Loading...
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