R-2017-4492 - 6/8/2017 RESOLUTION NO. R-2017-4492
WHEREAS, United Parcel Service, Inc. ("UPS") has announced the location of a new
distribution warehouse within the City limits; and
WHEREAS, the City of Round Rock ("City") and UPS desire to cooperate in the construction
of certain roadway and waterline improvements ("Improvements") servicing the Roundville Lane
Development; and
WHEREAS, the City and UPS desire to enter into a Development Agreement to outline each
party's duties and obligations in regards to the development,Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City the attached
Development Agreement, a copy of same being attached hereto as Exhibit"A" and incorporated herein
for all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 8th day of June, 2017.
CRAIG RGA ayor
City of ound Ro , Texas
ATTEST:
— 4,/U L/ 4
SARA L. WHITE, City Clerk
0112.1704;00379144
EXHIBIT
DEVELOPMENT AGREEMENT
BY AND BETWEEN
THE CITY OF ROUND ROCK, TEXAS
AND
UNITED PARCEL SERVICE
This Development Agreement is made and entered into this day of , 2017,
by and between the City of Round Rock,Texas(the"City"or"CORK'),a political subdivision of
the State of Texas, and United Parcel Service, Inc., an Ohio corporation("UPS").
WHEREAS, UPS has announced the location of a new distribution warehouse within the
City limits; and
WHEREAS, the City and'UPS desire to cooperate in the construction of certain roadway
and waterline improvements ("Improvements") servicing the Development; and
WHEREAS, the purpose of this Agreement is to outline each party's duties and
obligations;
NOW, THEREFORE, in consideration of the mutual covenants and conditions herein
contained, the parties agree as follows:
I.
1. Recitals. The recitals set forth above are incorporated herein for allpurposes and are found
by the parties to be true and correct. It is further deternzined that both parties have authorized and
approved this Agreement, and that this Agreement will be in full force and effect when executed
by each party.
2. Property Description. The property("Property")owned by UPS is shown on Exhibit"A",
attached hereto.
3. Project Definition.The"Road Project"shall be comprised of both the"UPS Road Project"
and the "Roundville Lane Project". The "UPS Road Project" shall be the (i) new construction of
approximately eight hundred and twenty (820) linear feet of Roundville Lane, as depicted in
Exhibit`B", attached hereto,which consists of the construction of a thirty-six(36)foot(measured
face-of-curb to face-of-curb), three lane concrete roadway from existing Roundville Lane to the
access road of SII 45, (ii) the design and construction of two (2) right turn deceleration lanes
("Deceleration Lanes") along northbound A.W. Grimes Blvd. at Roundville .Lane and along the
eastbound SH 45 frontage road at the proposed Roundville Lane intersection, (iii)a traffic signal,
as described in. Section 6.C., below, (iv) the design and construction of a waterline within
Roundville Lane, as described in Section 6.D. and 6.E., (v) the design and construction of a
wastewater line as described in Section 6.17,and(vi)stormwater mitigation as described in Section
6.G, all as shown on Exhibit`B".
The "Roundville Lane Project" shall be the (i) re-construction. of approximately two
thousand (2,000) linear feet of the existing Roundville .Lane, including stormwater mitigation,
ups 5-10-17(00377689-NA08F8)
which is shown in red on Exhi.bit "B", (ii) the design and construction of a waterline within
Roundville Lane, as described in Section 6.D. and 6.E., and (iii)the design and construction of a
wastewater line as described in Section 61.
4. Project Costs. "UPS Road Project" and"Roundville Lane Project" costs shall include all
reasonable,competitively bid,third-party costs for the design and construction of Roundville Lane.
The "UPS Road Project" costs shall be limited to the design and construction of the extension of
Roundville Lane to the SH 45 access road., as shown in yellow and labeled UPS Road Project on
Exhibit"B",the Deceleration Lanes,the pro-rata share of the traffic signal, the reimbursement of
the City of Round.Rock for the purchase of certain.lands as described in Section 6.A.,the waterline
as provided for in Section 6.D., and the wastewater line as provided for in Section G.F.
5. City Participation.
A. The City shall be wholly .responsible for the design and construction of the
Roundville Lane Project and the UPS Road Project.
B. Subject to force majeure, the City shall (i) design and engineer the UPS Road
Project and Roundville Lane Project on.or before November 30, 2017 pursuant to the initial plans
as attached hereto as Exhibit C and made a part hereof; (ii) acquire such land not currently owned
by UPS or its affiliate at the time of this Agreement including without limitation all necessary
drainage and slope easements and right-of-way on. or before December 31, 2017 (iii) commence
construction of the Road Project by December 31, 2017 (iv) substantially complete construction
by September 30, 2018 and (v) accept such Road Project as public improvements no later than
fourteen(14) days after final punch-list items are completed. Time is of the essence with respect
to the foregoing obligations.
C. City represents and warrants that it has obtained all necessary approvals to execute
this Agreement and to commence the Roundville Lane Project and UPS Road Project.
D. City agrees, to the maximum extent allowed by law, to indemnify and hold UPS
harmless from and against any and all damages, fines, expenses (including reasonable attorney's
fees and consultant's fees), and claims for personal injury and/or property damage arising out of
any work performed pursuant to this Agreement on UPS Property. Prior to City's and/or City's
contractor's entry onto the Property, City shall provide UPS with evidence of insurance (or shall
cause City's contractors to do so), including the following coverage:
(i) Comprehensive Automobile and Vehicle Liability insurance covering
claims for injuries to property of others arising from use of motor vehicles, including onsite and
offsite operations, and owned and non-owned or hired vehicles, 1AIth $3,000,000 combined single
limits. UPS and BT-OH, LLC, a Delaware limited liability company, shall be named as additional
insureds on such auto and vehicle liability policy and City and/or City's contractors shall provide
satisfactory evidence to UPS of such additional insured status.
(ii) Commercial General Liability insurance covering claims for injuries to
members of the public or damage to property arising out of any covered.negligent act or omission
of City and any of its employees, agents, or subcontractors with $3,000,000 per occurrence and
in the aggregate. UPS and BT-011, LLC, a Delaware limited liability company, shall be named as
2.
additional insureds on such general liability policy and City and/or City's contractors shall provide
satisfactory evidence to UPS of such additional insured status.
Notwithstanding the foregoing, City may self-insure the coverages specified in (i) and. (ii)
immediately above. In addition, City shall require City's contractors to maintain Workers'
Compensation and Employers' Liability insurance as required by Texas law. City and/or City's
contractors shall cause its carrier to waive all subrogation rights against UPS and UPS's affiliated
and related companies.
6. UPS Participation.
A. By the execution of this Agreement, UPS or its affiliate agrees to (i)convey to the
City certain right-of-way by special warranty deed (in the form annexed hereto as Exhibit "D")
consisting of approximately 1.1003 acres of land as shaded in red on Exhibit"E" annexed hereto,
and(ii)(a)reimburse the City for the cost of certain right-of-way to be acquiredby the City located
at Roundville Lane and A.W. Grimes Boulevard, consisting of approximately .0062 acres of land
as shaded in orange and labeled "INSET "A" PARCEL #1" on Exhibit "F" attached hereto, and
(b)reimburse the City for the cost of certain right-of-way to be acquired by the City consisting of
approximately .0237 acres of land and labeled "INSET"B"PARCEL#2"as shaded in orange on
Exhibit"G"annexed hereto,and UPS agrees to convey to the City certain nonexclusive temporary
construction easements,in the form attached hereto as Exhibit"H",to allow the City to commence
design of and complete the Road Project. The right-of-way and easements conveyed to the City
shall be on an"As-Is, Where-Is, With.All Faults"basis (except for the limited warranty of title in
the special warranty deed and as otherwise required in the easements)and subject to all matters of
record. Reimbursement shall include"settled"land value, surveying, and legal fees.
B. City agrees to cause the Road Project work to be submitted for competitive bids in
compliance with the Texas competitive bidding statute but to no less than three (3) independent
contractors. The lowest cost bid shall be selected. UPS agrees to be solely responsible for 100%
of the UPS Road Project Costs, including design and construction costs, but only to the extent of
the outline costs set forth in.Exhibit I that are chargeable to UPS as[JPS .Road Project Costs. UPS
acknowledges that final UPS Road Project costs shall be based upon actual costs and actual bid
items;Exhibit I is subject to change. UPS shall not be liable for any additional costs unless UPS
agrees in writing to such.costs.
C. UPS will be responsible for paying a 20.3%pro rata share of a traffic signal at the
intersection of A.W. Grimes Blvd. and Roundville Lane,up to and no more than.$60,900.00 which
amount shall be payable upon. thirty (30) days after notice from the City that such traffic signal's
installation.is completed and is operational.
D. UPS will be responsible for 100% of the reasonable out-of-pocket costs for a
competitively bid waterline down the Roundville Lane ROW to the edge of the UPS property line.
Except as stated below, the City will design and construct the waterline concurrently with the
construction of the Road Project which design shall be acceptable to UPS, with UPS paying 100°h
of all design and construction costs associated with the construction. In the event an eight(S) inch
diameter waterline is required to meet fire flow demand; CORR will reimburse at date of
acceptance of the Roundville Lane Project costs associated with upsizing the line to a twelve (12)
3.
inch diameter waterline at the standard rate established by City Ordinance. If a waterline greater
than eight(8) inch is required by the UPS site for fire flow demand,then UPS will be responsible
for 100%of all design and construction costs associated.with the required waterline.
E. In addition to Subsection D above,UPS at its sole option,may elect to construct an
additional waterline for added capacity by tying onto an existing connection on the SH 45 access
road, subject to UPS acquiring all necessary TxDOT permits and easements. If the City is
requested. by UPS to include this waterline with the construction of the waterline noted in
Subsection D, UPS will be responsible for 1.00% of all design and construction costs associated
with the waterline.
F. Concurrent with the other work, the City will install a wastewater line down a
portion of R.oundville Lane as shown in Exhibit B. The City shall design and construct the
wastewater line and. wastewater service stub-out to the edge of the UPS property line. UPS has
agreed to contribute to the cost of the wastewater line installation in the amount of$83,000.00,
which does not include costs associated with connecting to CORR infrastructure. The City will
fund.the remaining portion of the cost to run the wastewater line to the UPS property.
G. UPS agrees to participate in the mitigation of storinwater runoff, either through
onsite detention, participation in the City's Regional Stormwater Management Program(RSMP),
or other approved equivalent. If UPS,as part of the design and construction for their site,proposes
to participate in the City's RSMP,UPS will be responsible for 100%of all design.and construction
costs associated with the storm line and drainage infrastructure included within either the UPS
Road Project or the Roundville Lane Project. The cost participation amount is to be agreed upon
by both the City and UPS prior to design and construction.
H. Except as otherwise provided for above, all of the above-referenced UPS
participation payments shall be due and owing to the City within thirty(30) days after receipt of
written notice from City that such work is substantially complete. UPS shall be responsible for
100% of all UPS Road Project Costs for change orders required and approved by UPS related to
UPS participation.
I. UPS is solely responsible for ensuring that Fire Code access points are designed to
meet all applicable regulatory requirements, specifically separation distances. Any access points
cited within this agreement are not a guarantee of meeting any portion of the Fire Code, but the
City will.reasonably cooperate with UPS in identifying satisfactory Fire Code access points.
11.
Miscellaneous
1. Prior Written Agreements. This Agreement is without regard to any and.all prior written
contracts or agreements between the City and UPS regarding any other subject or matter, and does
not modify, amend,ratify, confirm, or renew any such other prior contract or agreement between
the Parties. This Agreement constitutes the entire understanding between the parties concerning
4.
the subject matter. This Agreement may not be amended modified, altered or waived in whole or
in part except by a subsequent writing signed by the parties sought to be bound.
2. Other Services. Nothing in this Agreement shall be deemed to create, by implication or
otherwise, any duty or responsibility of either of the Parties to undertake or not to undertake any
other, or to provide or to not provide any service,except as specifically set forth in this Agreement
or in a separate written instrument executed by both Parties.
3. Governmental Immunity. Nothing in this Agreement shall be deemed to waive, modify
or amend any legal defense available at law or in equity to either of the Parties, nor to create any
legal rights or claims on behalf of any third party. Neither the City nor UPS waives, modifies, or
alters to any extent whatsoever the availability of the defense of governmental immunity under the
laws of the State of Texas and of the United States.
4. Amendments and Modifications. This Agreement may not be amended or modified
except in writing executed by both the City and UPS,and authorized by their respective governing
bodies.
5. Severability. If any provision of this Agreement shall be held invalid or unenforceable by
any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any
other provision hereof, but rather this entire Agreement will be construed as if not containing the
particular invalid or unenforceable provision or provisions, and the rights and obligations of the
Parties shall be construed and enforced in accordance therewith. The Parties acknowledge that if
any provision of this Agreement is determined to be invalid or unenforceable, it is their desire and
intention that such provision be reformed and. construed in such a manner that it will, to the
maximum extent practicable, to give effect to the intent of this Agreement and be deemed to be
validated and enforceable.
6. Gender, Number and Headings. Words of any gender used in this Agreement shall be
held and construed to include any other gender, and words in the singular number shall be held to
include the plural,unless the context otherwise requires. The headings and section numbers are for
convenience only and shall not be considered in interpreting or construing this Agreement.
7. Execution in Counterparts. This Agreement may be simultaneously executed in several
counterparts,each of which shall.be an original and all of which shall be considered fully executed
as of the date above first written, when all parties have executed an identical counterpart,
notwithstanding that all.signatures may not appear on the same counterpart.
8. Notice. All notices shall be .in writing and shall be deemed effective upon receipt by the
addressee after being sent by certified or registered mail or by UPS Next Day Air to the addresses
listed below:
City of Round Rock
Attn: City Manager
City Hall
221 Fast Main
Round Rock, Texas 78664
5.
United Parcel. Service
Real Estate Department
55 Glenl.ake Parkway NE
Atlanta, GA 30328
Attn: Coordinator
With a copy to-
United Parcel Service
Real Estate Department
55 Gl.enlake Parkway NE
Atlanta, GA 30328
Attn: Contract Administrator
9. UPS shall have no obligation under this Agreement if any necessary City-issued permits and
approvals for the UPS Road Project are not obtained and this Agreement shall be deemed to be
terminated and of no further force and effect if such permits and approvals have not been procured
on or before
-Signatures on following page-
6.
IN WITNESS WHEREOF, the Parties have executed and attested this Agreement by their
officers thereunto duly authorized.
CITY OF ROUND ROCK,TEXAS
By
Alan McGraw, Mayor
UNITED PARCEL SERVICE,INC.
By: ��-E �
a-
Stephen�M. Slifer
Vice President
7.
Exhibit A
(Property Exhibit)
8.
LEGEND: • dGp _
UPS Property
z�
_E
— County Property
Roundville Lane(City portion) -
cF
Roundville Lane(UPS portion)
-
ooi
-
r
ROUNDVILLE LN
A
0,
"`� � UF'S - Property Location ^�
NOTE: '
! "
Roadway alignment is approximate
and subject to change.
.j
w �E
Roundville Lane - ExhibitA -
s
KT.S.-Relerence CMy) Property
Exhibit B
(Project Exhibit)
9.
LEGEND: ,
NOTES:
'°-'• Roundville Lane Project :-r "'' i I. The Roundville Lane Project will involve the reconstruction of
(City of Round Rock Portion-CORR) ` Roundville Lane from A.W.Grimes Blvd.(CR 170)to the
"*> -{ " "` eastbound frontage road of SH 45 for approximately 2,700 feet
UPS Road Project a "' This project will be designed as a 3-lane concrete roadway,and
. a will include right turn deceleration lanes at SH-45,and A.W.
Existing Waterline
iyr Grimes,as well as a traffic signal,as per the Glen Ellyn TIA.
�� r ' ffi
Proposed Waterline r a.
(UPS Road Project) e_
Existing Wastewater Linejp,
Proposed Wastewater Line
(CORR)
IIP---• 45-
Proposed Wastewater Line e� Toilway
(UPS Road Project)
Roundville Lane-Traffic Signal -
�.-
(UPS Road ProjecUCORR)
off
11114
RoUnCl e Lane
NOTE:
Alignments for roadway,waterline,8 wastewater,
are approximate&subject to change.
a
fret
a Roundville Lane Project -
(N 1.3,-Ref,rcnce Unly)
Exhibit B t ,�x�
Exhibit C
(30%Plan Set)
11.
-------------------------
I
I i
f.
-
_. 1
tt I
IPC..---
,.. ... ..-. --�' _.._@_ffl45� •307 r — j
SIATTON "-:,. 15.22.3p'- _. ... •....Y/ — ,.,,_._...,..�. .. EXIST I
DELTA S3 48' 23.90'. IL 11
Im TANGENTOF CURVE 1' 09' 43.10. 7" ._ INLET....
I: .•,n LENGTH 473,03E%IS
—
T � _, t '•-r__ I
lOr RA01Ui 80Q.00 • ,.<":• CURD NLE Ex1ST Z"
INLET
7
�SiATIW�I iT�59�22 - _ ; � � � INLET
I ,
I l .
f i
1
f�
J
Yti`3 BEGIN PROJECT - a RourmvLLlE fad i
J' STA 11.18 89
aA,W. GRIMES \ft ELEV=797,23
\ MATCH EXIST PROP, ROq i Pt S7ATIOH.I
'Oft A,\""
3�.g6
- c ..fin >e .-_• `a ti dE Gunv `36 Qs7@• 5,'
�:1177
'T
$ 4GEf
s ••a� .LENG[N 145191:1,�
s „„. i r{... .pAQST4T,I -?x 1$0,800%' !
ExlSi RpW 'a .! PL t pN, N I
I ST R PT ST`7110R �,N•35.,%
— _
10.00 y �x 13 "'� ,,^ '^` RWNDVILLE LANE• _ _ 1
v� t—V $ ' tgtYW""'x I" /jdPaa ni uaS s1TE
4` PROP. ROfY Ex(ST. DOWJ:;�
PROPOSED If "P• •` •„n \ i ,—=--• •'� PI
STATION,
TRAFFIC 5164ALS + <
s ZP "p .i \ a� •;1 P LTA
\ 4:+�."�` •e. y .\ ._ 5 t o OEGNEEOF
4EKG1
�SST 300[., it �}p _
i
\� �• -�- �,--J• f ,&7. AT ��. �� INTERIM REVIEW ONLY
/ :lo, f47N
1 _ - - ' lam\ \Y•�R �'�\ ` 1 /
BENCHMARK INFORMATION: TEN 1511 PK NAIL WITH RASHER SET IN CURB ON SCVITNEASi CORNER OF THE ` 1
1 NESTERLY pR(yEWAY IO ALPHA INDUSTRIES ON THE SOU 510E OF ROIlHOViLLE.
C�OINATES ARE SURFACE VALUES BASE.ON INE IE%AS STATE PLATE 30•REST OF ALPHA INVUSTRIES SIGN. 0 $O 100 200 I
COORDINATE SYSTEM, NAD63. CENTRAL 2ORE. NORTHING)�EASTING- 1015001 3700, 3142918.3910
ELEVATIONS HEREON ARE REFERENCED TO THE NORTH AMERICAN ELEVA71O1r 788,75' fAS SHOL
VERTICAL DATW OF 1988 lNAYO 8BI UTILIZING WESTERN DATA SISTERS TOM 155s i/2" IRpY ROC NI IH BLUE[AP SET IN GRA55 ON SOUTH SIDE OF
ADDITIONALLY
pPERAUNG DEFEREKLE STATION ICORSI NETWORK AND gOU)IOY IEEE LANE, 2T3'EAST LHE EASTERLY DRIVEMAY Tp ALPHA INDUSTp1E5 AND
MONUMENTS AT THE TIME O 70 CITY OF ROIINO ROCK SURVEY CONTROL
MONUMENTS AT THE Til$Of THIS SIWItlEY, 30'WEST OF UTILITY POLE Af A'000 FEND POST.
BENC)MARR: CITY OF ROUND ROCK GPS SPA'ION 01-01IT ELEV*NORTING. EASTING- IOIS0214,86'0' 3143367,8430 ROUNDVILLE LANE
ELEVAi ION 790.21' IAS SNOIINI
CIlY CF ROUND ROCK BRASS OI S% IN CONCRETE, NORTH OF S.H, 4S.
5p' EAST Ci OW1B1.E EPEE%DRIVE ON Sg1iN SIDE of ACCESS DRIVE TEM 158: RK NAIL WITH WASHERSET IN SIDEWALK ON SOUTH SIDE OF
IS
ELEVATED TANK, SH-45 FRONTAGE WOAD ON EAST 510E a THE EASTERLY DRIVEWAY i0
VEM3EEq EOUIPMEN7 PApKING LOT.
OBSERVED ELEVATION[ON 79},53' tHAV088 LEOIDi 2A) NORTHING, E45IING• 10150954.2410, 3143563.6290
PUBLISHED ELEVATION- 793,28' IMAVD89, GE01099) (HELD FOR SURVEY) ELEVATION•795.68' IAS SHOWN) P 11
i(W 151: PK Kh 11 WITH TN WASHER SET IN SIDEWALK AT THE NORiHEASTEHLy IBM 1591 1/2' IRON ROD WITH BLUE CAP SET IN GRASS ON NORTH SIDE 1� 7!�!MIM KILk'v A, `A°oo
CdflNER OF THE INTERSECT[ON CF A.W, GRIMES BOULEVARD tBL VDI AND OF RWNOYILLE LANE g' SOUTH Oi WTE NEAR THE SOUTHEASTERLY j 1' •1°z' s
PWNOV ILLE LANE t10'AEST OF STOP SIGN. CORNER OF V,2rER�WIPMENT Si iE, ( 'giE ;yor N.m4irtFiY aT�i 1
NDRTH IN,.' EASI IIlC 10149769.9240, JI422b.7070 NORTHING.
EASTING .Ot5041J.}I 10, }143718.4T2U
ELEYATICFt 797.25' IAS SHOWN) ELEVATION 794.15' .5 5HO1HU
TBW 1521 PA NAIL WITH WASHER SET IN SIDEWALK TEE ADJACENT TO IBM t60: 1/2' IPON ROD WITH BLUE CAP SET IN GRASS ON SOUTH SIDE ROUNDVILLE LANE
O'RE ILLY'S AUTO PARTS STORE py EA57 SIDE OF A,K. GRIMES BLVD. OF ELBOW OF PAVEAENT, BEING 2O' EAST pF EASTEPLY TENNINUS W
NORTHING EASTING• 101g93t9.184R, }142592.1]00 ROUHOYILLE LANE S4' NORTH OF plgE FENCE LIKE• EXHIBIT C
ELEYAT1011-B07.55' IAS SHOWNI NOITHING, EAST.k 10150500.9200. 1i 17983.17}0
ELEVAt ICN•802.71' IAS SHOriN1
IBM 153: PK NAIL WITH WASHER SET NEAR ANGLE POINT IN SIDEWALA ON i
NORTH 510E OF gGUNpV'LIE LANE, BETWEEN f10TEL 517E ANU CELLtAAA TOW'eR, TOM I61: PK NAIL riitH WASHER SET IN SIDEWALK OR SOUTH SIDE OF
±10'YIEST OF FIRE MYgiANT, t10'NORTH OVERHEAD LINES. SN-45 FRpNiAGE Wlplp S30' FAST OF CURB INLET AND 80' PEST O< 1
NORTHING EASTING• 10.99931,9100, }142574.94GO THE NOgTM7ESiERLY F�HCC GOPHER OF UONTELENA APARTMENTS. SHEET010T pi
ELEVATI01+ 794.JI' WAS SNOgNI NORTHING EASTING- 10131223.4430. 3144313.2500 "' 1
z. :..+"°.'i o._a.... o,..�t..HA1 �. z ELEVAI IDI!•Bt7.47' IASSHOWNI
sSBMTLsSUBMITiA1 w.6w. TEZAS °i4w riIIG IAM •i
Exhibit D
SPECIAL WARRANTY DEED
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
NOTICE.. OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON,YOU
MAY REMOVE OR STRIKE ANY OF THE FOLLOWING INFORMATION FROM THIS
INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS:
YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER.
WHEREAS, the City of Round Rock, Texas is authorized to purchase land and such other
property rights deemed necessary or convenient for certain authorized public use(`'Project"); and
WHEREAS, the purchase of the hereinafter-described premises has been deemed necessary or
convenient for the construction, expansion.,enlargement,extension, improvement, or operation of
the Project;
NOW,THEREFORE,KNOW ALL MEN.BY THESE PRESENTS:
That, BT-OH, LLC, a Delaware limited .liability company, hereinafter referred to as
"Grantor", whether one or more, for and in consideration of the sum of Ten Dollars ($1.0.00)
and other good and valuable consideration to Grantor in hand paid by the City of Round Rock,
Texas,receipt and sufficiency of which is hereby acknowledged,and for which no lien is retained,
either expressed or implied, have this day Sold and by these presents do Grant,Bargain, Sell and
Convey unto the CITY OF ROUND ROCK, TEXAS all that certain tract or parcel of land lying
and being situated in the County of Williamson, State of Texas, being more particularly described
in Exhibit"A"attached hereto and incorporated herein.
RESERVATIONS FROM AND EXCEPTIONS TO CONVEYANCE AND SPECIAL
WARRANTY:
Easements, rights-of-way, and prescriptive rights, whether of record or not; all presently
recorded restrictions, reservations, covenants, conditions, oil, gas or other mineral leases,mineral
severances, and other instruments, other than liens and conveyances, that affect the property; all
reservations and permitted exceptions contained in Special Warranty Deed dated July 29, 2016,
recorded under County Clerks' File No. 2016069631; rights of adjoining owners in any walls and
fences situated on a common boundary; any encroachments or overlapping of improvements; and.
taxes after the date of this deed, the payment of which Grantee assumes.
12.
Grantor, for the consideration, receipt of which is acknowledged, and subject to the
reservations from and exceptions to conveyance and special warranty, grants,sells and conveys to
Grantee the property,together with all and singular the rights and appurtenances thereto in anywise
belonging, to have and hold it to Grantee, Grantee's heirs, executor, administrators, successors or
assigns forever; and Grantor, Grantor's heirs, executors, administrators and successors are hereby
bound to warrant and forever defend all and singular the property to Grantee and Grantee's heirs,
executors, administrators, successors and assigns, against every person whomsoever lawfully
claiming or to claim the same or any part thereof, by,through or under Grantor,but not otherwise,
except as to the reservations from and exceptions to conveyance and special warranty.
IN WITNESS WHEREOF,this instrument is executed on this the_day of ,
2017.
GRANTOR:
BT-OH, LLC
By:
Vice President
Acknowledginen
State of Georgia §
County of Fulton §
'Phis instrument was acknowledged. before me on this the day of
2017 by ,vice president of BT-OH, LLC, a Delaware limited liability company,on.
behalf of said company.
Notary Public, State of Georgia
13.
EXHIBIT"A"TO SPECIAL WARRANTY DEED
(INSERT LEGAL DESCRIPTION]
14.
Exhibit E
(Conveyed Property)
15.
PLAT N0. XX%%X
,��'�� aur rsr errsxixTMT
�.rf�x�ssx_s'uw
TE erre.rr x.r<mrar nF nuuv_».rnxrr..ma
/ TERER
"b
t t SIVQf:P lfN:
LOCATION MAP
NOT Tp sulk win.xrm,ri,r
AV1C.9�i°If <a'` .ry" `a•-n"' ! Y67'<I•S.�,E " n....:'''.e.'��e•."i'.
1.0
orf f���•�� �':" '\.," �.
L.-OIEE-AVA:E^. 7 I
N z :.•v'" j i .moo,t_Rci)
/ � 1
/
/ / z
f / :s..e n• .I
/ � 1
7 ?873'41"W 1At1
47'
L.9:7 4.,!ar;;• / � r.+e !� >�r°"'o,�a'".a"ow"wmx'm«V°i,.w mn«'x'r r�i n
P woa C W ( dR a REST
..P
Y 6 u rtr� n ! P/'A14 p',i YAOffifn"PARY.
r z 71 seam wrr+v,w »�nx"rr
t m�""'.•xraw.fnur'.i•.
3r� r .a,rn v.x•w«ar:rro sxt`w¢.,�,r_xµ,«._M
r .... Ur 'fMC om mxw
}
m
L Yd1Af_L 1�}yZ�i
.�+" FE a r::o�msw \\�'r•Y.� maw.. .x.v .nw.mx..a_ _
• ...
�wnee."rt-
rrt,u.,«> A�+Tri. ,x...
:
x:.�•rcu• ,. r.vw,rr,r,+ .n wwx;
m.rr,. � ..•A� ".ux..e ra�.w,w sear '� :.',.gid=" .i:u`."<:;�,'"�:�:.`',+".,�"` .r..�nr.>.w�......n..:..
w,
r•arz..ram ar1F
rz..
aar a x w M unewr:va .ve°>S r•",....,...�..�....,......... .... '
121
:urae<,.a.r�iucss�— a. mrrm
Exhibit F
(Property Reimbursement-Parcel#1)
16.
I
kx`tre y 1 1 rrrwo !
,1_ Ex ISi WON 1
v^v, a rl PROP ------
BEGIN PROJECT., ) Y
t STA 11.18.89 --' o- - - 1
ELEV•797.23: 'A - ;•r �- rte- O- MATCH EXIST
O
\ `�`•' f t ROUNOVILLEO
--`tl• L ,,,^
EXIST PON .-1' :- � .._. .. -
< O
m
i N
.a
t0. •ie.v—. . r ~` � - — ROUNDVILLE- '-
LANE _ _ -.• ..., In
zwm
.\ !PROP. ROW ... � �a_� ...... EXIST•ROQ 1 Z
�'1 Y '�—SEE ITET •A^ > I ,. m •.a m LJ
PARCEL •I ZE r
,u
C
ff
INTERIM REVIEW ONLY
. rco.nro. w..trt�
\ �r!�n�a!wno wnrncs r.
.L.Sr.rM MIN
4 1
n �
\
• � ROUNDVILLE LANE O 25 50 100\� '
ROUNDVILLE LANE
r
\ PROP. RON
1 C� \ 270.59 S0, FT.
11 s 0.0062 tA•C.) 4 2!.� 2
NLxfiDWx�'K i xas
• �m.nsns au 1
INSET "A" PARCEL NI !
N.T.5 ROUNDVILLE LANE
PARCEL #1
1
1
SREEt 01 Oi 03 I
..�..7n.cw-...e.z•xc nin6�•mpc+ror„unr u r y+�n rx.rArin!i •!c- � x,•'c ,r �NILL IA4 yi' 1
NSDUTLS SUBMITTAL u.•bm.. TE%AS l< j
_._._----------------_ ._._..._..---_ 1
Exhibit G
(Property Reimbursement- Parcel#2)
17.
--------------------------
' •
I
,
,
,
---- a :!
ExlST. i
tIO.ET '
/ PF�P, flOR TAKE . •4"a. 1
I /073.OA5� SQFT•• S)' N '+a.
10.0237 ACRES( 11 ♦ TO''9 `+.y<.= a FR 45
_M1W ,. / ( r� B EXIST.
/ CURB INLET
_OT
00
E Sly
1 4 VILLE LLANET
114 •.r...�:�: .. / �+ ! ,
I,// P SIDEWN,. . CUA87INLET
♦� — _ .�
Q v {�'� �.._. I ^tom RL19�•' PROP. ROW 1'x ~A'y.. •,�>_
y -a INSET "8" PARCEE L N2 -k - 10' P.U.E.
+,,,4 'c 'Ta
rV W H.T.5
1 ^••'y.. � R; £ ..,..'Vn f�(..�^'"- SIDEWALK[. ksl"... '.•
LK
t xt � •�. _` l HCUNDVILLE Ups RON
4 LEGEND
'°.;,•`t i'/(1 .._�v ! ;.✓ .DRIVEWAY 13
a PRL4. 'Rory _ �. $ — _ t[O ..AL EXIST ROW
4JyF`• ♦ n, ,•'��." .. • VEHICLE ENTRANCEI
PROP ROW o—, _......, ..
.09
tA
EXIST ROW
♦ I DRIYENAr ti t St l t} INTERIM REVIEW ONLY
(EMPLOYEE 1 s "�' \ S .fir ss•,may.a.>
PROP ROW, ENTRANCE)
'fay •r••"
metro v w�rrs•im.
� wno 4wNA1 m I
_Y 1 1� 1 UNITED PARCEL,SERVICES ,
} t 1 J...
j t}r>t; 1
0 25 50 I OO
t
ROUNDVILLE LANE
sic a �
k v� t l \ .. l '�fUA1NiI X}IL)17L7W µ.T .rii,Mat
-♦ ' rArlxi�,asw*ranutx d s n ��T
ROUNDVILLE LANE
y'�' PARCEL 02
r. —
%j
WE,Di 0(O?
I
SSBMTLS SUBMITTAL 6�1 TEXAS 4t4�WILL lAA50 '2
.,z.ru.�_..,....mla..u..,;,.,:o..�r.•�..,�P, L,n.e..•♦c:,�ief r_rxncn:.ung s.r.rvi� iz.oa...0 ,.u,�„w+an
____—_---_.. ...............................___.. ..........._.--__—__---__—_—__---_—___ --------..._.._._._--___---_-----__-----__ _-- ..... _..__-----__—_—____---_____----____------___..
.. ....__...—___-----__
Exhibit H
TEMPORARY CONSTRUCTION EASEMENT
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That BT-OH,LLC,a Delaware limited liability company,whose address is 55 Glenlake Parkway
NE,Atlanta,GA,30328,Attn:Real Estate Department,and its successors and assigns,(hereinafter referred
to as "Grantor"), for and in consideration of the sum of TEN and NO/100 DOLLARS ($10.00)and.other
good and valuable consideration paid by the CITY OF ROUND ROCK,TEXAS(hereinafter referred to as
"Grantee)the receipt and sufficiency of which is.hereby acknowledged,does hereby GRANT unto Grantee
a temporary construction easement to construct, install, operate, maintain, inspect, reconstruct, rebuild,
repair, and remove improvements to the roadway known as Roundville Lane (the "Roadway"), which is
adjacent to the temporary construction easement, and any necessary accessories,or operations thereto, in,
upon,over, under,above and across the following described property:
Being a square feet tract of land situated in the .Memucan Hunt Survey,
.Abstract No. 314, in Williamson County, Texas and being a portion of ,
' a of Williamson County, Texas,
being more particularly described in Exhibit"A"attached hereto and incorporated herein
for all purposes.
This conveyance is made and accepted subject to any and all conditions and restrictions, if any,
relating to the hereinabove described property to the extent, and only to the extent,that the same may still
be in force and effect and shown of record in the office of the County Clerk of Williamson County,Texas.
The easement,rights and privileges granted herein are not exclusive,and Grantor may convey other
easements or conflicting rights within the area covered by this grant without the consent of Grantee.
Grantor,however,shall take commercially reasonable safeguards to protect the integrity of Grantee's rights
of ingress and egress. Except as set forth below,neither Grantor nor Grantee may amend,release,or modify
this easement without the express written consent of Grantor and the City of Round Rock, Texas. As
required by this paragraph, express written consent of City of Round Rock, Texas shall be requested in
writing by certified mail, return receipt requested to: (1) City of Round Rock City Manager at 221 East
Main Street, Round Rock, ':Texas 78664 and (2)Planning Director at 301 West Bagdad, Suite 210, Round
Rock,Texas 78664.
Grantee shall have the right and privilege at any and all times to enter said premises, or any part
thereof, for the purpose of construction of the Roadway; all upon the condition that upon completion of
construction of the Roadway, Grantee shall repair and restore the surface of said premises as nearly as is
reasonably possible to the condition which the same was in before the work was undertaken.
This Temporary Construction Easement granted herein will automatically terminate and be of no
further force or effect at the earlier of the completion of the construction o.fthe Roadway,or
months which shall commence on the date the granting of this easement is evidenced by recordation. Th.e
term of this Temporary Construction Easement may be extended for an additional period of
18.
months if Grantee is unable, after reasonable diligence and effort, to complete the planned improvements
to the Roadway during such timeframe. Grantee must provide written notice to Grantor at least sixty (60)
days prior to the end of the first months that Grantee must extend the term for an additional period
of months. At such time as the Temporary Construction Easement terminates, all rights
included herein shall revert to the Grantor and Grantor's successors and assigns, and the land covered
thereby shall be free and clear of the Temporary Construction Easement.
Grantee hereby covenants and agrees:
(a) City agrees, to the maximurn extent allowed by law, to indemnify and hold UPS
harmless from and against any and all damages,fines, expenses (including reasonable attorney's
fees and consultant's fees), and claims for personal injury and/or property damage arising out of
any work performed pursuant to this Agreement on UPS Property. Prior to City's and/or City's
contractor's entry onto the Property, City shall provide UPS with evidence of insurance (or shall
cause City's contractors to do so), including the following coverage:
(i) Comprehensive Automobile and Vehicle Liability insurance covering claims for
injuries to property of others arising from use of motor vehicles, including onsite and offsite operations,
and owned and non-owned or hired vehicles, with $3,000,000 combined single limits. UPS and BT-OH,
LLC,a Delaware limited liability company,shall be named as additional insureds on such auto and vehicle
liability policy and City and/or City's contractors shall provide satisfactory evidence to UPS of such
additional insured status.
(ii) Commercial General Liability insurance covering claims for injuries to members
of the public or damage to property arising out of any covered negligent act or omission of City and any of
its employees, agents, or subcontractors with $3,000,000 per occurrence and in the aggregate. UPS and
BT-OH,LLC,a Delaware limited liability company,shall be named as additional.insureds on such general
liability policy and City and/or City's contractors shall provide satisfactory evidence to UPS of such
additional insured status.
Notwithstanding the foregoing, City may self-insure the coverages specified in (i) and (ii) immediately
above. In addition, City shall require City's contractors to maintain Workers' Compensation and
Employers' Liability insurance as required by Texas law. City and/or City's contractors shall cause its
carrier to waive all subrogation rights against UPS and UPS's affiliated and related companies.
(b) Grantor also retains, reserves, and shall continue to enjoy the surface of such Temporary
Construction Easement for any and all purposes which do not interfere with and prevent the use by Grantee
of the Temporary Construction Easement.
TO HAVE AND TO HOLD the rights and interests described unto Grantee and its successors and
assigns,and Grantor does hereby bind itself,its successors and assigns,and legal representatives,to warrant
and defend,all and singular,the above-described Temporary Construction Easement and rights and interests
unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming, or to claim
same, or any part thereof.
19.
IN WITNESS WHEREOF, Grantor has caused this instrument to be executed this clad- of
2017.
GRANTOR:
BT-OH,LLC,
a Delaware limited liability company
By:
Name:
Title:
GRANTEE:
CITY OF ROUND ROCK,TEXAS
By:
Alan McGraw,Mayor
20.
Exhibit I
(Engineer's Opinion olTrobable Costs)
21.
EXHIBIT I
Stantec CITY OF ROUND ROCK P-p-dBy:A-IclC ale,I,,P.F
Roundville Lane Rag,t,m1..N-98234
TBPER-N.F-6324 30%Design
Preliminary Opinion of Probable Coustruc(ion Cost
ROUNDVILLE LANE RECONSTRUCTION-URBAN SECTION
ITEM CODE DESCRIPTION UMTS QUANTITY UNIT COST TOTAL COST
CORR 101 PREPARING ROW STA 2770 $ 1,50000 $40,500.00
CORR 104.0 REMOVE P C CONCRETE CURB AND GUTTER LF 108 $ 6,50 $70200
CORR 104-1 REMOVE PC CONCRETE SIDEWALKS SF 535 $ 129 $690 15
CORR 110 STREET EXCAVATION CY 4,102 $ 13.00 $53,326.00
CORR 132 EMBANKMENTCY 2,373 S 17.00 $40,341.00
CORR 203-0 TYPE-B LIME SLURRY TON 235 5 169.00 $39,741.03
CORR 203.1 LNIF.TREATED SUBGRADE,(8 Iv.THICK) SY 13,064 S 8.00 $104,512.89
CORR 360 6IN.CONCRETE PAVEMENT SY 11,280 $ 60.00 $676,813.33
400 6001 STRUCTEXCAV(PIPE) CY 98 S 1000 $980,00
402 6001 TRENCH EXCAVATION PROTECTION LF 150 S 1000 51,500.00
465 6002 MANN(COMPL)(PRIA)(481N) EA 6 S 3,700.00 822.200.00
46.5 6024 INLET(COMPL)(PCO)(BOI'H) EA 12 $ 5,000.00 $60.000,00
466 6179 WINGWALL(PW-1)(HW-4 FT) EA 1 $ ;,000.00 $7,000.00
466 6102 HEADWALL(CH-PW-0) FA 1 $ 5,000,00 $5,000.00
CORR 430 P.C.CONCRF.TR CURB AND GUTTER(FINE GRADING) LF 5,362 $ 20.00 $107,240.00
CORR 432 NEW P.C.CONCRETE SIDEWALKS(5 IN) SF 180 $ 6.00 $1,080.00
CORR 133 P,C.CONCRETE DRIVEWAY SF 4.837 S 6,50 531,440 50
CORK 508 SET(IY 11)(18 IN)(RCP)(6:1)(P) LA 22 $ 1,250.00 527,500 00
CORR 50S SET(TY II)(24 iN)(RCP)(6:1)(P) EA 6 $ 2,000.00 S12,00000
CORR 510 RC PIPE(CI,IT1)(18 TN) LF 3,630 S 8000 $290,40000
CORR 510 RC PIPE,(CL 111)(24 IN) LF 240 $ 10000 $24,00000
CORR 510 CONC BOX CULV(5'X2') LF 236 S 140.00 556,640.00
508 (1001 CONSTRUCTING DETOURS SY 2,833 $ 60.00 $169.980.00
531 6010 C'RB RANIPS(TY 7) EA 2 $ 1,500.00 S3,00000-
CORR
3,00000CORR 604 NATIVE SEEDING lOREROSIONCON TROLMETHOD SY 3,723 $ 4.00 $14,891,56
CORR 605 SOIL RETENTION BLANKET CLASS l:TYPE A SY 3.723 S 250 89,307.22
CORR 610 PRESERVATION OF TREES ANT)OTHER VF,GETAT'ION LF 200 S 5.00 51,000.00
CORR 641 STABILIZED CONS'17RUC 1'ION ENTRANCE SY 100 5 20 00 $2,00000,
CORR 642 SILT FENCE FOR EROSION CONTROL. 1.F' 5.400 S 5 00 $27,000 00
6ti2 6069 WK ZN PAV MRK REMOV(W)8"(DOT) LF 135 $ 1 00 $135.00
662 6075 WK ZN PAV MRK REMO V(YS;24"(SLD) LF 20 $ 600 $120.00
666 6036 REEL PAV MRK TY I(W)8"(SLD)(IOOMIL) LF 506 $ 1 00 $506.00
666 6042 REPT.PAV MRKTY I(W)12"(S1 D)(I OOMIL) LF 195 S 3 75 $69375
666 6048 REEL PAV MRK TY I(W)24"(SLD)(I0OMIL) LF 103 $ 700 5721.00
666 6054 REEL PAV KIRK TY I(W)(ARROW7(100MIL) EA 14 $ 110.00 $1.140.00
666 6078 REFL PAV MRK ry l(W)(WORD)(IOOML) EA 2 $ 15000 $300,00
666 6170 REEL PAV MRK TY[I(W)4"(SLD) LF 5,174 $ 0,3o 51,552.20
666 6,178 REEL PAV MRK TY H(lW)8"(SLD) LF 206 S 0.85 $175.10
666 6180 REFL PAV MRK TY I1(LV)12"(SLD) LF 185 $ 135 5323.75
666 6182 REFI,PAV KIRK TY 11(W)24"(SI..D) Ll' 103 $ 3,50 5360 50
666 6184 REEL PAV MRK TY Tl(W)(ARROW) LF 14 $ 70.00 $980.00
666 6192 REFL PAV NIRK TY Il(W)(WORD) LF 2 $ 8000 S16000
666 6205 REFL PAV MRK TY Il(Y)4"(BRK) LF 1,210 S 0.15 $181.50
666 6207 REFL PAV MRKT'Y"It(Y)4"(SLD) LF 5,647 S 020 $1,129.40
666 6303 RE PN•1 W,,RET REQ TY I(W)4T(SLD)(100MIL) LF 5,174 S 036 S1.86164
666 6312 RE PM W.,RET REQ TY I(Y)4"(BRK)(I00NIIL) LF 1,210 $ 036 $435.60
666 6315 RE PM WiRET REQTY I(Y)4"(SLD)(1001v11I•) LF 5,647 S 0.35 S 1,976 45
672 6007 REFLEV I'ORIZEU PAVEMENT MARKF,RS(TYPE 1-C) EA 26 $ 3.00 578,00
672 6009 REFLECTORIZED PAVEMENT IAARKERS(TYPE II-A-A) EA 137 $ 3,00 5411.00
CORR 803 BARRICADES,SIGNS AND TRAFFIC HANDLING MO 6 $ 2:500.00 515000.00
ROUNDVILLELANE RECONSTRUCTION SUBTOTAL 51,859,427.57
ROUNDVILLE LANE RECONSTRUCTION-SH 45 FR
ITEM CODE DESCRIPTION UNITS QUANTITY UNIT COST TOTAL COST
CORR IN PREP.ARINGROW STA 70 S 1,500.00 S10,50000
CORR 104-0 REMOVE P.C.CONCRETE CURB AND GUTTER LF 637 $ 6.50 $4,140,50
CORR 104-1 REMOVE P.C.CONCRE'IIs SIDEWALKS SF 3,822 $ 119 $4,930.38
CORR Ito SI'RLET EXCAVATION CY 732 $ 13,00 59,516.00
CORR 203-0 TYPE B LIME SLURRY ION 10 S 169,00 $1,690.00
CORR 203-1 LIME.TREATED SUDGRADE SY 732 S 8.00 j $5,856.00
247 6366 FL BS(CMP IN PLC)(TY A GR 5)(FNAL PUS) CY 174 S 60.00 $10,440.00
310 6009 PRIME COAT(MC-30') GAL 1.74 S 4.00 S696.00
340 6011 U CiR HMA(SQ)TY-13 PG64-22 TON 197 S 11000 521.670.00
340 6048 D-GR HMA(SQ)(SAC-B)TY-C PG70-22 TON 56 S 111,00 $6,216.00
400 6001 STRUCT EXCAV(PIPE) CY 395 $ 1000 S3,95000
402 6001 TRENCII EXCAVATION PROI'.ECI ION LF 608 S 10.00 56.080 00
CORR 430 P C.CONCRETE CURB AND GUTTER(FINE GRADING) LF 754 $ 20.00 515,080,00
CORR 432 NEW P C.CONCRETE SIDEWALKS(5 IN) SF 3,470 S 6.00 520,820.00
CORR 510 RC PIPE(CL III)(18 TN) LF 630 S 80.00 $50,400 OC!
465 6024 INLET(CONIPL)(PCO)(BO'1T[) EA 4 S 5,000.00 520,000.00
496 6002 REMOVE.STR(INLET) EA 3 S 600.00 $1,800.00
531 6004 CURB RAMPS(TY 1) EA 2 S 1,300.00 $2,600.00
CORR 604 NATIVE SEEDING FOR EROSION CONTROL METHOD SY III $ 4,00 $44400
CORR 605 SOIL RETEN'IION BLANKET CLASS I;TYPE A SY ]I] $ 2.50 $277,50
CORR 642 SILL'FENCE FOR EROSION CONTROL LF 600 $ 5.00 $3,000.00
666 6036 REFL PAV MRK TY I(W)8"(SLD)(100MIL) LF 385 S 1.00 $385.00
666 6054 REFL PAV MRK TY I(W)(ARROW)(IOOMIL) EA 2 .S 110 07 $22000
666 6078 REFL PAV NIRK`TY I(W)(WORD)(100ML) EA 2 S 15000 $300.00
666 6178 REFI,PAV N1RK TY II OAS 8"(SLD) L:F 385 $ 085 $327.25
666 6184 RF,FL PAV MRK TY IT M,)(ARROW) LF 2 S -000 $140.00
666 6192 REFL PAV NiRK I II(W)(WORD) LF 2 $ 80,00 S16000
672 6007 REFLECTORIZED PAVENIENI MARKERS(,TYPE I-C) EA 20 $ 3.00 $60.00
ROUNDVILLE LANE RECONSTRUCTION SUBTOTAL $201,698.63
ROUNDVILLE LANE RECONSTRUCTION-A.W-GRLN ES
ITEM CODE DESCRIPTTUN UNITS QUANTITY UNTI COST TOTAL COST
CORR 101 PREPARING ROW STA 3,0 $ 1.500.00 54,500,00
CORR 104-0 REMOVE P,C.CONCRETE CURB AND GUTTER LF 268.0 5 650 $1,742.00
CORR 104-1 REMOVE P.0 CONCRETE SIDEWALKS SF 9190 $ 1.29 $1,18551
CORR IIO STREET EXCAVATION CY 268 S 1100 $3,484,00
CORR 132 EMBANKMENT CY 3.00 $ 17.00 $51.00
CORR 203 LIME TRF,ATFD SUBGRADE SY 264 $ 800 $2,112.00-
24' 6366 FI,BS(ClYfP IN PLC)(TY A GR 5XFNAL POS) CY 154 $ 60.00 $9,240.00
310 6009 PRI.NIE COAT(MC-30) GAL 45 S 4.00 $180.00
340 6120 D-GR HMA(SQ)TY-D SAC-B PG70-22 TON 20 $ 125.00 13,50000
400 6001 STRUCT EXCAV(PIPE) CY 156 $ 10.00 51.560.00
402 6001 TRENCII EXCAVATION PROTECTION LF 240 S 10.00 $2400 00
CORR 430 P.C.CONCRETE CURB AND GUTTER(FINE GRADING) LF 148 S 30.00 $2,960.00
CORR 432 NEW P.C.CONCRETE SIDEWALKS(5 IN) SF 790 $ 6.00 $4,740.00
465 6002 MANN(COMPL)(PANT)(481N) EA 2 $ 3,700,00 $7,400.07
465 6006 JCTBOX(CONIPL)(PJB)(4FTs4FT) EA $ 4,000,00 $8,070.00
465 6024 INLET(COMPL)(PCO)(BOTH) EA $ 5,00000 $5,000.00
496 6002 REMOVE STR(INLET) EA 1 5 60000 $600 00
CORR 510 RC PIPE(CL III)(18 1N) LP 230 S 80.00 $19,2000o
CORR 642 SILT FENCE FOR EROSION CONTROL LF 20 S 5,00 $10000
666 6036 RF,Ff,PAV MRK TY I(A,�K(SLD)(100MIL) LF 90 5 1 DO $9000
666 6054 REFL PAV MRK TY I(W,(ARROVv)(10041IL) EA I .$ 11000 5110.00
666 6078 REFL PAV MRK TY('W)(WOR D)(100MI.) EA I $ 150 00 51.50.00
666 6178 REFL PAV MRK TY Il(W)8"(SI.D) LF 90 $ 7,85 S7650
1166 6184 REFI.PAV N'IRK TY 11(W)(ARROW) LF I $ 70 110 S7()00
666 6192 RFFL PAV KIRK TY II(W)(WORD) LF I 5 80.00 HOW
673 007 RI FI.FCTORIZED PAVEN4ENT NIARKERS(IYPE I-C) LA f S .3.00 $1500
ROUNDVILLE LANE RECONSTRUCTION SU'B'TOTAL I 577,546.01
TRAFFIC SIGNAL
ITEM CODE DESCRIPTION UNITS QUANTITY UNIT COSI TOTAL COST
416 6031 DRILL.SHAFT(TRF SIG POLE)(30IN) LF I1 $ 125.00 $1,375.00
416 6032 DRILL S1IAF'1'('IRI'SIC,POLE)(36IN) LF 26 $ 1500-0 - $3,900.00
618 6023 COND(PVC)(SCH 40)(211) LF 545 S 12.00 $6,540.00
618 6024 COND(PVC)(SCH 40)(2")(BORE) LF 90 5 3500 $3,150.00
618 6029 COND(PVC)(SCH40)(Y) LF 665 $ 20.00 $13.300.00
618 6030 COND(,PVC)(SCH 40)(3")(BORE) LF 180 $ 40.00 $7-20000
618 6033 COND(PVC)(SCH 40)(4") LF 40 S 15.00 $600.00
620 6007 ELEC COMDR(NO 8)BARE 1.F 1 065 $ 090 $1,31850
620 6008 EL:ECCONDR(NO 8)INSULATED LF L146 $ 0.90 $1,031.40
620 6009 ELEC COMDR(NO 6)BARE LF 115 $ 1.00 5115.00
620 6010 IELEC CONDR(NO 6)INSULATED LF 65 S 120 $78.00
624 6010 GROUND BOX TY D(162922)lA' APRON FA 4 S 1,()00 00 54,000.00
636 6001 ALUMINUM SIGNS(TY A) SF 26 S 35.00 $892.50
680 6003 INSTALL HWY TRF SIG(SYSTEM) EA 1 $ 15,000.00 $15,000.00
682 6001 VEH SIG SEC(12")LED(GRIN') EA 6 $ 29000 51,740.00
682 6002 VF,H SIG SEC(12")LED(GRN ARW) EA ] $ 29Q00 S290.00
682 6003 VFH SIG SEC(12")LED(YEL.) EA 6 S 29000 51,740.00
682 6004 VEH SIG SEC(12")L,ED(YEL ARW) EA I .1 29000 $290.00
682 6005 VLH SIG SEC(12")LED(RED) EA 6 S 290.00 51,740.00
682 6006 VEH SIG SEC(12")LED(RED ARW) EA 1 5 29000 $290.00
682 6023 BACK PLATE(12")(3 SEC) EA 6 S 70.00 $420.00
682 6024 BACK PLATE(12")(4 SEC) EA 1 $ 80.00 580.00
684 6031 TRF SIG CBL(TY A)(14 AWG)(5 COMDR) LF254 $ 1,20 $304,80
684 6033 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) IT 603 $ 1.45 S874.35
684 6046 "CRF SIG CBL(TY A)(14 AWG)f20 CONDR) LF 505 $ 3.25 $1.641,25
684 6049 TRF SIG CBL("TT A)(16 AWG)(3 CONDR) LF 1,069 S l 05 $1,122,45
686 6029 INS TRI'SIG PL AM(S)I ARM(28') EA 1 $ 5,700 00 $5,700.00
686 6035 INS IRF SIG PL AM(S)1 ARM(32')(L[,'M) EA I $ 6,200.00 $6,20000
686 6047 INS'PRF SIG PL AM(S)I ARM(44')(LUM) EA 1 $ 8.00000 $8,000.00
687 6001 PED POLE ASSEMBLY EA 2 $ 2,30000 $4,600.00
688 6001 PED DETECT PUSH BUTTON(APS) EA 2 S 750.00 $1,500,00
688 6003 PBD DETECTOR CONTROLLER UNIT EA 1 S 3,250,00 $3,250.00
6002 6001 VIVDS PROCESSOR SYSTEM EA I $ 5,000.00 55,000,00
6002 6002 VRDS CAMERA ASSEMBLY EA 4 $ 1,200.00 S4,800,00
6002 6003 VIVDS SET-UP SYSTEM EA 1 $ 75000 $750.00
6002. 6005 VIVDS COMMUNICATION CABLE(COAXIAL) LF 1,069 $ 150 $2(i72 50
ETHERNET CABLE CAI'F(FOR RADIO) LF 79 $0,00
TITAN INTEGRATED BROADBAND 2/5 8 GHX RADIO EA 1 $0,00
BROADBAND ANTENNA FA 1 $0.00
OPTICOM DETECTOR-GTT MODEL,722 EA 2 $0,00
OPTICO.M PHASE SELECTOR-GIT MODEL.764 EA 1 $0,00
NO AID NUMBERS OPTICOM CART)RACK-GTT MODEL 760
AVAILABLE BA ! $0,00
OP'FICOM CABLE-GTT MODEL 138 LF 169 $0.00
AXIS NETWORK PTX CAMAERA EA 1 $0,00
ETHERNET CABLE CAT'6(FOR PTZ.) LF 134 $0.00
CONNET ETHENET SWITCH EA 1 $0,00
ITFRIS EDGE CONNECT CARD EA i $0 00
TRAFFIC SIGNAL SUBTOTAL $111,505.75
PROJECT TOTAL $2,250,177.96
MOBILIZATION(10%) $223,517.80
CONTINGENCY(10%) 5225,017.80
TOTAL 52,648,713.55