0195-02-079 From: US77/Barthold Dr. To: Milam Rd Utility Longitudinal Stations: Sta 2226+58 RT to Sta 2280+10 RT Existing Easement Instrument Number DOC# 1997-069142 & DOC# 1997-072074 BEING 4.2005 ACRES IN THE IGNACIO DE-LOS-SANTOS COY SURVEY A-212, S.L. JOHNSON SURVEY A-683, ALEXANDER WHITE SURVEY A-1406 BEING PART OF A 397.160 ACRE TRACT CATDENTON 35 SIX, INC. CITY OF DENTON, DENTON COUNTY, TEXAS U00017637 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 TxDOT Highway Project Number: 0195-02-074 TxDOT Parcel 08 RCSJ 0195-02-079 From: US77/Barthold Dr. To: Milam Rd Utility Longitudinal Stations: Sta 2280+10 RT to Sta 2331+22 RT Existing Easement Instrument Number DOC# 1997-072075 & DOC# 1997-071534 BEING 1.2399 & 1.6080 ACRES IN THE JOHN AYERS SURVEY A-2, THE IGNACIO DE-LOS-SANTOS COY SURVEY A-212 BEING PART OF A 934.575 ACRE TRACT CATDENTON 35, INC. CITY OF DENTON, DENTON COUNTY, TEXAS U00017637 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 TxDOT Highway Project Number: 0195-02-074 TxDOT Parcel 11 RCSJ 0195-02-079 From: US77/Barthold Dr. To: Milam Rd Utility Longitudinal Stations: Sta 2331+22 RT to Sta 2352+43 RT Existing Easement Instrument Number DOC# 1997-059180 BEING 0.9867 & 0.1028 ACRES IN THE JOHN AYERS SURVEY A-2, BEING PART OF A 58.823 & 80.379 ACRE TRACT NDMAC, LTD. CITY OF DENTON, DENTON COUNTY, TEXAS U00017637 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 TxDOT Highway Project Number: 0195-02-074 TxDOT Parcel 14 RCSJ 0195-02-079 From: US77/Barthold Dr. To: Milam Rd Utility Longitudinal Stations: Sta 2352+43 RT to Sta 2360+11 RT Existing Easement Instrument Number 1988-57574, 1997-59181, & 1999-113602 BEING 0.4436 ACRES IN THE JOHN AYERS SURVEY A-2, BEING PART OF A 13.7027 ACRE TRACT MUSKET CORPORATION #217 CITY OF DENTON, DENTON COUNTY, TEXAS U00017637 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 TxDOT Highway Project Number: 0195-02-074 TxDOT Parcel 16 RCSJ 0195-02-079 From: US77/Barthold Dr. To: Milam Rd Utility Longitudinal Stations: Sta 2358+08 RT to Sta 2360+11 RT Existing Easement Instrument Number 2020-166096 BEING 0.3524 ACRES IN THE JOHN AYERS SURVEY A-2, BEING PART OF A 10 ACRE TRACT KURT WILLIAM CRAWFORD CITY OF DENTON, DENTON COUNTY, TEXAS U00017637 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 DocuSign Envelope ID: 2747E5F4-8C3D-42B6-AB35-B03FD9236146 Certificate Of Completion Envelope Id: 2747E5F48C3D42B6AB35B03FD9236146 Status: Completed Subject: Complete with DocuSign: U00017637_Complete SUA_City of DentonPart-1.pdf, U00017637_Complete SUA... Source Envelope: Document Pages: 216 Signatures: 5 Envelope Originator: Certificate Pages: 5 Initials: 27 Jose Olivares AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 125 E. 11th Street Austin, TX 78701 Jose.Olivares@txdot.gov IP Address: 204.64.21.247 Record Tracking Status: Original 7/31/2023 3:23:10 PM Holder: Jose Olivares Jose.Olivares@txdot.gov Location: DocuSign Security Appliance Status: Connected Pool: StateLocal Storage Appliance Status: Connected Pool: Texas Department of Transportation Location: DocuSign Signer Events Signature Timestamp Sara Hensley Sara.Hensley@cityofdenton.com City Manager City of Denton Security Level: Email, Account Authentication (Optional) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 7/31/2023 3:44:05 PM Viewed: 7/31/2023 3:49:50 PM Signed: 7/31/2023 3:51:51 PM Electronic Record and Signature Disclosure: Accepted: 5/13/2021 9:28:56 AM ID: 5f539cc8-796b-401d-b6e3-eeba072b5a62 Lesley Taylor Lesley.Taylor@txdot.gov Texas Department of Transportation Security Level: Email, Account Authentication (Optional)Signature Adoption: Pre-selected Style Using IP Address: 204.64.21.250 Sent: 7/31/2023 3:52:18 PM Viewed: 7/31/2023 4:34:57 PM Signed: 7/31/2023 4:42:10 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Darla Payberah Darla.Payberah@txdot.gov Utility and Survey Supervisor TXDOT Security Level: Email, Account Authentication (Optional) Signature Adoption: Pre-selected Style Using IP Address: 108.71.183.12 Signed using mobile Sent: 7/31/2023 4:42:36 PM Viewed: 7/31/2023 5:03:27 PM Signed: 7/31/2023 5:05:15 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign James T. Campbell James.Campbell@txdot.gov Director or TP&D Texas Department of Transportation Security Level: Email, Account Authentication (Optional) Signature Adoption: Uploaded Signature Image Using IP Address: 204.64.21.251 Sent: 7/31/2023 5:05:40 PM Viewed: 8/1/2023 8:27:12 AM Signed: 8/1/2023 8:27:14 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Signer Events Signature Timestamp John Hudspeth John.Hudspeth@txdot.gov Deputy District Engineer Texas Department of Transportation Security Level: Email, Account Authentication (Optional) Signature Adoption: Uploaded Signature Image Using IP Address: 204.64.21.251 Sent: 8/1/2023 8:27:35 AM Viewed: 8/2/2023 9:33:41 AM Signed: 8/2/2023 9:34:10 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 7/31/2023 3:44:05 PM Certified Delivered Security Checked 8/2/2023 9:33:41 AM Signing Complete Security Checked 8/2/2023 9:34:10 AM Completed Security Checked 8/2/2023 9:34:10 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Texas Department of Transportation (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact Texas Department of Transportation: Electronic Record and Signature Disclosure created on: 1/9/2015 7:21:34 AM Parties agreed to: Sara Hensley You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: kevin.setoda@txdot.gov To advise Texas Department of Transportation of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at kevin.setoda@txdot.gov and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from Texas Department of Transportation To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to kevin.setoda@txdot.gov and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Texas Department of Transportation To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to kevin.setoda@txdot.gov and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings:  Allow per session cookies  Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that:  I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and  I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and  Until or unless I notify Texas Department of Transportation as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by Texas Department of Transportation during the course of my relationship with you.