R-09-07-23-10F3 - 7/23/2009RESOLUTION NO. R -09-07-23-10F3
WHEREAS, the City of Round Rock ("City") is planning a roadway
improvement project regarding the widening and expansion of FM 1460
(A.W. Grimes) from a two-lane roadway to a four -lane roadway between
Old Settlers Boulevard to approximately 1000' north of University
Boulevard ("Project"), and
WHEREAS, by Resolution No. R -09-05-14-9G7, the City of Round
Rock approved an Advance Funding Agreement with the State of Texas,
acting through the Texas Department of Transportation, wherein the
City is responsible for utility relocation costs for a utility
deemed to be reimbursable within the limits of the Project, and
WHEREAS, the Project will necessitate the adjustment, removal,
and/or relocation of certain facilities of Oncor Electric Delivery
Company LLC ("Oncor"), and
WHEREAS, the City of Round Rock and Oncor desire to enter into
a Standard Utility Agreement to memorialize respective obligations
regarding the Project, 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 a Standard Utility Agreement with Oncor Electric
Delivery Company LLC, 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
0:\wdox\SCCInts\0112\0905\MUNICIPAIAR90723.73.000/rmc
and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RISCHNEDthis 23rd day of July, 2009.
ATTEST:
41/14L •
SARA L. WHITE, City Secretary
2
ALAN MCGRAW, Mayor
City of Round Rock, Texas
U-35_Contractual Agree ROW
City of Round Rock, Texas
Rev. 2/2009
Page 1 of 3
STANDARD UTILITY AGREEMENT
Local Government: The City of Round Rock
Federal Project No.: n/a
ROW CSJ: 2211-02-016
Highway Project Letting Date: August 2009
U -Number: 12959
County: Williamson
Highway: FM 1460
From: Quail Valley Drive
To: Old Settlers Boulevard
This Agreement by and between the City of Round Rock, Texas, ("Local Government"), and Oncor Electric
Delivery Company LLC, ("Utility"), acting by and through its duly authorized representative, shall be effective on
the date of approval and execution by and on behalf of the Local Government.
WHEREAS, that the State of Texas ("State"), acting by and through the Texas Department of Transportation
("TxDOT") and City of Round Rock, Texas, ("Local Government") have executed an Advance Funding
Agreement, that states that the Local Government is financially responsible for utility relocation costs for a utility
deemed to be reimbursable within the limits of the highway as indicated above.
WHEREAS, the Local Government has deemed it necessary to make certain highway improvements as
designated by the Local Government and within the limits of the highway as indicated above;
WHEREAS, the proposed highway improvements will necessitate the adjustment, removal, and/or relocation of
certain facilities of Utility as indicated in the following statement of work: It is proposed to install 35 poles, 6,435
linear feet of conductor and ancillaries and to remove 40 poles, 6,656 linear feet of conductor and ancillaries; and
more specifically shown in Utility's plans, specifications and estimated costs, which are attached hereto as
Attachment "A".
WHEREAS, the Local Government will participate in the costs of the adjustment, removal, and/or relocation of
certain facilities to the extent as may be eligible for Local Government participation.
WHEREAS, the Local Government, upon receipt of evidence it deems sufficient, acknowledges Utility's interest
in certain lands and/or facilities that entitle it to reimbursement for the adjustment, removal, and relocation of
certain of its facilities located upon the lands as indicated in the statement of work above.
NOW, THEREFORE, BE IT AGREED:
The Local Government will pay to Utility the costs incurred in adjustment, removal, and/or relocation of Utility's
facilities up to the amount said costs may be eligible for Local Government participation.
The Local Government and Utility agree that all conduct under this agreement, including but not limited to the
adjustment, removal and relocation of the facility, the development and reimbursement of costs, any
environmental requirements, and retention of records will be in accordance with 23 CFR 645, Subparts A & B and
all other applicable federal and state laws, rules and regulations. Utility agrees to supply, upon request by the
Local Government, proof of compliance with the aforementioned laws, rules and regulations prior to the
commencement of construction.
The Utility agrees to develop relocation or adjustment costs by accumulating actual direct and related indirect
costs in accordance with a work order accounting procedure prescribed by the Local Government, or may, with
the Local Government's approval, accumulate actual direct and related indirect costs in accordance with an
established accounting procedure developed by Utility. Bills for work hereunder will be submitted to the Local
Government not later than 90 days after completion of the work.
EXHIBIT
"A"
U-35_Contractual Agree ROW
City of Round Rock, Texas
Rev. 2/2009
Page 2 of 3
When requested, the Local Government will make intermediate payments at not less than monthly intervals to
Utility when properly billed and such payments will not exceed 80 percent (80%) of the eligible cost as shown in
each such billing. In addition, the Local Government will make a payment, before audit, which will bring the total
percentage paid to the Utility up to the 90% eligible cost. Intermediate payments shall not be construed as final
payment for any items included in the intermediate payment.
Alternatively, the Local Government agrees to pay Utility an agreed lump sum of $ N/A as supported by the
attached estimated costs. The Local Government will, upon satisfactory completion of the adjustments,
removals, and/or relocations and upon receipt of a final billing, make payment to Utility in the agreed amount.
Upon execution of this agreement by both parties hereto, the Local Government will, by written notice, authorize
the Utility to perform such work diligently, and to conclude said adjustment, removal, or relocation by the stated
completion date. The completion date shall be extended for delays caused by events outside Utility's control,
including an event of Force Majeure, which shall include a strike, war or act of war (whether an actual declaration
of war is made or not), insurrection, riot, act of public enemy, accident, fire, flood or other act of God, sabotage, or
other events, interference by the Local Government or any other party with Utility's ability to proceed with the
relocation, or any other event in which Utility has exercised all due care in the prevention thereof so that the
causes or other events are beyond the control and without the fault or negligence of Utility.
The Local Government will, upon satisfactory completion of the relocation or adjustment and upon receipt of final
billing prepared in an approved form and manner, make payment in the amount of 90 percent (90%) of the eligible
costs as shown in the final billing prior to audit and after such audit shall make an additional final payment totaling
the reimbursement amount found eligible for Local Government reimbursement.
Unless an item below is stricken and initialed by the Local Government and Utility, this agreement in its entirety
consists of the following:
1. Standard Utility Agreement;
2. Plans, Specifications, and Estimated Costs (Attachment "A");
3. Utility's Accounting Method (Attachment "B");
4. Utility's Schedule of Work and Estimated Date of Completion (Attachment "C");
5. Statement Covering Contract Work — Wilco -U-48 (Attachment "D");
6. Eligibility Ratio (Attachment "F");
7. Betterment Calculation and Estimates (Attachment "G");
8. Proof of Property Interest — ROW -U -1A (Attachment "H");
9. Inclusion in Highway Construction Contract (if applicable) (Attachment "I"); and
10. Utility Joint Use Acknowledgment — ROW-U-JUA (TxDOT) (Attachment "E").
All attachments are included herein as if fully set forth. In the event it is determined that a substantial change
from the statement of work contained in this agreement is required, reimbursement therefore shall be limited to
costs covered by a modification or amendment of this agreement or a written change or extra work order
approved by the Local Government and Utility.
This agreement is subject to cancellation by the Local Government at any time up to the date that work under
this agreement has been authorized and that such cancellation will not create any liability on the part of the Local
Government.
The State and/or Local Government Auditor may conduct an audit or investigation of any entity receiving funds
from the Local Government directly under this contract or indirectly through a subcontract under this contract.
Acceptance of funds directly under this contract or indirectly through a subcontract under this contract acts as
acceptance of the authority of the State Auditor, under the direction of the Legislative Audit Committee, to conduct
an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation
must provide the state auditor with access to any information the state auditor considers relevant to the
investigation or audit.
1.1-35_Contractual Agree ROW
City of Round Rock, Texas
Rev. 2/2009
Page 3 of 3
The Utility by execution of this agreement does not waive any of the rights which Utility may have within the
limits of the law.
It is expressly understood that the Utility conducts the adjustment, removal, or relocation at its own risk, and that
the Local Government makes no warranties or representations regarding the existence or location of utilities
currently within its right of way.
The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the
party represented.
UTILITY
Utility: Oncor Electric Delivery Company LLC
By:
Name of tility
c,
Authorized Signa
John C. Soward
Print or Type Name
Title: Director of Distribution Engineering
Date:
FOR REVIEW ONLY:
THE STATE OF TEXAS
By:
Authorized Signature
Title:
Date:
EXECUTION RECOMMENDED:
THE CITY OF ROUNDROCK, TEXAS
Executed and approved for the purpose and
effect of activating and/or carrying out the orders,
established policies or work programs heretofore
approved and authorized by the City of Round
Rock, Texas.
By:
Title:
Date:
Authorized Signature
, Form ROW- U-40
Rev 312004
GSD, E PC
Page 1 of 1
District : All TXDOT Districts
Federal Project No. : n/a
ROW CSJ No. : n/a
SIGNATURE AUTHORITY
U -No All Contracts
County : All Counties
Highway No n/a
Contract No : n/a
WHEREAS, Jim Greer, hereinafter called the Owner, deems it necessary and proper to enter into an agreement
with the State of Texas, whereby the Texas Department of Transportation will cause the relocation of various
facilities operated by Oncor Electric Delivery Company LLC, which are in conflict with the Texas Department of
Transportation's proposed improvements on n/a from n/a to n/a
NOW THEREFORE, be it resolved by the above named Owner that John C. Soward or his successor, is hereby
authorized and directed to sign the utility agreement or any other necessary documents required to complete the
utility relocation on behalf of the above named Owner.
/-
Passed, approved, and adopted this _3, / day of July, 2008.
IN WITNESS WHEREOF, the parties hereto have affixed their signatures.
ATTEST: Owner: Oncor Electric Delivery Company LLC
lity Narne
By:
Title:
Date:Jt. / 2.42()
u
Acknowledgement
State of Texas
County of Dallas
This instrument was acknowledged before me on July 3\ '5\ 2008, by Jim Greer, Senior Vice President of
Asset Management, of Oncor Electric Delivery Company LLC, a Delaware limited liability company, under the
Delaware Limited Liability Company Act, on behalf of said corporation.
.JXM.ELKINS
Notary Public
State of Texas
My Comm Exp. 05-03-2010
Notary Public's Signature
Texas Department of Transportation
P.O. DRAWER 15426 • AUSTIN, TEXAS 78761-5426 • (512) 832-7000
May 26, 2009
Williamson County
FM 1460: Old Settlers Blvd. to University Blvd.
CSJ 2211-02-021
Thomas E. Word, P.E.
Chief of Public Works Operations
City of Round Rock
212 Commerce Cove
Round Rock, Texas 78664
Dear Mr. Word:
Attached is an executed Advance Funding Agreement for the above project. The Agreement
covers the City's participating cost associated with the construction of a four -lane facility from
Old Settlers Boulevard to University Boulevard and includes an incremental payment
schedule that is outlined in Article 2.
As per the Agreement, a check made payable to the Texas Department of Transportation
Trust Fund for half of the difference of construction cost less the State's participation will be
due sixty days prior to receipt of bids. As of this date the latest engineer's estimate is
$14,593,262.91 (copy of estimate is attached). Therefore, a check in the amount of
$2,296,631.46 is due by June 8, 2009. The remaining financial share will be due in
incremental payments of equal value by the 5th of each month beginning with the month
after the receipt of bids for twelve (12) consecutive months.
If you have any questions, please contact me at (512) 832-7050.
Attachments
cc: John Wagner, PE
Danny Stabeno
Chris Hatia
Kevin Steele, FIN
Hector Vidaurri, GSD/CSS
Sincerely,
Patricia L. Crews- eig t, P.E.
Director of Design - AUS
An Equal Oppoqunily Employer
Yek.7t
CSJ #2211-02-021
District # I4 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
THE STATE OF TEXAS
THE COUNTY OF TRAVIS
ADVANCE FUNDING AGREEMENT FOR VOLUNTARY
LOCAL GOVERNMENT CONTRIBUTIONS
TO TRANSPORTATION IMPROVEMENT
PROJECTS WITH NO REQUIRED MATCH
THIS AGREEMENT IS MADE BY AND BETWEEN the State of Texas, acting by and through the
Texas Department of Transportation, hereinafter called the "State", and the City of Round Rock,
acting by and through its duly authorized officials, hereinafter called the "Local Government."
WITNESSETH
WHEREAS, Transportation Code, Chapters 201, 221, 227, and 361, authorize the State to lay out,
construct, maintain, and operate a system of streets, roads, and highways that comprise the State
Highway System; and,
WHEREAS, Government Code, Chapter 791, and Transportation Code, §201.209 and Chapter 221,
authorize the State to contract with municipalities and political subdivisions; and,
WHEREAS, Commission Minute Order Number 111734 authorizes the State to undertake and
complete a highway improvement generally described as widen to a 4 -lane roadway facility; and,
WHEREAS, the Local Govemment has requested that the State allow the Local Government to
participate in said improvement by funding that portion of the improvement described as widen FM
1460 from a two-lane roadway to a 4 -lane roadway from Old Settlers to University Boulevard within
the City of Round Rock, hereinafter called the 'Project"; and,
WHEREAS, the State has determined that such participation is in the best interest of the citizens of
the State;
NOW, THEREFORE, in consideration of the premises and of the rnutual covenants and agreements
of the parties hereto, to be by them respectively kept and performed as hereinafter set forth, the
State and the Local Government do agree as follows:
ORIGINAL
AGREEMENT
Article 1. Time Period Covered
This agreement becomes effective when signed by the last party whose signing makes the
agreement fully executed, and the State and the Local Government will consider it to be in full force
and effect until the Project described herein has been completed and accepted by all parties or
unless terminated, as hereinafter provided.
Article 2. Project Funding and Work Responsibilities
The State will authorize the performance of only those Project items of work which the Local
Government has requested and has agreed to pay for as described in Attachment A, Payment
Provision and Work Responsibilities which is attached to and made a part of this contract.
AFA-APA_VolTIP Page 1 of 8 Revised 02/02/2009
e t•
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
In addition to identifying those items of work paid for by payments to the State, Attachment A,
Payment Provision and Work Responsibilities, also specifies those Project items of work that are the
responsibility of the Local Government and will be carried out and completed by the Local
Government, at no cost to the State.
The State shall provide a fixed amount of $10,000,000 towards the total construction bid item costs.
At least sixty (60) days prior to the date set for receipt of the construction bids, the Local Government
shall remit half of the estimated balance of the construction cost as found in the Latest Engineers
Estimate. Upon award of the construction contract the Local Government shall remit the balance of
the construction costs in incremental payments of equal value by the 5th of each month beginning
with the month after the receipt of bids for twelve (12) consecutive months.
In the event that the State determines that additional funding by the Local Government is required at
any time during the Project, the State will notify the Local Government in writing. The Local
Government shall make payment to the State within thirty (30) days from receipt of the State's written
notification.
Whenever funds are paid by the Local Government to the State under this Agreement, the Local
Govemment shall remit a check or warrant made payable to the "Texas Department of
Transportafion Trust Fund." The check or warrant shall be deposited by the State in an escrow
account to be managed by the State. Funds in the escrow account may only be applied by the State
to the Project. If, after final Project accounting, excess funds remain in the escrow account, those
funds may be applied by the State to the Local Government's contractual obligations to the State
under another advance funding agreement.
Article 3. Right of Access
If the Local Govemment is the owner of any part of the Project site, the Local Government shall
permit the State or its authorized representative access to the site to perform any activities required
to execute the work.
Article 4. Adjustments Outside the Project Site
The Local Government will provide for all necessary right-of-way acquisition and all necessary utility
adjustments.
Article 6. Responsibilities of the Parties
The State and the Local Government agree that neither party is an agent, servant, or employee of
the other party and each party agrees it is responsible for its individual acts and deeds as well as the
acts and deeds of its contractors, employees, representatives, and agents.
Article 6. Document and information Exchange
The Local Govemment agrees to electronically deliver to the State all general notes, specifications,
contract provision requirements and related documentation in a Microsoft® Word or similar
document. If requested by the State, the Local Government will use the State's document template.
The Local Government shall also provide a detailed construction time estimate including types of
activities and month in the format required by the State. This requirement applies whether the local
govemment creates the documents with its own forces or by hiring a consultant or professional
AFA-AFA VoITIP Page 2 of 8 Revised 02/02/2009
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
provider. At the request of the State, the Local Government shall submit any information required by
the State in the format directed by the State.
Article 7. Interest
The State will not pay interest on funds provided by the Local Government. Funds provided by the
Local Govemment will be deposited into, and retained in, the State Treasury.
Article 8. Inspection and Conduct of Work
Unless otherwise specifically stated in Attachment A, Project Budget and Description, to this contract,
the State will supervise and inspect all work performed hereunder and provide such engineering
inspection and testing services as may be required to ensure that the Project is accomplished in
accordance with the approved plans and specifications. All correspondence and instructions to the
contractor performing the work will be the sole responsibility of the State. Unless otherwise
specifically stated in Attachment A to this contract, all work will be performed in accordance with the
Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges
adopted by the State and incorporated herein by reference, or special specifications approved by the
State.
Article 9. Increased Costs
In the event it is determined that the funding provided by the Local Government will be insufficient to
cover the State's cost for performance of the Local Govemment's requested work, the Local
Government will pay to the State the additional funds necessary to cover the anticipated additional
cost. The State shall send the Local Government a written notification stating the amount of
additional funding needed and stating the reasons for the needed additional funds. The Local
Government shall pay the funds to the State within 30 days of the written notification, unless
otherwise agreed to by all parties to this agreement. If the Local Government cannot pay the
additional funds, this contract shall be mutually terminated in accord with Article 11 - Termination. If
this is a fixed price agreement as specified in Attachment A, Project Budget and Description, this
provision shall only apply in the event changed site conditions are discovered or as mutually agreed
upon by the State and the Local Government.
If any existing or future local ordinances, commissioners court orders, rules, policies, or other
directives, including but not limited to outdoor advertising billboards and storm water drainage facility
requirements, are more restrictive than State or Federal Regulations, or if any other locally proposed
changes, including but not limited to plats or replats, result in increased costs, then any increased
costs associated with the ordinances or changes will be paid by the local government. The cost of
providing right of way acquired by the State shall mean the total expenses in acquiring the property
interests either through negotiations or eminent domain proceedings, including but not limited to
expenses related to relocation, removal, and adjustment of eligible utilities.
Article 10. Maintenance
Upon completion of the Project, the State will assume responsibility for the maintenance of the
completed Project unless otherwise specified in Attachment A to this agreement.
Article 11. Termination
This agreement may be terminated in the following manner:
• by mutual written agreement and consent of both parties;
* by either party upon the failure of the other party to fulfill the obligations set forth herein;
AFA-AFA_VoITIP Page 3 of 8 Revised 02/02/2009
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
• by the State if it determines that the performance of the Project is not in the best interest of the
State.
If the agreement is terminated in accordance with the above provisions, the Local Government will be
responsible for the payment of Project costs incurred by the State on behalf of the Local Govemment
up to the time of termination.
• Upon completion of the Project, the State will perform an audit of the Project costs. Any funds
due to the Local Govemment, the State, or the Federal Government will.be promptly paid by
the owing party.
Article 12. Notices
All notices to either party by the other required under this agreement shaft be delivered personally or
sent by certified or U.S. mail, postage prepaid or sent by electronic mail, (electronic notice being
permitted to the extent permitted by law but only after a separate written consent of the parties),
addressed to such party at the following addresses:
Local Government:
Mayor
221 E. Main Street
Round Rock, Texas 78664
State:
Austin District Engineer
P.O. Drawer 15426
Austin, Texas 78761-5426
All notices shall be deemed given on the date so delivered or so deposited in the mail, unless
otherwise provided herein. Either party may change the above address by sending written notice of
the change to the other party. Either party may request in writing that such notices shall be
delivered personally or by certified U.S. mail and such request shall be honored and carried out by
the other party.
Article 13. Sole Agreement
In the event the terms of the agreement are in conflict with the provisions of any other existing
agreements between the Local Government and the State, the latest agreement shall take
precedence over the other agreements in matters related to the Project.
Article 14. Successors and Assigns
The State and the Local Govemment each binds itself, its successors, executors, assigns, and
administrators to the other party to this agreement and to the successors, executors, assigns, and
administrators of such other party in respect to all covenants of this agreement.
Article 16. Amendments
By mutual written consent of the parties, this contract may be amended prior to its expiration.
Article 16. State Auditor
The state auditor may conduct an audit or investigation of any entity receiving funds from the state
directly under the contract or indirectly through a subcontract under the contract. Acceptance of
funds directly under the contract or indirectly through a subcontract under this contract acts as
acceptance of the authority of the state auditor, under the direction of the legislative audit committee,
to conduct an audit or investigation in connection with those funds. An entity that is the subject of an
audit or investigation must provide the state auditor with access to any information the state auditor
considers relevant to the investigation or audit.
AFA-AFA VoITIP Page 4 of 8 Revised 02102/2009
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
Article 17. Insurance
If this agreement authorizes the Local Government or its contractor to perform any work on State
right of way, before beginning work the entity performing the work shall provide the State with a fully
executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage
in the amounts and types specified on the Certificate of Insurance for all persons and entities working
on State right of way. This coverage shall be maintained until all work on the State right of way is
complete. if coverage is not maintained, all work on State right of way shall cease immediately, and
the State may recover damages and all costs of completing the work.
Article 18. Debarment
The parties are prohibited from making any award at any tier to any party that is debarred or
suspended or otherwise excluded from or ineligible for participation in Federal Assistance Programs
under Executive Order 12549, "Debarment and Suspension." By executing this agreement, the
[Contractor, Local Government, Engineer, or whatever] certifies that it is not currently debarred,
suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs
under Executive Order 12549. The parties to this contract shall require any party to a subcontract or
purchase order awarded under this contract to certify its eligibility to receive Federal funds and, when
requested by the State, to fumish a copy of the certification.
Article 19. Signatory Warranty
The signatories to this agreement warrant that each has the authority to enter into this agreement on
behalf of the party they represent.
IN WITNESS WHEREOF, THE STATE AND THE LOCAL GOVERNMENT have executed duplicate
counterparts to effectuate this agreement.
AFA-AFA_VoITIP Page 5 of 8 Revised 02/02/2009
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
THE STATE OF TEXAS
Executed for the Executive Director and approved for the Texas Transportation Commission for the
purpose and effect of activating and/or carrying out the orders, established policies or work programs
„/
heretofore approved nd author' ed by the Texas Transp9tation Commission.
By (.5 ' Date ,S E-/ )0 41
Robert B. Daigh PE
.p
District Engineer
THE LOCAL GOVERNMENT
Name of Ath Local Government City of Round Rock
f
Yil
By
Date
Date S. 14,.eft
Typed or Printed Name and Title Mail NV' qattV
lvtkyc/v-
AFA-AFA VoITIP Page 6 of 8 Revised 02/02/2009
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
ATTACHMENT A
Payment Provision
The State will pay a fixed amount of $10,000,000 towards the cost of construction bid items for the
widening of FM 1460 from a 2 -lane roadway to a 4 -lane facility. The Local Government will pay the
balance of the construction bid item costs for the Project. The Local Government's estimated cost of
this additional work is $9,000,000, for the construction bid items. The State has estimated the project
to be as follows:
Description
Total
Estimate Cost
State
Participation
Local
Participation
%
Cost
%
Cost
'
Construction of the
widening of a 2 -lane
roadway to a 4 -lane
facility
$19,000,000
Fixed
$10,000,000
$9,000,000
SiibtOti , ; •
t , .41'ii.:7<*1 I'
' 19,000000
'' ' ' .0.".;1.4;%;.-Y-tia-..',
,
'
y
A
6:00-0 000i,
" ;-.•a:tr4-
_ ;000;09 0
...'.
Direct State Costs
(including plan review,
inspection and
oversight)
$0
0%
$0
0%
$0
Indirect State Costs
(no local participation
required except for
service projects)
$0
.
0%
$0
0%
$0
TOTAL
$19,000,000
$10,000,000
$9,000,000
Direct or indirect Costs will not be charged.
Local Government's Participation = $9,000,000
It is further understood that the State will include only those items for the improvements as requested
and required by the Local Government. This is an estimate only; final participation amounts will be
based on actual charges to the project.
AFA-AFA_VoITIP Page 7 of 8 Revised 02/02/2009
i
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
Work Responsibilities
Environmental Requirements
A. The State shall prepare the appropriate environmental documentation and secure
environmental clearance for the Project.
B. To the extent required to complete the Project, the State will be responsible for the
mitigation and remediation of any environmental problems associated with the
development of the Project.
Engineering Services
A. The Local Government shall prepare or cause to be prepared the engineering plans,
specifications, and estimates (PS&E) necessary for the development of the Project.
The PS&E shall be prepared in accordance with all applicable laws, policies and
regulations, deemed necessary by the State.
B. The engineering plans shall be developed in accordance with the Texas Department of
Transportation Roadway Design Manual, the current edition of the Standard
Specifications for Construction and Maintenance of Highways, Streets, and Bridges and
the Texas Accessibility Standards.
C. The Local Government shall submit a copy of the redlined plans provided by the State
with all applicable plan submittals to indicate that QC/QA was undertaken.
13. The Local Government shall submit the completed PS&E to the State for review and
approval five months prior to the State's anticipated bid opening date.
Construction Responsibilities
A. The State shall advertise for construction bids, issue bid proposals, receive and
tabulate the bids and award and administer the uontract for construction of the Project.
Administration of the contract includes the responsibility for construction engineering
and for issuance of any change orders, supplemental agreements, amandments, or
additional work orders, which may become necessary subsequent to the award of the
construction contract.
B. The State will use its approved contract letting and award procedures to let and award
the construction contract.
C. The Local Government will retain a consultant engineer for construction phase services.
Those services entail shop drawing review, preparation of any re -design, alternative
design or additional design details needed during construction. The consultant
engineer will also be available to respond to questions relating to the plans.
AFA-AFA_VoITIP Page 8 of 8 Revised 02/02/2009
5RQR
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Includes:
Attachment "A"
Summary Estimate
Labor Estimate
Materials Estimate
Vouchers Estimate (if applicable)
Plan Drawings
NCOR
Electric Delivery LLC
ONCOR Project: 3024583
Local Gov. Authority The City of Round Rock, Texas
District: Round Rock
County: Williamson
ROW CSJ: 2211-02-016
Construction CSJ: 2211-02-013
Highway: FM 1460
From: Quail Valley Drive
To: Old Settlers Boulevard
Eligibility Ratio: 82.50%
Attachment "A"
Summary Estimate
Contractors Expense 84,637.35
Vouchers 10,900.00
Materials 96,436.91
Sub Total 191,974.26
Indirect Overhead 57,592.28
Total Charged to Project 249,566.54
Salvage Material 0.00
Net Estimated Cost 249,566.54
Less Betterment 0.00
Estimated Cost 249,566.54
OED Tax Expense 35,019.18
Franchise Fee 11,385.43
Estimated Cost Of Project 82.50% 244,178.19
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "A"
Labor Estimate
Work Unit
Description
Estimated
Quantity
Estimated
Cost Per Unit
Estimated
Cost
UT6170I
Terminate, Secondary/Service Single Phase, Set Screw Connector
Through 500Mcm. Includes: Preparing Cable Ends, Connection,
Install Mole Bodies As Required, Sleeves, And Tags/Tagging. Unit
Of Measure = Per Connection.
1
$ 6.30
$ 6.30
TS50501
Disconnect/Reconnect Pad Mount Equipment, Single Phase Or
Three Phase. Includes: Unbolting Connectors From Old
Equipment And Reboiting Connectors On New Equipment. Unit Of
Measure = Each Connection.
1
$ 8.12
$ 8.12
SL8140I
Fuse Assembly For Luminaire. Includes: Fuse, Housing, And
Connections. Unit Of Measure = Each.
1
$ 8.96
$ 8.96
CB20301
Secondary Or Service Cable, Through 4/0, Through 4 Conductors,
In Conduit. Includes: Set Up/Breakdown, Pulling Cable,
Maintaining Moisture Seal At Cable Ends, Tagging, And Cleanup.
Unit Of Measure = Per Foot.
10
$ 1.41
$ 14.10
CB2000I
Primary Cable, Single Phase. Includes: Set Up/Breakdown, Pulling
Cable In/Out Of Conduit, Maintaining Moisture Seal At Cable
Ends, And Cleanup. Unit Of Measure = Per Foot.
32
$ 0.87
$ 27.84
CV30151
Trench, Chunk Rock Through 36"" Depth And Through 12"
Width. Includes: Locates, Excavation Including Any Hand Digging
, Backfilling, Normal Compaction, And Cleanup. Unit Of Measure =
Per Linear Foot.
10
$ 3.08
$ 30.80
0H40601
Bracket, Standoff (1 Or 2 Single Phase, Or 1 Or 2 Two Phase),
Fiberglass. Includes: Drilling Pole, Bracket And Mounting
Hardware. Unit Of Measure = Each.
2
$ 23.98
$ 47.96
MS71601
Wildlife Protection. Applies Only To Installation On Existing
Equipment. Includes: Protector. Unit Of Measure = Each.
5
$ 9.88
$ 49.40
CV3170I
Conduit, 20" Stalk, Through 3", Pvc. Includes: Conduit In Trench,
Couplings, Bends, Glue, Placement Of Marker Balls As Required,
And Pull Tape. Unit Of Measure = Per Foot.
59
$ 0.89
$ 52.51
MS7110I
Pothole - Hand Dig. Includes: Locates, Dig Hole, Disposal Of
Spoil. Applies To Bores Only, Any Exception Requires Prior
Approval By Company. Up To 24" Diameter Up To 72" Depth, If
Deeper Apply Appropriate Extra Depth Unit. Unit Of Measure =
Each.
1
$ 59.96
$ 59.96
CV3150I
Pedestal. Includes: Excavation, Trimming Conduit, Pedestal,
Pedestal Protection Device If Required, Backfill, Compaction, Set
To Final Grade, Secure Enclosure, FLN Plate, And Cleanup. Unit
Of Measure = Each.
1
$ 71.01
$ 71.01
0H4040R
Crossarm Wood/Fiberglass, Up To 10", Double. Includes: Drilling
Pole, Crossarm, Braces And Mounting Hardware. Excludes Pins,
Insulators, Deadends. Unit Of Measure = Each.
1
$ 73.76
$ 73.76
Pon= Niwnhmr
Work Unit
Description
Estimated
Quantity
Estimated
Cost Per Unit
Estimated
Cost
UT60701
Fault Indicator, Three Phase/Single Phase. Includes: Current
Sensors, Conductor, And Remote Indicator. Unit Of Measure = Per
Set.
2
$ 41.18
$ 82.36
CB20021
Setup Ug For Pulling Cable Thru 4/0 Primary: Includes Set Up
Truck, Any Necessary Rigging, Tailboard, Personal Protective
Equipment, Preparing Cable To Pull, Breakdown, And Cleanup
After Pull. Used On Projects With 300" Or Less Of Cable
(Excludes S
1
$ 85.41
$ 85.41
CB203OR
Secondary Or Service Cable, Through 4/0, Through 4 Conductors,
In Conduit. Includes: Set Up/Breakdown, Pulling Cable,
Maintaining Moisture Seal At Cable Ends, Tagging, And Cleanup.
Unit Of Measure = Per Foot.
123
$ 0.70
$ 86.10
0H4102R
Insulator, Double Pin, All Voltages Primary. Includes: Insulator,
Pin, Drilling If Required, Hardware, And Securing Conductor To
Insulator. Unit Of Measure = Each.
3
$ 31.54
$ 94.62
UT61001
Straight Splice, Primary, Through 4/0. Includes: Setup/Breakdown,
Cable Preparation, Lug, Pre -Molded Splice, Tags/Tagging,
Ground, And Cleanup. Unit Of Measure = Each.
1
$ 99.28
$ 99.28
SV9000R
Oh Service, Duplex Or Triplex, Any Size, Any Length. Includes:
Setup/Breakdown, Any Necessary Cover, Service, Decadents),
Hardware, Connections On Both Ends, Sag, Voltage Test, And
Cleanup. (Removal Includes Open Wire Or Bundled.) Excludes
Field Assembl
1
$ 109.29
$ 109.29
SL802OR
Street Light Complete, Embedded, Locates, Machine Dig With
Auger. Includes: Setup/Breakdown, Dig Hole, Pole, Arm If
Required, Pole Preparation, Conductor, Backfill, Cleanup,FLN
Plate, And Disposition Of Spoil. Unit Of Measure = Each.
1
$ 112.34
$ 112.34
CB20031
Primary Cable For Pole Riser, Single Phase. Includes: Set
Up/Breakdown, Installing Pull Rope, Pulling Cable In/Out Of
Conduit, Maintaining Moisture Seal At Cable Ends, And Cleanup.
Unit Of Measure = Per Riser.
1
$ 112.36
$ 112.36
SL8000I
Streetlight, Arm/Head Assembly On Standard Or Wood Pole
Through 6". Includes: Setup/Breakdown, Arm, Head, Photocell,
Wiring/Fuse, Connections, Ground, Associated Mounting
Hardware And Test. Unit Of Measure = Each.
1
$ 114.47
$ 114.47
CB2000R
Primary Cable, Single Phase. Includes: Set Up/Breakdown, Pulling
Cable In/Out Of Conduit, Maintaining Moisture Seal At Cable
Ends, And Cleanup. Unit Of Measure = Per Foot.
205
$ 0.64
$ 131.20
UT603OR
Pole Riser, Through 3". Includes: Setup/Breakdown, Hardware,
Conduit W/Pull String And Brackets As Needed. Unit Of Measure
=Each.
1
$ 131.07
$ 131.07
0H4380R
Down Guy Or Pole To Pole Guy, Any Size, All Lengths. Includes:
Pole And Anchor Attachment Hardware, Guy, Ground/Guy
Insulator As Required, Guy Tension, And Guy Guard. Unit Of
Measure = Each.
4
$ 33.34
$ 133.36
0H43301
Transformer, Single Phase, 50Kva And Below, Or Individual
Capacitor Unit On Pole Or Platform. Includes: Transformer
Leads/Jumpers As Required, Connections, Wildlife Protection
And Verify Voltage. Excludes Brackets. Unit Of Measure = Each.
1
$ 135.12
$ 135.12
•
0H4095R
Dead -End Conductor, Floating. Includes: Insulator"s), Deadends,
And Sag. Unit Of Measure = Each.
3
$ 46.26
$ 138.78
SL80201
Street Light Complete, Embedded, Locates, Machine Dig With
Auger. Includes: Setup/Breakdown, Dig Hole, Pole, Arm If
Required, Pole Preparation, Conductor, Backfill, Cleanup, FLN
Plate, And Disposition Of Spoil. Unit Of Measure = Each.
1
$ 143.20
$ 143.20
0H4330R
Transformer, Single Phase, 50Kva And Below, Or individual
Capacitor Unit On Pole Or Platform. Includes: Transformer
Leads/Jumpers As Required, Connections, Wildlife Protection
And Verify Voltage. Excludes Brackets. Unit Of Measure = Each.
2
$ 77.22
$ 154.44
SL81701
Attachment, Pole, Street Light. Install Pole Band On Steel Pole.
Unit Of Measure = Each.
4
$ 42.93
$ 171.72
MS716OR
Wildlife Protection. Applies Only To Installation On Existing
Equipment. Includes: Protector. Unit Of Measure = Each.
18
$ 9.88
$ 177.84
Panw rnhrsr 4
Work Unit
Description
Estimated
Quantity
Estimated
Cost Per Unit
Estimated
Cost
UT60301
Pole Riser, Through 3". Includes: Setup/Breakdown, Hardware,
Conduit W/Pull String And Brackets As Needed. Unit Of Measure
= Each.
1
$ 179.62
$
179.62
SL8000R
Streetlight, Arm/Head Assembly On Standard Or Wood Pole
Through 6". Includes: Setup/Breakdown, Arm, Head, Photocell,
Wiring/Fuse, Connections, Ground, Associated Mounting
Hardware And Test. Unit Of Measure = Each.
3
$
68.00
$
204.00
MS70801
Extra Depth - Pole/ Anchor, Machine Dig Rock Auger. Includes:
Dig Hole, Disposal Of Spoil. Unit Of Measure = Per Foot.
7
$
29.44
$
206.08
CV30601
Excess Spoil, Load And Disposition. Includes: Loading Of Spoil
And Hauling Spoil Offsite. One Load Is Up To Six Yards. This Unit
Will Apply Only When Prior Written Approval Is Obtained From
Company. Does Not Apply To Pole Set. Unit Of Measure = Load.
1
$
208.24
$
208.24
CV30701
Equipment Hauling. Includes: Loading, Transporting, And
Unloading Trencher, Backhoe, Trackhoe, Or Rock Saw. (This Unit
Does Not Apply To Service Work.) Unit Of Measure = One Per
Project.
1
$
221.07
$
221.07
0H4080R
Dead -End Conductor, Primary, Larger Than 4/0 Wire. Includes:
Insulator And/Or Dead -End, Hardware, And Sagging. Unit Of
Measure = Per Conductor.
6
$
39.68
$
238.08
0H41101
Cutout. Fused Or Solid Blade. Includes: Mount Cutout On Bracket
As Required, Drill Hole"s) As Required, Hardware, Cutout, And/Or
Bracket, Fuse, Jumper"s) And Connection"s). Unit Of Measure =
Each.
5
$
50.92
$
254.60
0H41211
In-Line/Underslung Disconnect. Includes: Assemble Disconnect
And Deadends, Install Disconnect And Deadends, Temporary
Jumper, Sag (As Required), Jumpers And Connections. Unit Of
Measure = Set Of Three.
1
$
272.62
$
272.62
0H4121R
In-Line/Underslung Disconnect. Includes: Assemble Disconnect
And Deadends, Install Disconnect And Deadends, Temporary
Jumper, Sag (As Required), Jumpers And Connections. Unit Of
Measure = Set Of Three.
1
$
272.62
$
272.62
OH411OR
Cutout. Fused Or Solid Blade. Includes: Mount Cutout On Bracket
As Required, Drill Hole"s) As Required, Hardware, Cutout, And/Or
Bracket, Fuse, Jumpers) And Connection"s). Unit Of Measure =
Each.
6
$
47.40
$
284.40
UT6000I
Terminate, Primary Cable Pole Riser, Single Phase, Through 4/0,
Includes: Hardware, Bracket, Grip, Terminator, Terminal Lug,
Grounds, Jumper, Lightning Arrestor, Sealing Compound,
Connections, Wildlife Protection, And Tags/Tagging. Unit Of
Measure = Ea
1
$
296.13
$
296.13
PS101OR
Pole, Wood, 50" Through 60", Machine Dig With Auger. Includes:
Haul Pole, Locates, Setup/Teardown, Dig Hole, Grounding/Guard
As Required, Locates, Set Pole, Backfill, Tamp Or Foam As
Required, Pole Plate, Fin, Driven Ground (Removal Only),
Cleanup, And H
1
$
353.10
$
353.10
CV3130I
Pull Box, Primary, Single Phase. Includes: Excavation, Providing
And Installing Pea Gravel Base, Connecting Conduit, Ground Rod,
Backfill, Compaction, Set To Final Grade, Secure Enclosure, FLN
Plate, And Cleanup. Unit Of Measure = Each.
1
$
384.44
$
384.44
0H4030R
Crossarm, Wood/Fiberglass, Up To 10", Single. Includes: Drilling
Pole, Crossarm, Braces, And Mounting Hardware. Excludes Pins,
Insulators, Deadends. Unit Of Measure = Each.
13
$
29.84
$
387.92
0H4090R
Dead -End Conductor. Secondary Or Neutral, Any Size. Includes:
Insulator And/Or Dead -End, Hardware And Sag. Bundled
Conductor Considered One Dead -End. Unit Of Measure = Each.
15
$
25.97
$
389.55
0H41951
OH Secondary, Through 4/0, Through 4 Conductors. (Does Not
Include Bare Conductor) Includes: Secondary, Hardware,
Connections On Both Ends, And Voltage Test. Excludes Set Up,
Cover Up, And Field Assembled Secondary. Does Not Include
Transfer. See 0H4
215
$
1.96
$
421.40
Work Unit
Description
Estimated
Quantity
Estimated
Cost Per Unit
Estimated
Cost
0H4130R
Switch, Loadbreak, Gang Operated or Scadamate. Includes:
Uncrate, Assemble, Mount Switch, Arrestors, Temporary Jumpers,
Grounds, Wildlife Protection, Operate Switch, Adjust As Needed,
And Cleanup. Excludes Permanent Jumpers Unit Of Measure =
Each.
1
$ 443.31
$ 443.31
0H4060R
Bracket, Standoff (1 Or 2 Single Phase, Or 1 Or 2 Two Phase),
Fiberglass. Includes: Drilling Pole, Bracket And Mounting
Hardware. Unit Of Measure = Each.
27
$ 17.14
$ 462.78
0H41701
Arrestor, Distribution. Includes: Arrestor, Wildlife Protection,
Ground, And Mount Bracket When Applicable, Jumpers And
Connection"s). Unit Of Measure = Each.
9
$ 66.83
$ 601.47
0114070R
Dead -End Conductor, Primary, Through 4/0 Wire. Includes:
Insulator And/Or Dead -End, Hardware, And Sagging. Unit Of
Measure = Per Conductor.
42
$ 15.58
$ 654.36
0H4170R
Arrestor, Distribution. Includes: Arrestor, Wildlife Protection,
Ground, And Mount Bracket When Applicable, Jumpers And
Connection"s). Unit Of Measure = Each.
15
$ 46.29
$ 694.35
0H40301
Crossarm, Wood/Fiberglass, Up To 10", Single. Includes: Drilling
Pole, Crossarm, Braces, And Mounting Hardware. Excludes Pins,
Insulators, Deadends. Unit Of Measure = Each.
20
$ 36.86
$ 737.20
0H4195R
OH Secondary, Through 4/0, Through 4 Conductors. (Does Not
Include Bare Conductor) Includes: Secondary, Hardware,
Connections On Both Ends, And Voltage Test. Excludes Set Up,
Cover Up, And Field Assembled Secondary. Does Not Include
Transfer. See 0H4
653
$ 1.48
$ 966.44
0H41301
Switch, Loadbreak, Gang Operated or Scadamate. Includes:
Uncrate, Assemble, Mount Switch, Arrestors, Temporary Jumpers,
Grounds, Wildlife Protection, Operate Switch, Adjust As Needed,
And Cleanup. Excludes Permanent Jumpers Unit Of Measure =
Each.
1
$ 979.86
$ 979.86
0H40401
Crossarm Wood/Fiberglass, Up To 10", Double. Includes: Drilling
Pole, Crossarm, Braces And Mounting Hardware. Excludes Pins,
Insulators, Deadends. Unit Of Measure = Each.
14
$ 80.76
$ 1,130.64
0H40801
Dead -End Conductor, Primary, Larger Than 4/0 Wire. Includes:
Insulator And/Or Dead -End, Hardware, And Sagging. Unit Of
Measure = Per Conductor.
24
$ 53.68
$ 1,288.32
0H40901
Dead -End Conductor. Secondary Or Neutral, Any Size. Includes:
insulator And/Or Dead -End, Hardware And Sag. Bundled
Conductor Considered One Dead -End. Unit Of Measure = Each.
25
$ 51.98
$ 1,299.50
0H43801
Down Guy Or Pole To Pole Guy, Any Size, All Lengths. Includes:
Pole And Anchor Attachment Hardware, Guy, Ground/Guy
Insulator As Required, Guy Tension, And Guy Guard. Unit Of
Measure = Each.
25
$ 52.65
$ 1,316.25
CV3240I
Boring, Conventional Or Directional, Chunk Rock Or Rock, Install
2-2", 1-3", 1-4", Or 1-6" Conduit Includes: Locates, Setup /
Breakdown, Bore/Ream, Install Conduit And Pull String. Excludes:
Pit, Potholes And Collection & Removal Of Slurry. Unit Of
32
$ 44.04
$ 1,409.28
0H4025R
OH Jumper. Includes Primary Or Secondary: Conductor , Any
Necessary Tie , And Connections. Permanent Or Temporary
(Mechanicals) Unit Of Measure = Each.
57
$ 25.95
$ 1,479.15
0H40701
Dead -End Conductor, Primary, Through 4/0 Wire. Includes:
Insulator And/Or Dead -End, Hardware, And Sagging. Unit Of
Measure = Per Conductor.
58
$ 29.45
$ 1,708.10
OH40101
OH Set -Up, New Construction, Large Projects (4 Work Points
Worked Or More) Per Work Point Worked. Includes: Truck Set-
Up/Breakdown, Tailboard, Personal Protective Equipment, Work
Area Protection, Normal Traffic Control And Cleanup. Excludes
Services F
41
$ 49.49
$ 2,029.09
PS10101
Pole, Wood, 50" Through 60", Machine Dig With Auger. Includes:
Haul Pole, Locates, Setup/Teardown, Dig Hole, Grounding/Guard
As Required, Locates, Set Pole, Backfill, Tamp Or Foam As
Required, Pole Plate, Fin, Driven Ground (Removal Only),
Cleanup, And H
5
$ 461.98
$ 2,309.90
MS7000I
Cover -Up. Includes: Placement And Removal Of All Rubber
Blanket(S) And/Or All Rubber Hoses Required Per Work Point.
Unit Of Measure = Each Work Point.
39
$ 63.40
$ 2,472.60
Pane. 1\111mhar R
Work Unit
Description
Estimated
Quantity
Estimated
Cost Per Unit
Estimated
Cost
0H41801
Set Up/Breakdown, Tensioner And Puller. Includes: Tensioner,
Pulling Rig, Grounding, Pull Rope, Conductor Preparation And
Conductor To First Roller. (Any Number Of Conductors) Unit Of
Measure = Each.
4
$ 702.48
$ 2,809.92
OH410OR
Insulator Or Messenger Clamp, All Voltages (Excluding Dead -End
Insulators), Primary Or Secondary. Includes: Insulator, Pin/Rack,
Drilling If Required, Hardware, And Securing Conductor To
Insulator. (This Unit Will Cover Installing Spreaders in RTS on a
143
$ 21.11
$ 3,018.73
0H41001
Insulator Or Messenger Clamp, All Voltages (Excluding Dead -End
Insulators), Primary Or Secondary. Includes: Insulator, Pin/Rack,
Drilling If Required, Hardware, And Securing Conductor To
Insulator. Unit Of Measure = Each.
126
$ 26.38
$ 3,323.88
PS10901
Anchor, Expanding/Plate. Machine Dig. Includes: Load
Anchor/Rod, Locates, Assemble Anchor, Setup/Breakdown, Dig
Hole, Install Anchor W/ Rod, Backfill, Tamp, And Cleanup. Unit Of
Measure = Each.
25
$ 164.22
$ 4,105.50
0H40251
OH Jumper. Includes Primary Or Secondary: Conductor , Any
Necessary Tie , And Connections. Permanent Or Temporary
(Mechanicals) Unit Of Measure = Each.
79
$ 57.12
$ 4,512.48
0H4190R
Bare Conductor, Any Size. Includes: Rollers, String, Rope,
Conductor, And Cleanup. Unit Of Measure = Per Foot, Per
Conductor.
27132
$ 0.17
$ 4,612.44
PS1000R
Pole, Wood, Through 45", Machine Dig With Auger. Includes: Haul
Pole, Locates, SetupfTeardown, Dig Hole, Grounding/Guard As
Required, Set Pole, Backfill, Tamp Or Foam As Required, Pole
Plate, Fin, Driven Ground (Removal Only), Cleanup And Haul -Off
Of Spo
37
$ 238.66
$ 8,830.42
PS1000I
Pole, Wood, Through 45", Machine Dig With Auger. Includes: Haul
Pole, Locates, Setup/Teardown, Dig Hole, Grounding/Guard As
Required, Set Pole, Backfill, Tamp Or Foam As Required, Pole
Plate, Fin, Driven Ground (Removal Only), Cleanup And Haul -Off
Of Spo
31
$ 347.93
$ 10,785.83
0H41901
Bare Conductor, Any Size. Includes: Rollers, String, Rope,
Conductor, And Cleanup. Unit Of Measure = Per Foot, Per
Conductor.
26836
$ 0.50
$ 13,418.00
$ 84,637.35
Paae Number 7
R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Page Number 8
Attachment "A"
Materials Estimate
Estimated
Quanity
Stock Item
Description
Estimated
Cost Per Unit
Estimated
Cost
2
CCPL1STLT
FITTING, CONDUIT, PVC, CPLG, SCH 40,
$ 0.19
$ 0.38
1
SLPR28
LABEL, FLN, 6 X 5", FOR NON -WOOD POLES
$ 2.08
$ 2.08
16
SLB6SP
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.15
$ 2.40
25
SLPR28
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.15
$ 3.75
25
SLPR28
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.16
$ 4.00-
1
RCC1P10AJ
WIRE, ELEC, BARE, CU, #2, SD, 7 STRD,
$ 4.10
$ 4.10
1
CB1PSTLT
FITTING, CONDUIT, PVC, ELL, SCH 40,90
$ 4.26
$ 4.26
1
CB24R2PM
FITTING, CONDUIT, PVC, ELL, SCH 40, 90
$ 4.53
$ 4.53
1
DGPRM
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 4.64
$ 4.64
1
AR18
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 4.64
$ 4.64
11
AUREGOO4NC
CABLE, ELEC, 600V, DPX/UG, 1-#4 AL, 60
$ 0.52
$ 5.72
40
SLW301
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.15
$ 6.00
27
CPVCDBSL1
CONDUIT, PVC, SCH 40, 1" X 10', OBE,
$ 0.24
$ 6.48
40
SLW301
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.16
$ 6.40
5
PJ011PM
CABLE, ELEC, 5KV, 1/C-#2, SD,
$ 1.34
$ 6.70
2
SLPR28
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 4.50
$ 9.00
7
RCC1P10AJ
CABLE, ELEC, 5KV, 1/C-#2, SD,
$ 1.34
$ 9.38
15
TL01
CABLE, ELEC, 600V, 1/C-#1/0 AL,19 STRD,
$ 0.63
$ 9.45
1
CCWT
CLEANER, DEGREASER/SOLVENT, WIPES
$ 12.44
$ 12.44
1
SABGOXARM
LOCK, 7/8" BRASS SHACKLE, KEY(61682B),
$ 12.59
$ 12.59
4
AAABZ002
WIRE, ELEC, BARE, AAAC, #2, 7 STRD,
$ 3.44
$ 13.76
3
AD18L
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 5.68
$ 17.04
30
UZC72
CONDUIT, PVC, SCH 80, 2" X 10', OBE,
$ 0.74
$ 22.20
32
CPVCDB280
CONDUIT, PVC, SCH 80,2" X 10', OBE,
$ 0.74
$ 23.68
1
RC1P10AJ
GRIP, CABLE, 2" CONDUIT, 1.25 TO 1.49"
$ 27.87
$ 27.87
1
SPTABM
BRACKET, MOUNTING, COMBINATION SINGLE
$ 33.75
$ 33.75
1
LFAS415
HOLDER, FUSE, 600V, 30A, FOR #3 OR #4 AL
$ 33.90
$ 33.90
6
AD18ABSW
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 5.68
$ 34.08
1
PSS4510
CONNECTOR, 25KV, SPLICE, #1/0 AL 260 MIL
$ 39.94
$ 39.94
2
PBBOLT
BRACKET, ALL PURPOSE, FOR BANDING
$ 21.11
$ 42.22
3
SLSSC3
CONNECTOR, UG MOLE, 3 TAP, SNGL SET
$ 15.60
$ 46.80
1
SLPR28
FOAM, POLE STRAIGHTENING, POLYURETHANE,
$ 51.27
$ 51.27
1
AR18
ARRESTER, SURGE, RISER POLE, POLYMER,
$ 57.98
$ 57.98
1
SLB6SP
BRACKET, ST LT, 6', GALV 2" STEEL PIPE,
$ 62.31
$ 62.31
32
NWP.CONTR
PLATE, AL, 6 X 5 X 0.018", FLN, W/4
$ 2.11
$ 67.52
1
LC100H21
LUMINAIRE, ST LT, COBRA, 100W, HPS,
$ 72.03
$ 72.03
1
SLSCB
BOX, SECONDARY CONN, NON -CONCRETE, W/O
$ 76.12
$ 76.12
1
DC25300
SWITCH, DISCONNECT, OPEN TYPE CUTOUT,
$ 77.19
$ 77.19
1
TOS010AM
TERMINATOR, CABLE, 25KV, OUTDOOR, #2 AL
$ 77.48
$ 77.48
32
ARAAZ002
WIRE, ELEC, BARE, ACSR, #2, 7/1 STRD,
$ 2.52
$ 80.64
Page Number 8
Estimated
Quanity
Stock item
-Estimated
Descrption
Cost Per Unit
Estimated
Cost
1
FT25100
CUTOUT, FUSE, OPEN, DO, 25KV, 100A,
$ 87.09
$ 87.09
2
BSSF
BRACKET, INSUL/CO/ARREST, STANDOFF,
$ 52.13
$ 104.26
39
AUBQN010C
CABLE, ELEC, 25KV, 1C-#1/0 AL, STR FILL,
$ 2.73
$ 106.47
40
RC1P10AJ
CABLE, ELEC, 25KV, 1C-#1/0 AL, STR FILL,
$ 2.77
$ 110.80
15
PLT750AL
CONNECTOR, TERM, LUG, COMPN, AL, 2 HOLE
$ 8.54
$ 128.10
3
PWC7956
CONNECTOR, WEDGE, IMPACT, AL ALY BODY,
$ 46.30
$ 138.90
1
FI.IS
INDICATOR, CBL FAULT, 450A.1PH.#2-#350,
$ 148.44
$ 148.44
3
AD18L
ARRESTER, SURGE, DIST, POLYMER,
$ 59.99
$ 179.97
3
FL25100
CUTOUT, FUSE, OPEN, DO, 25KV, 100A,
$ 70.76
$ 212.28
237
ALPEB002
CABLE, ELEC, 600V, TPX/OH, 2-#2, AAC,
$ 0.92
$ 218.04
89
ARAAZOO2N
WIRE, ELEC, BARE, ACSR, #2, 7/1 STRD,
$ 2.52
$ 224.28
4
PBBOLT
POLE BANDING WITH RETAINER, 5/8"
$ 67.66
$ 270.64
2
CDHH104B
CROSSARM, 10' X 4-3/4 X 5-3/4", DIST,
$ 136.16
$ 272.32
10
GS716
INSULATOR, GUY STRAIN, FIBERGLASS ROD,
$ 28.65
$ 286.50
12
300008T
CONNECTOR, CLAMP, HOTLINE, MAIN -4/0 TO
$ 26.27
$ 315.24
15
GS516
INSULATOR, GUY STRAIN, 36", FIBERGLASS
$ 21.09
$ 316.35
6
AD18ABSW
ARRESTER, SURGE, DIST, POLYMER,
$ 59.99
$ 359.94
8
AE300
ROD, ANCHOR, TRIPLEYE, 1" X 10', THD,
$ 53.20
$ 425.60
8
CDSH
CROSSARM, 8' X 3-1/2 X 4-1/2", DIST,
$ 53.90
$ 431.20
8
AE300
PLATE, ANCHOR, EXPANDING, 12" HOLE,
$ 66.12
$ 528.96
17
AE200
ANCHOR, PLATE, 10 IN BASE DIA, 8 WAY
$ 37.04
$ 629.68
21
PDES795
CLAMP, STRAIN, DEADEND, STRAIGHT, SIDE
$ 32.28
$ 677.88
1
BPSP1
VAULT, CABLE PULL, 1PH, NON -CONCRETE,
$ 740.74
$ 740.74
1
SLPR28
STANDARD, ST LT, 25', MH, GALV STL, RND,
$ 873.56
$ 873.56
36
PDES795M
CLAMP, STRAIN, DEADEND, STRAIGHT, SIDE
$ 26.59
$ 957.24
3
DI25900SET
SWITCH, DISCONNECT, LINE TENSION,
$ 328.02
$ 984.06
17
AE200
ROD, ANCHOR, TWINEYE, 1 IN X 9 FT,
$ 58.76
$ 998.92
20
CSSH
CROSSARM, 8' X 3-1/2 X 4-1/2", DIST,
$ 53.90
$ 1,078.00
1
PW0603
POLE, WOOD, TRANS, 60', CL 3, SOUTHERN
$ 1,381.59
$ 1,381.59
2
PW0403
POLE, WOOD, DIST, 40', CL 3, TUE SPEC
$ 733.26
$ 1,466.52
449
AAABZ002N
WIRE, ELEC, BARE, AAAC, #2, 7 STRD,
$ 3.46
$ 1,553.54
18
CDHH
CROSSARM, 8' X 4-3/4 X 5-3/4", DIST,
$ 109.05
$ 1,962.90
52
PWC795795M
CONNECTOR, WEDGE, IMPACT, AL ALY BODY,
$ 43.08
$ 2,240.16
1
SABGOXARM
SWITCH, AIRBREAK, OTDR, 25KV, 900A
$ 3,422.52
$ 3,422.52
4
PW0503
POLE, WOOD, DIST, 50', CL 3, TUE SPEC
$ 882.82
$ 3,531.28
35
BF
FOAM, POLE BACKFILL, POLYURETHANE,
$ 164.73
$ 5,765.55
29
PW0453
POLE, WOOD, DIST, 45', CL 3, TUE SPEC
$ 850.36
$ 24,660.44
15461
ALABZ795
WIRE, ELEC, BARE, AAC, 795 KCMIL,
$ 2.43
$ 37,570.23
$ 96,436.91
Page Number 9
C tc•IC R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "A"
Voucher Estimate
Description
Quantity
Unit
Estimated
Cost Per Unit
Estimated
Total Cost
Tree Trimming
8
hours
$ 100.00
$ 800.00
Contractor ROW Assistance Moo
per day, rounded)
1.5
days
$ 600.00
$ 900.00
Surveying (2 man crew @ $100/hour -
estimate)
44
hours
$ 100.00
$ 4,400.00
Corn Crop Damage
1
lot
$ 4,800.00
$ 4,800.00
$ 10,900.00
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
Actual Cost
X Method of
Accounting
Lump Sum
Method of
Accounting
Alternative
Method of
Accounting
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "B"
Utility Accounting Method
The "Actual Cost Method of Accounting" should be designated on Attachment
"B" when the utility accumulates costs under a work order accounting
procedure prescribed by a Federal or State regulatory body; and the utility
proposes to request reimbursement for actual direct and related indirect
costs.
The "Lump Sum Method of Accounting" should be designated on Attachment
"B" when the utility proposes to request reimbursement based on an agreed
lump sum amount supported by a detailed cost analysis.
The "Alternative Method of Accounting" should be designated on Attachment
"B" when the utility accumulates costs under an accounting procedure
developed by the utility and approved by the State; and, the utility proposes to
request reimbursement for actual direct and indirect costs; and the utility owner
is a MUNICIPALITY.
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "C"
UtNty Schedule of Work and Estimated Date of Completion
Estimated
Start Date *
Estimated
Number of
Days
For
Completion
Estimated
Completion
Date **
July 27, 2009
20 working days
Does not include weekends
Does not include holidays
August 21, 2009
* Start date is based on receipt of signed TXDOT contract. The project will be released to construction as
soon as the signed documents have been received.
** Completion date is for construction phase only. This period does not include time allotment to capture
trailing charges needed for project invoicing. Removal of existing poles in the new road ROW Is contingent
on all foreign pole contracts being removed In an expeditious manner.
CCNI-C R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "D"
Statement Covering Contract Work
(TXDOT Utility Manual: Chapter 7, Section 3, Page 9)
(Attach TXDOT Right -of -Way Form - ROW -U-48 Here)
The City of Round Rock, Texas
Form ROW -U48 (Williamson)
Rev. 1/2008
STATEMENT COVERING UTILITY CONSTRUCTION CONTRACT WORK
(AS APPEARING IN ESTIMATE)
County : Williamson
Federal Project No.: n/a
ROW CSJ No. : 2211-02016
Highway Project Letting Date : 08/2009
Highway : FM 1460
From : Quail Valley Drive
To : Old Settlers Boulevard
I, John C. Soward, a duly authorized and qualified representative of Oncor Electric Delivery LLC, hereinafter
referred to as Owner, am fully cognizant of the facts and make the following statements in respect to work which
will or may be done on a contract basis as appears in the estimate to which this statement is attached.
It is more economical and/or expedient for Owner to contract this adjustment, or Owner is not adequately staffed
or equipped to perform the necessary work on this project with its own forces to the extent as indicate on the
estimate.
Procedure to be Used in Contracting Work
A. Solicitation for bids is to be accomplished through open advertising and contract is to be awarded to the
lowest qualified bidder who submits a proposal in conformity with the requirements and specifications
for the work to be performed.
B. Solicitation for bids is to be accomplished by circulating to a list of pre -qualified contractors or known
qualified contractors and such contract is to be awarded to the lowest qualified bidder who submits a
proposal in conformity with the requirements and specifications for the work to be performed. Such
presently known contractors are listed below:
1.
2.
3.
4.
5.
Z C. The work is to be performed under an existing continuing contract under which certain work is regularly
performed for Owner and under which the lowest available costs are developed. (If only part of the
contract work is to be done under an existing contract, give detailed information by attachment hereto.)
ID D. The utility proposes to contract outside the foregoing requirements and therefore evidence in support of
its proposal is attached to the estimate in order to obtain the concurrence of the State, and the Federal
Highway Administration Division Engineer where applicable, prior to taking action thereon (approval of
the agreement shall be considered as approval of such proposal).
E. The utility plans and specifications, with the consent of the State, will be included in the construction
contract awarded by the State.
Signature
-1- ek,-oq
C. Soward Date
Director of Distribution Engineering
Title
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "E"
Utility Joint Use Acknowledgment
(Attach TXDOT Right -of -Way Form - ROW-U-JUA A - REIMBURSABLE - Here)
Form ROW-U-JUAA
The City of Round Rock, Texas
Rev. 1/2008
Page 1 of 2
UTILITY JOINT USE ACKNOWLEDGEMENT
REIMBURSABLE UTILITY ADJUSTMENT
U -Number: 12959
Local Government : City of Round Rock, Texas
Federal Project No. : n/a
ROW CSJ : 2211-02-016
Highway Project Letting Date : 08/2009
Highway : FM 1460
From : Quail Valley Drive
To : Old Settlers Boulevard
WHEREAS, the State of Texas ("State"), acting by the authority granted in Texas Transportation Code, Sec.
222.104 authorizes the City of Round Rock, Texas ("Local Government"), to make certain highway
improvements on that section of the above -indicated highway; and
WHEREAS, Oncor Electric Delivery LLC, ("Utility"), proposes to adjust or relocate certain of its facilities, if
applicable, and retain title to any property rights it may have one, along or across, and within or over such limits of
the highway right of way as indicated by the location map attached hereto.
NOW, THEREFORE, in consideration of the covenants and acknowledgements herein contained, the parties
mutually agree as follows:
It is agreed that joint usage for both highway and utility purposes will be made of the area within the highway right
of way limits as such area is defined and to the extent indicated on the aforementioned plans or sketches.
Nothing in this Acknowledgement shall serve to modify or extinguish any compensable property interest vested in
the Utility within the above described area. If the facilities shown in the aforementioned plans need to be altered
or modified or new facilities constructed, Utility agrees to notify Local Government at least 30 days prior thereto,
and to furnish necessary plans showing location and type of construction, unless and emergency situation occurs
and immediate action is required. If an emergency situation occurs and immediate action is required, Utility
agrees to notify Local Government promptly. If such alteration, modification or new construction is in conflict
with the current highway or planned future highway improvements, or could endanger the traveling public using
said highway, Local Government shall have the right, after receipt of such notice, to prescribe such regulations
as necessary for the protection of the highway facility and the traveling public using said highway. Such
regulations shall not extend, however, to requiring the placement of intended overhead lines underground or the
routing of any lines outside of the area of joint usage above described.
If Utility's facilities are located along a controlled access highway, Utility agrees that ingress and egress for
servicing the installation will be limited to frontage roads where provided, nearby or adjacent public roads or
streets, or trails along or near the highway right of way lines which only connect to an intersecting road. Entry
may be made to the outer portion of the highway right of way from any one or all access points. Where supports,
manholes or other appurtenances of the Utility's facilities are located in medians or interchange areas, access
from the through -traffic roadways or ramps will be allowed by permit issued by the State to the Utility setting forth
the conditions for policing and other controls to protect highway users. In an emergency situation, if the means of
access or service operations as herein provided will not permit emergency repairs as required for the safety and
welfare of the public, the Utility shall have a temporary right of access to and from the through -traffic roadways
and ramps as necessary to accomplish the required repairs, provided that Local Government is notified
immediately when such repairs are initiated and adequate provision is made by Utility for convenience and safety
of highway traffic. Except as expressly provided herein, the Utility's rights of access to the through -traffic
roadways and/or ramps shall be subject to the same rules and regulations as apply to the general public.
If Utility's facilities are located along a non -controlled access highway, the Utility's rights of ingress and egress
to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general
public.
Form ROW-U-JUAA
Rev. 1/2008
Page 2 of 2
Participation in actual costs incurred by the Utility for any future adjustment, removal or relocation of utility
facilities required by highway construction shall be in accordance with applicable laws of the State of Texas.
Utility will, by written notice, advise Local Government of the beginning and completion dates of the
adjustment, removal, or relocation, and, thereafter, agrees to perform such work diligently, and to conclude
said adjustment, removal, or relocation by the stated completion date. The completion date shall be
extended for delays caused by events outside Utility's control, including an event of Force Majeure, which
shall include a strike, war or act of war (whether an actual declaration of war is made or not), insurrection,
riot, act of public enemy, accident, fire flood or other act of God, sabotage, or other events, interference by
the Local Government or any other party with Utility's ability to proceed with the relocation, or any other
event in which Utility has exercised all due care in the prevention thereof so that the causes or other
events are beyond the control and without the fault or negligence of Utility.
It is expressly understood that Utility conducts new installation, adjustment, removal, and/or relocation at
its own risk, and that Local Government makes no warranties or representations regarding the existence
or location of within its right of way.
Upon completion and final acceptance of all proposed improvements to the above indicated highway by the
Texas Department of Transportation, ("TXDOT"), the Local Government will summarily convey title to all
the improvements and right of way acquired within the boundaries of said highway into the State of Texas.
With this conveyance, all rights, responsibilities, and obligation resting with the Local Government under
this agreement will automatically and concurrently be assigned and assumed by the State acting through
TXDOT, without the necessity of further assignment documentation executed by the Local Government or
the State, nor the prior consent of the Utility.
The Utility and the Local Government, by execution of this Acknowledgement, do not waive or relinquish any
right that they may have under the law.
The signatories to this Acknowledgement warrant that each has the authority to enter into this Acknowledgement
on behalf of the party represented.
IN WITNESS WHEREOF, the parties hereto have affixed their signatures.
UTILITY EXECUTION RECOMMENDED:
Utility: Oncor Electric Delivery LLC
Name of Utility
By:
Authorized Si.ture
John C. Soward
Print or Type Name
Title: _Director of Distribution Engineering
Date:
THE CITY OF ROUND ROCK, TEXAS
Executed and approved for the purpose and
effect of activating and/or carrying out the orders,
established policies or work programs heretofore
approved and authorized by the City of Round
Rock, Texas.
By:
Title:
Date:
ZiO
R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
Federal
Utility
Procedure
(FUP)
State Utility
Procedure
(SUP)
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "F"
Eligibility Ratio
All utility adjustments are eligible for reimbursement by State law for Interstate
projects. The necessity for, and justification of, Interstate adjustments
depends on whether the existing facilities need to be adjusted to accommodate
the highway and are in the best interests of the public.
Utility adjustments on Federal -aid (non -interstate), Off -System, State, and FM
highway projects require a determination of eligibility. The justification for
cost participation depends on whether the existing facilities have real or
compensable property rights, in addition to the need to be adjusted to
accommodate the highway and are in the best interests of the public. In
situations where eligibility is less than 100%, TXDOT ROW Division approval of
the eligibility ratio will be required.
(TXDOT Utility Manual: Chapter 8, Section 2)
(Attach Eligibility Ratio Calculation Support Documents Here)
(If the necessity arises to prove the utility's property interest,
attach the appropriate affidavits or TXDOT form "ROW -U-84" here)
R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "F"
Eligibility Ratio Calculation Formula
Total poles in Private Easement 33
(=) (=)
Total poles in Public ROW & Private 40 82.50%
(TXDOT Utility Manual: Chapter 8, Section 2)
(Attach Eligibility Ratio Calculation Support Documents Here)
(If the necessity arises to prove the utility's property interest,
attach the appropriate affidavits or TXDOT form "ROW -U-84" here)
Cc• R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
Forced
Betterments
Elective
Betterments
No
Betterments
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "G"
Betterment Calculation and Estimates
Forced betterments, also known as non -elective betterments, are those
necessitated by transportation project construction. This type is usually a
REIMBURSABLE cost item. These items must be properly documented by
the utility and include: (1) non -stocked items that are uneconomical to
purchase; (2) items to comply with governmental laws and ordinances; (3)
appropriate regulatory commission codes; (4) published, current design
practices regularly followed by the utility in its own work; (5) installment of
replacements of equivalent standard, although not identical; (6) betterments for
which there are direct benefits to, and/or are required for, the transportation
project.
TXDOT cost participation is based on the cost of providing the most
economical replacement facility or restoration of functionally equivalent service
to the facility being replaced.
The costs of elective betterment items are ineligible for TXDOT and Federal
participation. Such elective betterments should be depicted on the plan as part
of the work proposed.
There is no betterment involved in this utility adjustment.
(TXDOT Utility Manual: Chapter 7, Section 2, Page 9)
(Also: Appendix A, Secion 11, Page A-13)
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "H"
Proof of Property Interest - Non Interstate Highways
X See Attached Easements / Affidavits
(Attach TXDOT Appropriate Right -of -Way Form - Here)
(ROW -U -1A) - Utility Owner
(ROW -U -1B) - Disinterested Party
(ROW -U -1C) - Individual Property Owner
(TXDOT Utility Manual: Chapter 3, Section 4)
TXDOT Policy -IXDOT has acknowledged, through its actions and policies, situations where a compensable
interest is recognized when no official documentation of the property right exists. This compensable interest is
recognized for reimbursement of adjustment cost only; this does not include replacement right of way. While
TXDOT may pay for the initial utility adjustment, future adjustments will be at the expense of the utility. TXDOT
may recognize a compensable interest in the following situations:
2nd Texas Caselaw - May establish additional reimbursement rights including granting
bullet point: prescriptive easements.
5th
bullet point:
Utility Company - a utility company may have a compensable interest in its existing facility
although a record easement does not exist, i.e., a prescriptive claim.
Form ROW -U -1A
The City of Round Rock, Texas
Rev. 1/2008
Page 1 of 2
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
AFFIDAVIT
(for Utility Owner)
U -Number: U-12959
§ County : Williamson
§ Federal Project No.: n/a
§ ROW CSJ : 2211-02-016
§ Highway No.: FM 1460
§ (To be filled in by State)
BEFORE ME, THE UNDERSIGNED AUTHORITY, on this day personally appeared John C. Soward of Oncor
Electric Delivery LLC, (Utility") who after being by me duly sworn upon his/her oath deposes and says as
follows:
"I, John C. Soward, am over the age of 18 years and am fully competent to testify to the matters set forth in
this Affidavit. I have personal knowledge of all facts and swear that such facts are true and correct.
1. ,
[legal description of land]
2. ;
[facts indicating affiant's familiarity with subject land, including inspection and surveys]
3. Oncor Electric Delivery Company, LLC is the successor in interest to Dallas Power & Light, Texas
Power & Light, TESCO, and TXU Electric Delivery, and any other previous formation of said companies,
pursuant to the attached easements, and is therefore the holder of all rights, title and interest as Grantee
thereunder.
4. ,
[facts showing use of property]
5. ;
[facts showing nature and state of repair of enclosures or fencing]
6. ;
[facts showing continuous possession for statutory period].
Further affiant sayeth not."
Signature John C. Soward
Director of Distribution Engineering
Title
Oncor Electric Delivery LLC
Utility
Williamson, Texas
Form ROW -U -1A (Williamson)
Rev. 1/2008
Page 2 of 2
Corporate Acknowledgment
State of Texas
County of Tarrant
This instrument was acknowledged before me on July r a
, 2009, by John C. Soward, Director of
Distribution Engineering, of Oncor Electric Delivery Company LLC, a Delaware limited liability company,
under the Delaware Limited Liability Company Act, on behalf of said corporation.
CAROLINE RICHARDSON
Notvy Public. State of Texas
My Commission Expires
APRIL 4, 2010
Notary Public's Signe re
.Fir4320
GJO1.11/08
THE STATE OF TEXAS
COUNTY OF Williamson
District: Round Rook
EASEMENT AND RIGHT OF WAY WA/Proj: 37o- iC.31/rozz.
Map Ref: 2840-332
4C--/V44it' 2852-332 -c
• c,
,/72— Easement No.:37/00,k°
P- ... 7
, 1725 f...1.
.A4h
X --1
iND
X KNOW ALL MEN BY THESE PRESENTS: ,..
That AlIXIMPlann, ?of Travis County, Texas, hereinafter called "Grantor", whether one or mare,
for and in ccraideration of Ten dollars 010.00) to Grantor in hand paid by TEXAS FIXER& LIGHT 011PANY, a
divisicn of TEXAS UITLTTIES ELECTRIC 024PANY, a Texas Corporation, P.O. Box 660268, Pallas, Texas
75266-0268, amettbc -,Aseth hereinafter tensed Grantegt,
has granted, sold and conveyed and by those presents, does grant, sell and comrey unto said corporation, an
and right-of-way , and/or undergrourd electric stqoply line consisting of variable
iuzde,i1111110 Irwin
r1suit or desirable appurtenances, and for canamication lines and
es-att issea3 muipos1 fi
aitenaIxes, over, antor's land in the Thos Glasscock Survey, Abstract No. 255, Joist
Justice- Survey, Abstract 356, and Joseph 14ott Survey, Abstract 427, Williamson County, Texas, aces
partictristelp=desceibec4zr=dep.1-=f-,-.......LkaaiS./LAII:a.e..ket 016 tc,__TLE Ateg-SeN
dated=
r'Ec• 7 .1? -4* q,-imeeeded-in-31elsar aog ,Pag--z.12-1.----,-n04.4-Recorda-wrhi-
Gructejr. Said ovethead and/or underground electric supply Line shall be located an or across said land as
shown on MED= A which is attached hereto and made a part hereof.
Grantee hereby agrees to release to grantor, his heirs, or assignees all rights and priv-Lleges associated
with grantees power line right of rsay to be abandoned as shown on attached 'Ihrhibit A".
Together with the right of ingress and egress over Grantor's adjacent lands to or Iran said right of way
for the purpose of constructing, ingrowing, reconstructing, repairing, inspecting, maintaining, and
• ..reroving said line and appurtenances; the right to relocate said lire in the sane relative position to any
• adjacent road if and as widened in the future; the right to tear clow, remove, or prevent the construction
of, for a distance of 14 feet on each side of the actual center of said Line, any and all buildings,
structures or other obstructions whith. in the sole judgment of the Company, may endanger or interfere with
the efficiency, safety, Or convenient operation of said Line and its appurtenances; and the right to trim
or art dotal trees or shrubbery to the extent, in the sole judgment of the oorqoany, necessary to prevent
possible interference with the operation of said line or to resove possible hazard thereto.
*over which the easement runs
Grantor shall not mike changes in the grade, elevation, or contour of the land, or construct berms, pools,
lakes, ponds, or other improvements on the land*which will. Interfere with the exercise by Grantees of the
rights herein granted, unless Grantor shall have obtained the prior written consent of Grantees.
Grantees shall hsve the right to erect poles, guy anchorages, and other for41111Ps along the course of said
line. Additional poles, guy anchorages, and other far-flities msry be installed within easement at the
request of or with the consent of grantor, his heirs, or assignees.
its
TO HAVE AND TO MID the above described easement and rights unto the said Grantees; dada- successors and
assigns, until all of said lines shail be abandoned.
1DFX2JTE0 THIS /61X day of .141-/t,Ii%1"8-•••-) A.D., 19 flr-
E. Nelson, Jr.
OFFICIAL RECORLO
VITILX.11.04SON eOUNTY MCA&
.00
147 PG 10
CERTIFICATE OF ACKNOWLEDGMENT FOR INDIVIDUALS
THE STATE OF TEXAS
County of —FRAN 1 S
BEFORE ME, the undersigned authority on this day personally appeare:M MA S N E LS o t•1 .
1
known to sne to be the person(s) who name(s) is (are) subscribed to the foregoing instrument, and acknowledged to me that
HE.
executed the same for the purposes and considerV therein
GIVEN TINDER MY HAND AND SEAL OF OFFICE this..
My Commission Expires:
_.4
THE STATE OF TEXAS I
County of_
o.
0
Given under my hand and seal of office this
oq
5' $4
a
0
%VMS 30 ELVIS
ed.
de. Aige dd
J .41,1 -.two
Notary Public....
•unt
bog Pas. Inti toss
9 Sic -
Lp
CERTIFICATE OF ACKNOWLEDGMENT FOR INDIVIDUALS
BEFORE ME, the undersigned authority, on this day personally appeared
0
P:!
0
known to me to be the person(s) whose name(s) is (are) subscribed to the foregoing instrument, and acknowledged to me that
executed the same for the purposes and consideration therein expressed.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , A. D. 19
My Commission Expires:
Notary Public County, Texas
CERTIFICATE OF ACKNOWLEDGMENT FOlt CORPORATIONS, ASSOCIATIONS,
CHURCHES, SCHOOL DISTRICTS, ETC.
THE STATE OF TEXAS
County of BEFORE ME, the undersigned authority, on this slay personally appeared
of
person(s) whose name(s) is (are) subscribed to the foregoing instrument, and acknowledged to me that
executed the same as the act aml deed of
(Title)
, known to me to be the
and as thereof, and for the purposes and consideration therein expressed.
(Title)
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of A. D. 19
My Commission Expires:
Notary Public. County, Texas
'of 1472 PAGE •
_01472nu12;
FILED FOR RECORD
Wit LIFO -MN :PUN r Y. TX.
158.7 JAN i2 AN 9: 35
?mid,
COUNT y
STATE OF TEXAS COUNTY OF WILLIAMSON
I hereby certify that this Instrument was RLED
on the date and at the time stamped hereon
by me; and was duly RECORDED, in the Volume
and Page of the named RECORDS of Williamson
County, Texas, as stamped hereon by me, on
JAN.1 3 1987
COUNTY CLERK
WILLIAMSON COUNTY, TEXAS
rfl
312,AGE 28.
it Of ZIRAS
Wesson
RASE:ORS AND ItIGS2 OP VAT
1732
1 nor ALL MI St 731E51 PRISE IviS I
771
Slatrict • Recces d.K
Vie/Proj WA/ MIA.
Nap Refs
Oa Vo o War
Cren IL Selby
'
et WU
teemed Grantee,
cespormtion.
rises aea oircolta.
els Willis Dan**
porticalorly dasieriti4 is
Ramat 21 , 1267
Cavaty.
• hereafter tolled dersotor". %hotter toe or sera, is cosaideration
in bawd paid by WAS 2016t& LI COWART. a Dirt/Lon of MAS
7.42. Sed ISM. Valles, Sow 75246-1147, bereinafter
asol by those pressess, doe' pont, sell and looney onto saig
-Of-way tor an elottale Supply Lias tonslating Of Variable auk' of
deal -retie opportanswea, over, across sod upon trattoes lead lu
lb. 173 County, Sexes more
et es to Pad S. Selby. nt us e doted
e Pate 219 •Reed Records said
Gild sight -o4 -1g grartnd Wag
the pour Use thereof, the
folios. to rite
yids, being
7 5 feet ce each side of
cor Lim of amid right -of -ray being ad
Soglooing at • point Iv grontorea worth
print Wag 6 74•001,, 7.5 ft. fres *rosier
taint kenatod 131 1310 tlitittlf-Vay lins ot 7.11. Ilgtogy
Mose 1 15•26.11, 46.5.41 Gt. along. parallel. And 7.5
grastoro mouth property Ji... Sabi point Wog
of armies sed had* Witch Said
Said worthusst property teener
•
t property lima to a polot lo
grantor's southwest property
Grosse shell bovo deo riabt to erect 4 pelage end 9 samborsgss
slap tba comas of salt lins, hogatber wit% tbe ries of Isireas area ogre
tien, brr.finto iewpoeidat, sedsraislos, operating and movies said tined right to
Moans Said lims it Os saon relative salt -too to any Kisco* mad If end 'dieted is
ths totem, rad fhe right at all sleet to tot gory and keep class' of paid lino 1 trees
mod other abstractiase edelehe In Abe solo judgment of Canna, awt aslartor or r
maintesamos asd opsraticw of said line. Cramer 52s11 sot wake chews is
amateur of tine lasd, or mostebet become pools, lake', pondo ar other faderwroont
latorfase With the 'semis* by Grunts@ .4 12. rights, berado gesebed, unless Cr
tbs priorssittio oossast &Grantee.
•
SO RAW AID SOS= the above deseribadosoemeat CS right* Seto Oa mid grantee. Geri,
modernises, rattan of rid uses stall be absoulesad.
Iacono mas /.51"°. Guy of CA) MIVSS-14--
411m, idltrAW
cm= ozone
legsvilwon mu=
devo:
41
0
•
. •
(Iii
c. 1
>a cri u 4
• cgri --ki
c..1.,1,..,g. L
cl Hioli t
I- --12r. if -
E")P ' •
VI
•
4. *i 1 1
CENFIFICAY oF Atsso
RATE OF TEXAS TEN
bun ,
! 7 1,5 . *.p.• ' ..101714i4ricE '4141.
• • 'Y
• atIONFICATB OF ACKNOWLEOGNENT FOR INDIVIDUAL{
THE STATE OF TEXAS
* 31
410*4 6. Misso, toil& aor Fim"*N7 4-- . .. , , :,,,,... .... .'.! l'•••.,., •,, 4 ,
As
tip.A.,),:aelay ......-... ... . .... . ..!' ..... .... ...
:o:,,,.
-
. .,, * ,Obv...Ima fer the, peoreete end eenehlerAlko Moods * , , . I .0! .: :...' ' , ..`.•.. c, • • ;
b. ASALLW NPR* Sda.ift,1,-2144 4-, l'.gr•440.-L• •-1-044-
.• ; , •.- • •-•• • : -
•---,----, • . „,., .,,,44
' Ai Midis ralsefa) illYrO:iiifabeerisibibrelia!--1,11,;,;t4.*?"41,4_:..0.-.:1 .11M 661'.7t,
TiltAh".117°Zi _ ..,._ _ , .._ .'-...
IV : Notary rar...____hileanr.--...m.,...—:—..c...in Toms
.
.,... •/ 14 '
• t • ff, '
c • 1 ...i. .: • . .1 t
• f
• J. .• .?' ?.%
**
Mask, el
'1111( Nod
moat Des. the to61061001/ maNaligNiir
ham to toe 1. bo I perseofe) odors
CM= UNDER NY NAND AND
Seemetuslos. Empires:
SalvIINIAIN= "13 - -
-"‹ igi -;;Zi •
0 ,:t
r-
en "*471
23 -40
toD.4._
epe RLED
Dduree
iftliemeer
-
Many
,
. . -CtRTIFICATI5 or Acssoin.11)011DIT FOR CO
• ' CHURCIINS. SCHOOL virrocee.
. - • ...,,.. . - .... •
!, 111E.STATE OF TEXAS - I
CotieW
of
DEFORE IIE, the otoderalretet
. .
bebereeht, mol acknowledged ho mOat
A. D.
Monty, Teems
ro • " . .•
Col
peozeh(e) viler; ier:oi:o(e) Wrote) oebeedhal to the torettelog inetronient, are edgmerlifik
eheestad the shull en the meted et
NA so
OLIO —..thetoef. NA fez /he Aimee.* nod
CYVI21 =DIM NY HAND AND LLD OF OFFICE thts
Calataxitia Moira*:
Notary
At I
i
4
THE STATE OF TEXAS
MONTY OF watrAnsoN
EASEMENT AND RIGHT OF WAY
/98q//
4 t
KNOW ALL KEN B
District: Round Rock
WA/Proj: 376-. 8,, 31,1 - go7,1
Map Ref:
Easement No.: 3.711 0 0 90
ap
Y THESE PRESENTS:
ThatAa. AVeryUEitAte. a Texas general partnership, acting by and dumugh its general partner, Charles N.
Avery. Jr. of Travis County, Texas, hereafter called "Grantor", whether one or more, in consideration of
the advantages which will accrue to Grantor from the construction of the electric supply line and
commulication lines hereinafter described, hereby grants to TEXAS POWER & LI CHT =PANT, • division of
TEXAS UTILITIES ELECTRIC COMPANY, a Texas Corporation, P.O. Box 660268, Dallas, Texas 75266-0268, and the
Southwestern Sell Telephone Company hereinafter termed Grantees, an easement and right-of-way for an
electric supply line consisting of variable number of wires and circuits, and all necessary or desirable
appurtenances, and for ccemunication lines and appurtenances; over, across and upon Grantor's land in the
Thos. Toby, Thos. Glaascock, and Willis Donabo, Jr. Surveys, Abstract Nos. 625, 225, 173 respectively,
Willimnson County, Texas more particularly described in deed from A. J. Nelson Estate, to A. N. Avery,
dated December 7 , 19 40 , recorded in Volume 305 page 228 Deed Records said
County.
Said right-of-way granted being 15 feet wide, being 7.5 feet on each aide of the center line thereof, the
courses and distances of said center line of said right-of-way being described by metes and bounds in
Ethibit "A" attithed hereto and incorporated herein by reference for all purposes.
It being understood and agreed that all poles shall be located within three (3) feet of the western or
southern boundary line (as the case maybe) of said easement.
Grantor reserves the tight for itself, its successors and assigns, to request Grantee to relocate said
easement, line, and poles to such other location on Grantor's land as Grantor may designate in order to
accommodate development of Grantor's lands, provided that such relocation shall be at Grantor's, its
successors, and assigns, expense. Upon receipt of such request, Grantee shall promptly commelke such
relocation.
SEE ATTACHED EXHIBIT "A"
re
Grantees shall have the right to erect a variable number of/pole/ t4AMiiie of multiple guy anchorages
along the course of said line, together with the right of ingress and agrees for the purpose of construc-
ting, improving, inspecting, maintaining, operating and removing said line and appurtenancesthe right to
• relocate said line in the same relative position to any adjacent road if and when said road is widened in
the future, and the right at all times to cut away and keep clear of said line and appurtenances all trees
and other obstructions which, in the sole judgment of Grantees, may endanger or'interfere with the proper
maintenance and operation of said line. Grantor ,hall not make changes in the grade, elevation, or contour
of the land, or construct berms, pools, lakes, ponds or other improvement on the land Which will interfere
with the exercise by Grantees of the rights herein granted, unless Grantor shall have obtained the prior
written consent of Grantees.
TO HAVE AND TO HOLD the above described easement and rights unto the said Grantees, their successors and
assigns, until all of said lines shall be abandoned.
EXECUTED THIS Jr./.474-day of ed, A.D., 19 g5-'
TEXAS POWER & mac COMPANY
A. N. Avery Estate, a Texas General Partnership
Charles N. Avery, Jr.
Managing General Partner
OFFICIAL.RECOR14
Tom Blakey Lee PresideneHLIJAMSON F.OWITY TEnne
-(
vbi 1289er., 728
s!..710
- CERTIFICATE OF ACKNOWLEDGMENT FOR YH gtsCORPORATIONS
THE STATE OF TEXAS I
Dallas
County oL
BEFORE ME. the undersigned authority, on this day personally appeared 7714..77 44. /9 It ey
..
. Vice7Pgesident ortexas Power & Light Company - - • • • _ ' -
. . 4
known.to me to be the personber whose nameteri is bare) subscribed to the foregoing instrument. and acknowledged to Me that
. ..
ct „ • of - TP&L- as Vice -President - • •
... ..-...._.:,_—exemtted the same for the purposes and consideration therein expressed
"...'„Glypit,uNbpjr_tty HAND AND SEAL OF OFFICE
- -.,:-. ..-. • i •-r. F-
HY eotirasitoopirkEs. .. - ‘ —ao --IF 7 : •
NOTARY PUBLIC. IN 'AND FORBUT-BBI PUBLIC SE OF 2XIA'S
>7 i •
1)0 N E. PRINGLE • • • - --
-' ."`•
. ,.. • .., THE STATE OF TEY,AS
. .
c •< -a m ...3 ill
e
e o Ce- co 5: ..-4 . '.- CI
.0 •!cm" ,... .
t.$1•••4 • 0 0 al
. 0 0. 16- • 14 ..: 0
g k -1 = re
;;" ' fi• t6
6 • gl • 5 .1-3
i ,,,••
8: ,... 0
'.1 ".
14 gi Ili 4
@ .
i
0 ,w :
0
E .. 0
.
* o
o 9 :: cl
n
n
... - .
.... z .1 ..-1
F. o
r -
i -p, E
O t v.
. . . 0 q I
ki
... o
W Bl
o I 2 r. ii 0-
w i 5 3 i 0
..g. 47 f." •
• .3 a cr `O' 0 •''. '
I' re fa •
5 ; B. 5
at 0 .
- !< .7
CERTIFICATE OF ACKNOWLEDGBIE247T FOR INDIVIDUALS
THE STATE OF TEXAS
County of -
BEFORE ME, the undersigned authority, on this day personally appeared
known to me to be the person(o)whose name(s) is (are) subscribed to the foregoing instrument, and acknowledged to Inc that
executed the sante for the purposes and consideration therein expressed.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this. ---.—day A. D.
HY coreass /oN EXP/RES
NOTARY PUBLIC STATE OF TEXAS
CERTIFICATE OF ACKNOWLEDGMENT FOR CORPORATIONS, ASSOCIATIONS,
. . .. . . .
. CHURCHLH, SCHOOL DISTRICTS, ETC.
"
THE STATE OF TEXAS .- 1
:, •
)
County • , BEFORE ME. the undersigned aOthority, on this day personally appeared
.
• • .
'1 (Title)
• , known tomo to be the
.... 1
person(s) whose name(s) is (are) sutetcribed to the foregoing instrument, and acknowledged to Inc .
executed the same as the act and deed of ,.._tb.s.A.....N....Avery Estate
andas...MAIIIHRIOR-DelleX8.1...P.arnteT...thereof, and for the purnoses and consideration therein expreesed.
(Title)
GIVEN uNDEt mir HAND AND SEAL OF OFFICE this ay of-- <1.402.. ti.
_—
tri;comiasstow Expr.kEs //-.5o —g g
NOTARY PUBLIC STATE OF TEXAS
•'- • ,
• . .
'a • '
4011289pAli129
-I
P" y
I CP 0 0
CS c fit 0 -
(I p • , -to.
• i .aiWi qt4 AI
o
6) V.
A nu I.4 1
F. tsA. i4omc, w. t_lts-1.- ti 1
zi_ ........ \ t.
,,
...
A t
V n
4413E0p
ter ..,01 A - -1/- CC‘ ° es a4 0 °.
A e P
.t.C‘ °. tirtotrii
(`--- , \ P - 4 E,11
it- is. Z o 0 o 105
r , ;it if- -
apu'Es;nii
4
.f1"
— 0
-4.
11), RAIL 4'040 \
sZ4- to -
A
uo 0
0
0
ti, 7C.
P; 1 ck 01
••-•
vol 1289 PAil 730
+.v4h P ,I•
•
1=11.ED FCORD
' 1.'-..' • Y. TX.
LI:7.0 27 S: 05
(7. • bt4
. .
STATE OF TEXAS COUNTY OF WILLIAMSON
I hereby certify that this Instrument was RLED
on the date and at the time stamped hereon
by me; and was duly RECORDED. In the Volume
and Page of the named RECORDS of Williamson
County, Texas, as stamped hereon by me, on
DEC 3 0 1985
COUNTY CLERK
WILLIAMSON COUNTY, TEXAS
31.0
123
Milt OF 1111111
lln000n
itIZAINT AND 117cor or VAT
11
wife rods Itgatie
ottoond,
L •
Wound
1,
1'723
VOLY71,15E e,
VA/Projiff Io7A.
elf lOtoknoilo rLddeAu. A
HMI ft..
' IS 7/0010r
KAM ALL On SY Mid FRIBRIFIt
Tomas, borolnadont salad dadadao", obotber oat or nor*. for and I. or
donori it zo..ro to Ountor In bed pal 1.7
Ln at .1XtAl rasa= 111C1272 Calatf, • lidion Ootooration, F.O.
dad tla foottodateno telt TolsoboallOaaar. , &oda tarodasftor
, sold dad moved add kr those panooto, Aar Ifordf:-.Foll sod annoy onto
sat diAlt-ofidar fat al aleotria supply lion 4alolini olowe "loot of
tory or dostdoldis opydrotaineta, awl tor am.;:idlitodli 11Ado oal
sod Cdintoes land la thi Dandho Pounder%
• -.Pt
a Tow, rat pationlotit. described ln deed from
oink aotoi Wok le, 1.16.l.. „, feWiifot WWI= 't
it •
.•
%on sad
•
Vold dlota.rof.ony granted lisbady P. WO, Lazo 7.5 ft.. so arta' olio of .•
.•
ths
tontialts• titraof sod Cd1o17 IDA•111 WAS 15 ft. MR either dila
esatmr1fas titroof, ths sold tolatarttat of +KU riglat-ef-way hates deserital
19 weer owl bawls 6 inbfbit t000nersted hermit by reformat for .11 purposes.
?. I.
sotartantoado,
nal No.
' boo Seed
1 -r.. •
Orontes. Malllova. ilds rt.* to STIctp vatittlt pan* of
easern of WA Used Woodier vitt tAo iriabt of Inoue
beffolos, foopoctina, dalotahdos, operating and Marini
diktat* oat* Um 6 Os me istattte posttioa 1at366.6t
dm taw% oaf fAdo 'Hilt at all tines to sot Roof awl lamp claw
and odor abotistrAoad Which, to the solo Memo% of &moor» way
saltitemaca & spatattas of bald 1966. Orator Mall tat dant
tattorr Oa hod, ar •comottoot Immo pools, Lama, pd n et attar
tabular. dile tin aneroid* by Comoro .1 16 tithes, Welt ipimbol.
99 prise vrittsa eaultat of Orsetes.
10 lan An 93 1331316 abett describut imemeat at4 Allots 136 sold
eal asidigua, wadi 41 of oda Lbws 1611 16 abtedettif.
IMAM 1212 V6"" 99 of
••••
CERTIF/CATZ OF ACE xowisoomez-r ran INDIVIDUALS
TR or TEXAS
• %aim; un
Corodiladyn
- 1 I
! g
CT: 'II it
i •
4 lif4-4. t I-
_..- tit i I .' I. : .1- t 1
i 1 t' I„ ....t• :11 i.
r i • 1.•:
,.- -
r.p. ...s -.• 4. 4. E. 1 i
a 4gti q' 1 .1-
c!' n' .11 - 2. P • t• I
. ii.., ,.. . . E. or : mIL
41-1',171.1 ril _
g-
. 11. ... ; F c t....z...
g 1 Sh) r, .1 igi' 4tr r ai
tw r S... i IE 1 i W•r:
-•C ...-,. CERTIFICATE OF ACKNOWLEoC
THE st. rE or =us 1
Omsyd .
• .
ALL4
"I•ritY. thla rhaY Potoonalty.opeared_RACt 61.PN
_ ..
•
- - : : - •
otal F 4 are) noloarihrd to Or forming inetraneat. and arkalogidolgii-lo !ne that
- •
" I 4. -
• the notnosas and oononteratioa therein orprelord.
• O' OFFICE this..../374 why of NOOGIV1EG-Stge.._:%.4,p,
-1...1_1$-It.„ 2.1 d. • ....
Notary 1:6 — lbws
•
•
BEFORE JOI,tho natirodgiond legthoety thit day yorsontaly
hews to re to be lin persoofel Mow atane(s) la (ago) eatorrthed to the
executed tie SIMS for the purposes soll ommideration
GIVEN COME EY AND AND SEAL OF OFFICE thro- —_day et
Ptit6iggiOn-Expl.Etti 2"
Noiari
'CERTIFICATE OF ACHNOWLFOOMMT FON couracenon.•
•
- - •• • CRUNCH= SCHOOL bummers. ETC.
• • - • • • •• • . . . .•
-THE STATE OF TEXAS . I •
• - •
c.44 0, - • - MOWS HE. tho oirnetwignirl aoriertir7.
persea(s) whom aene(s) le (are) sehereihed 1 Or foregoing inotragant. .ad orknowiedged to PS
. .
outeetai the seopO at Ow id owl deed
..
"far the porpodra sad irearinoration Moeda ammo
MN)
GIVEN UND3gt NT HUM AMORAL Of' OFFICE thin A1(_A.
• _ .
Iij'Cassiesica Expires' t /Mary reblir
i0 7/X 01"I 7� ii1/-0-I/ ON > ,
i /MO.O.WIA 7/M !a )H77 -
. A1�M ya l,M11r•pfngP! ,. 6
of7v
• saw[ �N!'f�rM nvovorur -• ;
• 9Mt1y Bd Ql Ne�7dM
Mlwm IY07!JCNlI7'JtD? r, Cb AINMJYfX 'It11JYC1i �fti.J1 71 f
eu 1!l317XDe11J� _,
.t L '*'s'ars s'�rr�i'�ri► 'r'le'OO'? 1 �
...r '' � Ib• _ - cry y i
i [%�7 �' � X8735 y 091 ,�1 •.'. .
:> %y iZ ti lrrn2llNl�Ju 1Nd a�uil:bs2��q w - �� .• .� '.
jet
trbs vTJF /arta,IL t
C.7
• .. . . . '.:• ' - - p.r......r• .rw�.,.: ., 7 .W-y:.+.1 r+' .•..-.'T_♦ "n+«..rMa� w,wT .�,r •-
�Y •• • w.a.�.wY#•.-Y�+-+a•+..�+R.wa..3..r.wwar���..sa..rN.a/M+W...�.....w._.....�. u..�.,.�.r.�._..:ti.r•_ - , �_ , .
PACE- 1 4
711. fr•
EILEn FON RECORD
WILUA9t,',.;0YITY. TX.
JAN 12 35
COUNTY reERK
;
VAN Of kW CCINTY Of WIC
I busby NON the this ladnontent
lbs dots sad at im fa stomped
IN MC me val duly rED, ip opt %kw
ard_lbge Ns omered COME irdraimi
war, Tem. is stamped boreal by mo. co
JAN.I 8 19V
COUNTY ClIR/C
NOLIANSON COINTIY, MPS
1,1
6
cc
Beale Company and
c(0)Company Easement
2002064519 5 Pips
District: Round Rock
WR#: 1395411
EASEMENT AND RIGHT OF WAY
COU
-rh
whether
other valuabl
Texas Corpo
Dallas, Texas 75
and conveyed an
successors and ass
electric power, gas su
wires and cables, supp
pipelines, cathodic prote
appurtenances over, unde
follows:
KNOW ALL MEN BY THESE PRESENTS:
and wife, Doris A. Wallin, hereinafter called "Grantor,"
r and in consideration of Ten and No/100 Dollars ($10.00) and
to Grantor in hand paid by Txu ELECTRIC COMPANY, a
AS COMPANY, a Texas Corporation, 1601 Bryan Street,
to collectively as Grantee", has granted, sold
does grant, sell and convey unto said Grantee, their
ent and right-of-way for overhead and/or underground
ications lines, consisting of a variable number of
ce mounted equipment, conduits, and for
I markers, and all necessary or desirable
and upon Grantors land described as
(SE HISIT
Grantor recognizes that the g
metes and bounds as described above,
hereby agrees that the easement and
granted shall apply to the actual location of sa
Together with the right of ingress and e
right-of-way and over and across Grantor's adjoirun
the sight to construct, inspect, maintain, operate,
abandon in place, and to change the size and cape
to relocate along the same general direction of said lin
said lines and pipelines In the same relative position to a
g road is widened in the future; the right to lease wire spec
I others to string or lay wire or cable along said electric power
E right to prevent excavation within the easement area; the rig
tiE within the easement area, any and all buildings, structures or
5 -31 the sole judgment of Grantee, may endanger or interfere with the
c3 ionvenient operation of said lines and pipelines and their appurtena
c`
a_ ctg Vim or remove trees or shrubbery within, but not limited to, said ea
;, LI 8 ?./xtent in the sole judgment of Grantee, as may be necessary to p
0 g LcicJ rerference with the operation of said lines and pipelines or to remove
at
rcmoit ereto. Grantor shall not make changes in grade, elevation or contour
z
5 r 5 Snpound water within the easement area as described above without prior writt
of Grantee. Grantee shall also be entitled to use Grantor's adjacent land and
land as reasonably necessary at road and water crossings for construction puqx)
HED)
id lines and/or pipelines, or the
iminary surveys only, and Grantor
its general dimensions hereby
n constructed.
upon said easement and
the purpose of and with
e, replace, reconstruct,
pipelines; the right
e right to relocate
d if and as such
e of permitting
n lines; the
struction of,
which, in
, and/or
' ht to
the
ble
EXHIBIT
mr/
114;!jeithtly,
'no
goreArz
seawalls • 10 few wtmtXJciaciric
Tie intent of tnis 4EXH11317- is to pictoriotiy show the apgroximots locotl
Mo gagt irenoeod-s
to *he RIIS gincre reference only.
Grantor: Rudolph Wallin and wife, Doris A. Wallin
Volume: 450. Page: 114
County: Williamson
Survey: Willis Donaho. Abst # 173
DiStrict: Round Rock
WR # 1395411
E OF TEXAS
OF WILLIAMSON
E ME, the undersigned authority, on this day personally appeared Rudolph
s A. Wallin, known to me to be the person whose name is
s Ing instrument and acknowledged to me that fie/she executed the
sa nd consideration therein expressed.
D AND SEAL OF OFFICE this 2. day of
A.D. 2001.
in and for the State of Texas
/4,/,‘,/
acne of Notary Public Here)
My Co i7 ion Expires:
r 41,
FILED ANO REMO
OFFICIAL PUBLIC RECORDS
Tiithsx,
09-26- 08:26 AN 2002064519
MEAN $17.00
NANCY E. RISTER 'COUNTY CLERK
WILLIAMSON COUNTY' TEXAS
1
1
1
1
of. and...o0J.100
to me M hand paid by.-.. Ths Awl tin net /PALI). bank
the receipt of which is hereby acknowledged, have bargained, sold and assigned, and by these presents do grant,
rgain, sell, assign and transfer unto the T.1"f .. ................. ....... .........................
his executors, administrators and assigns, a certain
Mechanics Lien Contract and Mechanic's Lien Note
from James D. Jordan , Jr. and wife, Patricia Ann Jordan to
Grady L. Puryear dated the day of April, 1968, covering
nstruction of a home on Lot 30, Block A, Pecan Park
diti'n, Williamson County, Texas.
igation therein described, and the money due or to become due thereon, with the interest.
• am the true and lawful owner of the said obligation, and that I have just right, full power
as
and dispose of the same; and that there is now.owing thereon the said principal sum
ousand and 00/100 Daus ($ 11,, 000 0 0 ),
nt that
try to 3C
n '
together dth con from --...day of. A. D., 19._6.8...
It is expressly no rec urae h to be had against me as assignor or surety for the payment of said
obligation.
April 68
Witness my ban
day of...
THE STATE
COUNTY oF___TtayU.
BEFORE ME,
,a Notary Public in and fut said County
foregoing instrument, and acknowledged to me that
expressed.
../tent Si:141
'THE 8TATE OF TEXAS
Fl.acs-c.
'1', d .1;
County
Williamson
liy
A. D. 19 o'clock
A. 0. 19 , t 1rC0Ck
DICK CEP,'ENKA, County Clerk
, Trxs
Taylor 4114
W.A. 30
KNOW ALL MEN B
That__ Ted S. Bely and wifei Gwendolyn W. Sel
22
)260
_Deputy
IF"
Texas, hereinafter called "Grantor", e
aideration of the advantages which will accrue to Grantor from the conetruction
hereinafter described, hereby grants to TEXAS POWER & LIGHT COMPANY,
ment and right of way for an electric power line consisting of a variable number_
electric circuita, and all necessary or desirable appurtenances, and for * =MUM
=OM upon. over and scram Grantor's land in the__. Geo. W. GlasecOck
• Abstract No_ 267 WiLliamson
er
tit
in con -
line
, an ease -
tame
—Co
_SQZ 5c1-L°S
line of said power line ghafl he located across esid land as follows:
•aping at a point in Grantor 's northwest property corner said point being
t east o aid property corner. Thence in a sou.ther1;-. direction along
nterline a a preisent Texas Power & Light COMpany distribution line,
1 with the east boarkdary o.f FM Hwy. #1460, .a distance of 40 feet
Power & Light Company distribution pole, S/S 52+83,=0400, Proj. 613,
again at aforementioned distribution pole, 8/8 51+830+00.
an gle of 76 deg. 45 min. LT, arida bearing of S. 71 deg. 30 min. •
to deadend pole, S/S 0+40, and its attached ggY, said ggy to extend
30 min. 30 feet.
ntioned deadend pole, SA 0+40.
. 220 feet to a Texas Power & Light Company deadend
d ggir, said guy to extend 30 feet in the same
This descri
said line inthe sa
structures along the co
• reliminary survey, and it is understood that said Company may relocate
bon before or at any time after construction, and may relocate any of its
Said Company tbe
anchorages along the con
etructing, improving, in
to relocate said line in the
future; the right to install
and keep clear of said line
said Company, may endanger.
TO HAVE AND TO HOLD
sore and asigns, until said line e.
22nd
EXECUTED this—_—_.da
erect__ 3 _poles, _ ____stubs, and..._?__._guy
with the right of Ingress and egress for the purpose of coa-
sting and removing said line and appurtenances; the right
y adjacent road if and when sald road is widened in the
along said line; And the right at all times to cat away
trees and other obstructions which, in the sole judgment of
the proper maintenance and operation of said line.
easement and rights unto the said Company, its success -
Williamson
0°417 of
ME, the undesigned authority, on this day personally appe
the pareoniel whose name(s/ h Calni) subscribed to
.............d the same for the purposes ard comic
.N44.1 En. mt HAND ANI) SEAL OF OFFIZE
Arsrx.R14*-
CIMITIFICATE or ACKNOWLEDGIISN'F roe MA
ATE OF VEXAS . 1
.1 14111.aisso n
f'..: BEFORE ME:the umiersigned auth
- ___9/encrclq-.T31. Ws..§cabr wife of Ted S. 8
g3Insg;:ip'eis. whose name la subsciibed to the foremen:pp instrument, and hayinw.been
. +. • 4 i
1.1 "-seele.V.imaand, and havIng the same fully explained to her, she, the said:___..._91Leilfie__
...., atirAttedged such Instrumsest to be her .at and deed, and declared that Mx; had willingly ilgned
comideratIon therein am:pressed and that the did not with to retract *,-,*
OWEN LINDER MY KANO AND SEAL OF OFFICE this .._day.of._
teat.
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quail Valley Drive
Old Settlers Boulevard
82.50%
Attachment "1"
Inclusion in Highway Construction Contract
In the best interest of both the State and the Owner, the Owner requests the State
to include the plans and specifications for this work in the general contract for
construction in this area so that the work can be coordinated with the other
construction operations; and the construction contract is to be awarded by the
State to the lowest qualified bidder who submits a proposal in conformity with the
requirements and specifications for the work to be performed.
X The Owner IS NOT requesting the State to include the plans and specifications
for this work in the general contract for construction.
Utility:
By:
Title:
Date:
or Electric Delivery Company, LLC
rvaa.\-awusa,\G
John Car Soward
Director of Distribution Engineering
Zg.
,
ittOm•••51 io JOIUSJO
'ON 10096 'lltra 1001
'eti IflI•Iod 1:15 +.0g0
3Lj
8002/t0/90 VU
ONCOR ELECTRIC DELIVERY
)10021 UNC1011
Eggi7ZOE *Uhl
Proposed Underground Electric
c.
M.0
C9..LOg ld
009£069 29
Match Line Sheet 2
r.1 tl t‘i tl
• X
° rcn.o
00
n 00
• oo_000'11
o
oZtsit0r
0,1 CCtica(ntri
n
y
oo-3°°8
000
0
ta, C)
▪ 0 00(00
• 7ZI c/1
;••
00
tO
0 C.1 CM
z
1-41
w.
<
z
so
-".- 1• -= ,g s2i
• c-) rri
:o (f>
-
o 11)
o o
r - c) o
n o n
r--
- (-n-
o
n-1DD o o
ri-1 --i
o — --•
o cr) o
r-ri
rn • 8
• >, --i
fil 0
20
---1 (3
),.
0
-,-, (---
rri
m u) --1-1
N 1') o
20
), sz.rn
co --c-s
o
rrl fll 0
-1 0
la• ci)
1--- --i
r- o )=-
--o- c-)
I. ---1
rri cn
rli Nc
C) 20
01r1 n -i
rrt
cf) cn rri
o
N
A
Ij
,P
02
IY•010•631 JO .1.01110.10
0
'oN 'PH •10<1 +0*00
>
01
01
0
5.
Match L ne Sheet.
POT 52.00.00
I I I
M 01 M M 01 DO MI
X. X SG 0:1 PC 04 M
,, 1 ' -[ i'3 E /3 0 0 I
g Z Z W Z Z W I
00M00g
e
e
nn
MI 11
o • Z Z „‘-' m m 0
o
Pa c c •-• Ch Ca v--,
0" 2 2 (5, 6- 6- E
0 2 2 8 c ) o 0
n -3 -3 03 03 Z
c -FT' 00
< <
ftp
0 9 Z 00
O Z z 1:0 i
0 01 01
z < i
o ; — DO 9 Z
Z i
E -0 °
O m 0
2 e
t-
›
o i
01
.0
ISRHS
• ›, -0
--- 0 0
I-- --I
• 0 r1-1 n-1
0 C3
2
0 Ill
O 0 k
r - c) p
rn -1
n o n
r -
n
- E7)
o
1-T1 o
go Do o
ili -1
o -
o u) o
Do u., Fri
ni 0
r'-1 --c,1
1;1 Do n
o r -
r11
:?r-
i'i
0
Z4 -▪ Ci
<WI n
ril
*4,Z ni rii o
-I 0
0 -1
"D DD o
.. n -I
II ril (J)
.. rli
0
1-11 rii rn
.0,1 rrr
-I o o
•
0 (n cn
rri
...t
la P 0
1
CO
Match Line Sheet 3
h h
0 0
P I)
I•
0 )
Existing Underground To Be Removed
ONCOR ELECTRIC DELIVERY
Vetch Line Sheet 2
tocnoong JO 10111O.10
9 30 E JAHNS
IOBLISICE >MOH UNI1021
E99V20E *HA,
IDildS01-/ UOIGS
C- CD CD
2' r-
rri
(--i
n c) n
o
<- 'l
:0 :0 r -
c)
CD
CD Zt
20 ZE
rn -n
o zt
c: E46 c)
u, rn
zt
rn o -n
rn o
-'10
2>
CD r -
IND (n sri
r \2 u)
0
a's
0. zt
rn
rn rn c-)
n --I °
-1
CD 2'
0
D -1
'c rn CO
rn Nc
t: 0 DD
rn rn rn
rn
-1 0 CD
':
Co Co rn
0
,4t
J•401all 100..4
0
CTh
CD
A
',COX
DZOld iDoipafry
Match Line Sheet 4
Match Line Sheet 3
Existing Underground To Be Removed
ONCOR ELECTRIC DELIVERY
Proposed Underground Electric
r=i 00 X
rn. 0
o
• Z Z
0C1M▪ 0001
0 0 0 0
,00Q0O'c'
(T1 Z Z ° r. 0
C/1
o
o
• 0 0 0
g 00H000
z
tri _00 0 0
n X CO z
• >tXlj 00
z
0 X t.]
X
z
F13. 0
• o
z—
'01
t -
IDIILLSIG NOM GNI1011
£8020£
IN311,111113A30
og-t99
Chart Represents Existing Electric Facilities Covered by Private Easement
I Thomas E Nelson Jr.
Vol. 1472, Pg. 9 -12
Grantor of Easement
g
1
i
Parcel Mame
V
-
i
i
4
5
MenS "A'011 /04x/
o
1
g
i
t
V
i
I I I
01 "17 010101'00101`11
k .-1
.. o
0
Up Z Z C4
rra 0 Oa
0. 000100M
0 0
0 C
O 0 n c-) .tl '0
00°00'rl
..,, 2. A 2-' z z 0 r, 0
'0-, t,
„, Oa Cc •-.JCOM 4-,
G 00.-200(3)
O 0 0
0. ° a z z z
a
0
'r7; .i'-''-< .<
DJ 0 2„ .,11 F. ja m cn ''
X '-0--]' (,. w CO
..3
'''
,3 Z tli
O 0 C.1 C.1
O P.) '- <
O co
a
7
—
A m
Vetch Line Sheet 4
00
I Avery Ranch Co. LTD
I Vol. 1289, Pg. 727-730
Thomas 8 theloon Jr.
Vol. 1472, Pg. 9 -12
Chart Represents Existing Electric Facilities Covered by Private Easement
IC rrrrrr of Basomont Parool Name 1 Parcel Number 1 TxDOT R.0.1r. Shoot No. Onoor VI. Polo Bel. No. 1 Hwy. 380. No.
Avery Ranch Co. LTD
!
q
1
i
R
rz
.7:
';.
00
Existing Underground To Be
Proposed Underground Electric
P1 21 PI '9 to to -o
k.
fl" i 72 i n ,9 ril in 2
°
(''' 2 2 2 'Z' 2
' 202022
0 O
O
0 CD(..) O 2
004002
P.
0
^3 00
99
o
0
‘-
ia, 2 2 2
n -0-0 2 0 Z
8., 00 C O °
K K
0 2 12 ci3 2 K
F3- z .-3 ,-3
00
; X 0
0 2 21
0 PI 2. 2
,r, O
2
E. o
czi to
o
DVid
ONCOR ELECTRIC DELIVERY
F
5
6
i
i
,i 0
i 1- -0
'.. rr-7- 00
,
r-- —1
-E r71 rn
c o SO
A
,i o rn
.1 C
rq 0
/),
/
/- rrl o
ii: DD o
.;)
--i
o
i t (../-3
4 orri
/ rri 8
1
,i c)
,
r-
4> 1 )-1r-- 0
0 n -i
IND (4 -1-1
N.?
•-•-s
o
r-7-1
rT1 rn o
--i 0
(4 2
-1
c)
-13 0
2. —1
< RD (4
rrl N9
0
rn rri rn
rn
--i o o
co co
o
eh
LDuLLsTa x3al aNnom
sy
et
EPgrZOC .1111i
;11
gg
Girl '03 400011 S+001,
1
9
•ott 'pa *led 1311 J0000
Existing Underground To Be
6002/P0/90 'ma
ONCOR ELECTRIC DELIVERY
Proposed Underground Electric
Existing Underground Electric To Remain
r=1
xx00xxw
•-• 0 0
Z *ZzzU'
O 0 tml • o
oo0oo'n
z z 0 r- 0
• o z
O 0°EnEn'
• n
. 3 .3
00 .3 0 0 0
• °
Z Z
▪ H 0 0
00
tjtj
7;) w
--
00
t.1
7ZI
0 t=1 L.1
<
z
o
a
z
t.1
'7)
-TR
1/
t 0
2 JO L LHS
)10021 UNC1OH
I ,I,DIHISIG
eggizEOE
FOREIGN CONTACTS REMOVED
Chart Represents Existing Electric Facilities Covered by Private Easement
I Avery Hanel. Co. LTO
Vol. 1289, Pg. 727-790
Grantor of Easement
Avery Pariah Co. LTD I
?I'
3
I
7:
i
.i.
.-..
§
I.
Iv
.?.
i
Oneor 1.D. Pole Rat. No.
:1
.§
I
..
.1
a
z;
1
F
:4
i
r.
166E06 960
SOD 0.,/ LOs A
91
Auo xa lac •A AA t
F.
i
I L 72?( -'g?
Grantor of Easement
Chart Represents Existing Electric Facilities Covered by Private Easement
Wallin Family Invest. I
Wallin Family invest
Avery Ranch Co. LTD
Parcel Name
II
IParcel Number
S
ITeDOT R.O.W. Skeet No.
IOncor LD. Pole 11.1. 110.
1 906+94 to 900+14 Rtont
896633 Left
ONCOR ELECTRIC DELIVERY
a
• -0
- - -
1- ---i
:
—• /-
6. o
r
iclal
e/
1/Do (---
SE' /, z-,,--
(--)
I' rn o
, N 0)
N cii
1
v) c)
• oi rri
4' 1-11 p
k -1
ni o
a -1• 0
a n
1F. o
'a R
IN) (r)
rn
e) -
o
rri
r'l rn 0
--i o
n u)
I-- ---1
r -
i 0
-0 0
,-I n1>
; o
N, rn ra rn
, rn
LLOIHISIG XDOE (1NaO1
£B5 -17Z02 *21.APt
I)
i)
i)
i)
tlmmtint.J.-o
.1
o
row gzzcozc0-
tt ▪ 0 0 tm
MU1AVEIMMIUMMUMM071511W0419110-01-MWMWOMORIWIMVATH=56MAWVWV4M0010.
N
v.)
SNLIVINHON38
AFP
117M.
"A
e gq
g
C >
z.<.
co -rim
-011"M
70E-<
—am m
m 0 z
c
Z
0 M
uzurz
Rmommel
EEL/ IP
glIII-11
viiRk
g4444.
OPOP
ddS8
:X3ONI 133HS
rs;
-.
000
0
a •
::!
,
g
.
'ODD 8-58 STUMM 0 STA 44400
MOVE *I • 575 57+48 PER ON= .
ill!
• g
IgIS
di4]
I28
I
4
4 A
1
Del= 3,031 .0141 VA58101.106 317510
1•08.4 0341 150 1550
ill
. 5. ;
it
sa
8
1
K
q'"
i-ti5e'
'fli;itg
3
4
4 ;
/
AFP
117M.
"A
e gq
g
C >
z.<.
co -rim
-011"M
70E-<
—am m
m 0 z
c
Z
0 M
uzurz
Rmommel
EEL/ IP
glIII-11
viiRk
g4444.
OPOP
ddS8
:X3ONI 133HS
rs;
21 20.00 AWRY OMNI �. 12 \ 11 MOICCf411=011V111160-5:41-10.15E1121610-0/. 15115WAII0. iinrierfi MLA 11.11.141#611511450.
‘.
0 -
AVERY CENTRE
a
a
I 1
I ,
tO.
\
\
• \
_L
-
1111 \
1111•
11'
11
I
11
I
I I
110
12
11
1;
1,
11:
/
I I I
/
m
AVERY CENTRE
FM -1460 UNDERGROUND UTILITIES
DRY UTILITIES LINE 'V
STA 10+00 TO 22+00
0110
Stanley Consultants yx.
.610.01AVERY ONTERM11211100MCCNSTRUCIONV1411600LLPLAN-Se111161.011101) TAM 6/152rge SAVA PM l4KV011,5000444
4130
AVERY CENTRE
AVERY CENTRE
FM -1460 UNDERGROUND UTILITIES
DRY UTILMES UNE 'V
STA 22+00 TO 35+00
StanleY COnSUltantS RIC
•.• .54 pao kokoom
215111014010011TER0141411 11110.1 1610.01 011PReen, e./0/00 022 404, 11.100044
0121
410
-4
0
0 01 0
STA 35+00
0100”
0411.0.,
at,. nal reoe
3)10
awn
nut
74..114
MA
.rn4
0 (21
AVERY CENTRE
84:1
1
F,
AVERY CENTRE
FM -1460 UNDERGROUND UTILITIES
DRY UTILMES LINE
STA 35+00 TO 48+00
•
StanleyConsultants_
ad 40 So hok NM
•45 ••• 4•4•44; s04.4 ftow•044 10 10
21610.011WERY CRON Ot.Ii2Vl GOIA01611111C110117t4144111.124.4.1•11.41 21610.117111...1., 6/25/20112 MB MI, Witivs41#60011.10,
3
3
6-71
0
—r-
STA 48+00
04 n
girt
1
7 .1/1
7.4
74L.71
1.4.77
41
i.
8
AVERY CENTRE
z
AVERY cennu
FM -1460 UNDERGROUND UTILITIES
DRY UTILITIES LINE
STA 48+00 TO END
5 1Dffl
I 1 1 1111
1 VII
Stanley Consultants NG
E4.4"Zo.d
•
4610111 AVERY CUM C11.112 110100 CONSIAJOICIAM1460.01.4116.5E1)2161D0 131.11V.0.61-420,09 531.-33 PM.14AvailjapSOCO-10.
o 4
1.
AVERY CENTRE
( FM -1460 MAYRGCREOUNIIT UTILITIES
DRY UTILITIES LINE IT
Stanley_Conita.nts
DATE: July 16, 2009
SUBJECT: City Council Meeting —July 23, 2009
ITEM: 10F3. Consider a resolution authorizing the Mayor to execute a Standard Utility
Agreement with Oncor for the relocation of electrical facilities related to the
north A.W. Grimes Boulevard (FM 1460) expansion project.
Department:
Staff Person:
Justification:
Public Works Operations
Tom Word, P.E., Chief of Public Works Operations
Relocation of the existing electrical facilities on A.W. Grimes Boulevard (FM 1460) from North of
University Boulevard to Old Settlers Boulevard is necessary before proceeding with expansion of the
roadway.
Funding:
Cost: $244,178
Source of funds: 4B -Round Rock Transportation System Development Corporation, Williamson
County and Avery Centre DevCo., Inc.
Outside Resources: Oncor Electric Delivery
Texas Department of Transportation
Background Information:
A.W. Grimes Boulevard (FM 1460) between University Boulevard and Old Settlers Boulevard is a rural
two lane roadway which is experiencing high volumes of traffic. This roadway provides access to schools
and medical facilities along North A.W. Grimes Boulevard and University and bisects the proposed Avery
Centre development. Plans have been completed for the improvement of this roadway and bids will be
opened in August
The Texas Department of Transportation (TxDOT) has indicated that $10 million is available from ARRA
funds and will be used to construct this roadway. The remaining cost of the roadway will be funded
local funds through a joint partnership between the City, Williamson County and Avery Centre DevCo.,
Inc.
Public Comment: N/A
EXECUTED
DOCUMENT
FOLLOWS
U-35_Contractual Agree ROW
City of Round Rock, Texas
Rev. 2/2009
Page 1 of 3
STANDARD UTILITY AGREEMENT
Local Government: The City of Round Rock
Federal Project No.: n/a
ROW CSJ: 2211-02-016
Highway Project Letting Date: August 2009
U -Number: 12959
County: Williamson
Highway: FM 1460
From: Quaila[alloy-Drive 4,(4)1AVyla i4Y105
To: Old Settlers Boulevard
This Agreement by and between the City of Round Rock, Texas, ("Local Government"), and Oncor Electric
Delivery Company LLC, ("Utility"), acting by and through its duly authorized representative, shall be effective on
the date of approval and execution by and on behalf of the Local Government.
WHEREAS, that the State of Texas ("State"), acting by and through the Texas Department of Transportation
("TxD0r) and City of Round Rock, Texas, ("Local Government") have executed an Advance Funding
Agreement, that states that the Local Government is financially responsible for utility relocation costs for a utility
deemed to be reimbursable within the limits of the highway as indicated above.
WHEREAS, the Local Government has deemed it necessary to make certain highway improvements as
designated by the Local Government and within the limits of the highway as indicated above;
WHEREAS, the proposed highway improvements will necessitate the adjustment, removal, and/or relocation of
certain facilities of Utility as indicated in the following statement of work: It is proposed to install 35 poles, 6,435
linear feet of conductor and ancillaries and to remove 40 poles, 6,656 linear feet of conductor and ancillaries; and
more specifically shown in Utility's plans, specifications and estimated costs, which are attached hereto as
Attachment "A".
WHEREAS, the Local Government will participate in the costs of the adjustment, removal, and/or relocation of
certain facilities to the extent as may be eligible for Local Government participation.
WHEREAS, the Local Government, upon receipt of evidence it deems sufficient, acknowledges Utility's interest
in certain lands and/or facilities that entitle it to reimbursement for the adjustment, removal, and relocation of
certain of its facilities located upon the lands as indicated in the statement of work above.
NOW, THEREFORE, BE IT AGREED:
The Local Government will pay to Utility the costs incurred in adjustment, removal, and/or relocation of Utility's
facilities up to the amount said costs may be eligible for Local Government participation.
The Local Government and Utility agree that all conduct under this agreement, including but not limited to the
adjustment, removal and relocation of the facility, the development and reimbursement of costs, any
environmental requirements, and retention of records will be in accordance with 23 CFR 645, Subparts A & B and
all other applicable federal and state laws, rules and regulations. Utility agrees to supply, upon request by the
Local Government, proof of compliance with the aforementioned laws, rules and regulations prior to the
commencement of construction.
The Utility agrees to develop relocation or adjustment costs by accumulating actual direct and related indirect
costs in accordance with a work order accounting procedure prescribed by the Local Government, or may, with
the Local Government's approval, accumulate actual direct and related indirect costs in accordance with an
established accounting procedure developed by Utility. Bills for work hereunder will be submitted to the Local
Government not later than 90 days after completion of the work.
ZkO2torl.
U-35_Contractual Agree ROW
City of Round Rock, Texas
Rev. 2/2009
Page 2 of 3
When requested, the Local Government will make intermediate payments at not less than monthly intervals to
Utility when properly billed and such payments will not exceed 80 percent (80%) of the eligible cost as shown in
each such billing. In addition, the Local Government will make a payment, before audit, which will bring the total
percentage paid to the Utility up to the 90% eligible cost. Intermediate payments shall not be construed as final
payment for any items included in the intermediate payment.
Alternatively, the Local Government agrees to pay Utility an agreed lump sum of $ N/A as supported by the
attached estimated costs. The Local Government will, upon satisfactory completion of the adjustments,
removals, and/or relocations and upon receipt of a final billing, make payment to Utility in the agreed amount.
Upon execution of this agreement by both parties hereto, the Local Government will, by written notice, authorize
the Utility to perform such work diligently, and to conclude said adjustment, removal, or relocation by the stated
completion date. The completion date shall be extended for delays caused by events outside Utility's control,
including an event of Force Majeure, which shall include a strike, war or act of war (whether an actual declaration
of war is made or not), insurrection, riot, act of public enemy, accident, fire, flood or other act of God, sabotage, or
other events, interference by the Local Government or any other party with Utility's ability to proceed with the
relocation, or any other event in which Utility has exercised all due care in the prevention thereof so that the
causes or other events are beyond the control and without the fault or negligence of Utility.
The Local Government will, upon satisfactory completion of the relocation or adjustment and upon receipt of final
billing prepared in an approved form and manner, make payment in the amount of 90 percent (90%) of the eligible
costs as shown in the final billing prior to audit and after such audit shall make an additional final payment totaling
the reimbursement amount found eligible for Local Government reimbursement.
Unless an item below is stricken and initialed by the Local Government and Utility, this agreement in its entirety
consists of the following:
1. Standard Utility Agreement;
2. Plans, Specifications, and Estimated Costs (Attachment "A");
3. Utility's Accounting Method (Attachment "B");
4. Utility's Schedule of Work and Estimated Date of Completion (Attachment "C");
5. Statement Covering Contract Work — Wilco -U-48 (Attachment "D");
6. Eligibility Ratio (Attachment "F");
7. Betterment Calculation and Estimates (Attachment "G");
8. Proof of Property Interest — ROW -U -1A (Attachment "H");
9. Inclusion in Highway Construction Contract (if applicable) (Attachment "I"); and
10. Utility Joint Use Acknowledgment — ROW-U-JUA (TxDOT) (Attachment "E").
All attachments are included herein as if fully set forth. In the event it is determined that a substantial change
from the statement of work contained in this agreement is required, reimbursement therefore shall be limited to
costs covered by a modification or amendment of this agreement or a written change or extra work order
approved by the Local Government and Utility.
This agreement is subject to cancellation by the Local Government at any time up to the date that work under
this agreement has been authorized and that such cancellation will not create any liability on the part of the Local
Government.
The State and/or Local Government Auditor may conduct an audit or investigation of any entity receiving funds
from the Local Government directly under this contract or indirectly through a subcontract under this contract.
Acceptance of funds directly under this contract or indirectly through a subcontract under this contract acts as
acceptance of the authority of the State Auditor, under the direction of the Legislative Audit Committee, to conduct
an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation
must provide the state auditor with access to any information the state auditor considers relevant to the
investigation or audit.
U-35_Contractual Agree ROW
City of Round Rock, Texas
Rev. 2/2009
Page 3 of 3
The Utility by execution of this agreement does not waive any of the rights which Utility may have within the
limits of the law.
It is expressly understood that the Utility conducts the adjustment, removal, or relocation at its own risk, and that
the Local Government makes no warranties or representations regarding the existence or location of utilities
currently within its right of way.
The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the
party represented.
UTILITY
Utility: Oncor Electric Delivery Company LLC
By:
Name of Utility
Authorized Sig ture
John C. Soward
Print or Type Name
Title: Director of Distribution Engineering
Date:
FOR REVIEW ONLY:
THE STATE OF TEXAS
By:
uthorized Signature
Title:
Date: 7 A 3/ 40 9
TRAiv SpQa-knolJ -J2
EXECUTION RECOMMENDED:
THE CITY OF ROUNDROCK, TEXAS
Executed and approved for the purpose and
effect of activating and/or carrying out the orders,
established policies or work programs heretofore
approved and authorized by the City of Round
Rock, Texas.
By:
Title:
Authorized Signature
MACY
Date: 11114 265i M71
smst
F,roROW.U.4n
Hey 32(10.1
GSD F PC
Page 1 of 1
District : All TXDOT Districts
Federal Project No. n/a
ROW CSJ No, : n/a
SIGNATURE AUTHORITY
U -No All Contracts
County : All Counties
Highway No n/a
Contract No. : n/a
WHEREAS, Jim Greer, hereinafter called the Owner, deems it necessary and proper to enter into an agreement
with the State of Texas, whereby the Texas Department of Transportation will cause the relocation of various
facilities operated by Oncor Electric Delivery Company LLC, which are in contlict with the Texas Department of
Transportation's proposed improvements on n/a from n/a to n/a,
NOW THEREFORE, be it resolved by the above named Owner that John C. Soward or his successor, is hereby
authorized and directed to sign the utility agreement or any other necessary documents required to complete the
utility relocation on behalf of the above named Owner.
s.T
Passed, approved, and adopted this • day of July, 2008.
IN WITNESS WHEREOF, the parties hereto have affixed their slgnatures.
ATTEST:
Owner: Oncor Electric Delivery Company LLC
lay Name
B •
SeniY ice President
Greer
Date: ...kid -7 .3/ loo 8
Acknowledgement
State of Texas
County of Dallas
This instrument was acknowledged before me on July _ , 2008, by Jim Greer, Senior Vice President of
Asset Management, of Oncor Electric Delivery Company LLC, a Delaware limited liability company, under the
Delaware Limited Liability Company Act, on behalf of said corporation.
..iX M. ELKINS
Notary Public
State of Texas
My Comm. Exp 05-03-20
Notary Publ c's Signature
Texas Department of Transportation
RO. DRAWER 15426 • AUSTIN, TEXAS 78761-5426 • (512) 832-7000
May 26, 2009
Williamson County
FM 1460: Old Settlers Blvd. to University BNd.
CSJ 2211-02-021
Thomas E. Word, P.E.
Chief of Public Works Operations
City of Round Rock
212 Commerce Cove
Round Rock, Texas 78664
Dear Mr. Word:
Attached is an executed Advance Funding Agreement for the above project. The Agreement
covers the City's participating cost associated with the construction of a four -lane facility from
Old Settlers Boulevard to University Boulevard and includes an incremental payment
schedule that is outlined in Article 2.
As per the Agreement, a check made payable to the Texas Department of Transportation
Trust Fund for haff of the difference of construction cost less the State's participation will be
due sixty days prior to receipt of bids. As of this date the latest engineer's estimate is
$14,593,262.91 (copy of estimate is attached). Therefore, a check in the amount of
$2,296,631.46 is due by June 8, 2009. The remaining financial share will be due in
incremental payments of equal value by the 5th of each month beginning with the month
after the receipt of bids for twelve (12) consecutive months.
If you have any questions, please contact me at (512) 832-7050.
Attachments
cc: John Wagner, PE
Danny Stabeno
Chris Hatla
Kevin Steele, FIN
Hector Vidaurri, GSD/CSS
Sincerely,
Patricia L. Crews- eig t, P.E.
Director of Design - AUS
An Equal Opportunay Employer
VcCr
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
THE STATE OF TEXAS
THE COUNTY OF TRAVIS
ADVANCE FUNDING AGREEMENT FOR VOLUNTARY
LOCAL GOVERNMENT CONTRIBUTIONS
TO TRANSPORTATION IMPROVEMENT
PROJECTS WITH NO REQUIRED MATCH
THIS AGREEMENT IS MADE BY AND BETWEEN the State of Texas, acting by and through the
Texas Department of Transportation, hereinafter called the "State", and the City of Round Rock,
acting by and through its duly authorized officials, hereinafter called the "Local Govemment."
ORIGINAL
WITNESSETH
WHEREAS, Transportation Code, Chapters 201, 221, 227, and 361, authorize the State to lay out,
construct, maintain, and operate a system of streets, roads, and highways that comprise the State
Highway System; and,
WHEREAS, Govemment Code, Chapter 791, and Transportation Code, §201.209 and Chapter 221,
authorize the State to contract with municipalities and political subdivisions; and,
WHEREAS, Commission Minute Order Number 111734 authorizes the State to undertake and
complete a highway improvement generally described as widen to a 4 -lane roadway facility; and,
WHEREAS, the Local Govemment has requested that the State allow the Local Government to
participate in said improvement by funding that portion of the improvement described as widen FM
1460 from a two-lane roadway to a 4 -lane roadway from Old Settlers to University Boulevard within
the City of Round Rock, hereinafter called the 'Project"; and,
WHEREAS, the State has determined that such participation is in the best interest of the citizens of
the State;
NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements
of the parties hereto, to be by them respectively kept and performed as hereinafter set forth, the
State and the Local Govemment do agree as follows:
AGREEMENT
Article 1. Time Period Covered
This agreement becomes effective when signed by the last party whose signing makes the
agreement fully executed, and the State and the Local Government will consider it to be in full force
and effect until the Project described herein has been completed and accepted by all parties or
unless terminated, as hereinafter provided.
Article 2. Project Funding and Work Responsibilities
The State will authorize the performance of only those Project items of work which the Local
Govemment has requested and has agreed to pay for as described in Attachment A, Payment
Provision and Work Responsibilities which is attached to and made a part of thls contract.
AFA-AFA VoITIP Page 1 of 8 Revised 02/02/2009
C61-;6-
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
In addition to identifying those items of work paid for by payments to the State, Attachment A,
Payment Provision and Work Responsibilities, also specifies those Project items of work that are the
responsibility of the Local Government and will be carried out and completed by the Local
Government, at no cost to the State.
The State shall provide a fixed amount of $10,000,000 towards the total construction bid item costs.
At least sixty (60) days prior to the date set for receipt of the construction bids, the Local Govemment
shall remit half of the estimated balance of the construction cost as found in the Latest Engineers
Estimate. Upon award of the construction contract the Local Government shall remit the balance of
the construction costs in incremental payments of equal value by the 5th of each month beginning
with the month after the receipt of bids for twelve (12) consecutive months.
In the event that the State determines that additional funding by the Local Govemment is required at
any time during the Project, the State will notify the Local Government in writing. The Local
Government shall make payment to the State within thirty (30) days from receipt of the State's written
notification.
Whenever funds are paid by the Local Govemment to the State under this Agreement, the Local
Govemment shall remit a check or warrant made payable to the 'Texas Department of
Transportation Trust Fund." The check or warrant shall be deposited by the State in an escrow
account to be managed by the State. Funds in the escrow account may only be applied by the State
to the Project. If, after final Project accounting, excess funds remain in the escrow account, those
funds may be applied by the State to the Local Government's contractual obligations to the State
under another advance funding agreement.
Article 3. Right of Access
If the Local Govemment is the owner of any part of the Project site, the Local Government shall
permit the State or its authorized representative access to the site to perform any activities required
to execute the work.
Article 4. Adjustments Outside the Project Site
The Local Govemment will provide for all necessary right-of-way acquisition and all necessary utility
adjustments.
Article 5. Responsibilities of the Parties
The State and the Local Government agree that neither party is an agent, servant, or employee of
the other party and each party agrees it is responsible for its individual acts and deeds as well as the
acts and deeds of its contractors, employees, representatives, and agents.
Article 6. Document and information Exchange
The Local Govemment agrees to electronically deliver to the State all general notes, specifications,
contract provision requirements and related documentation in a Microsoft® Word or similar
document. If requested by the State, the Local Govemment will use the State's document template.
The Local Government shall also provide a detailed construction time estimate including types of
activities and month in the format required by the State. This requirement applies whether the local
govemment creates the documents with its own forces or by hiring a consultant or professional
AFA-AFA VoITIP Page 2 of 8 Revised 02/02/2009
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
provider. At the request of the State, the Local Govemment shall submit any information required by
the State in the format directed by the State.
Article 7. Interest
The State will not pay interest on funds provided by the Local Government. Funds provided by the
Local Govemment will be deposited into, and retained in, the State Treasury.
Article 8. Inspection and Conduct of Work
Unless otherwise specifically stated in Attachment A, Project Budget and Description, to this contract,
the State will supervise and inspect all work performed hereunder and provide such engineering
inspection and testing services as may be required to ensure that the Project is accomplished in
accordance with the approved plans and specifications. All correspondence and instructions to the
contractor performing the work will be the sole responsibility of the State. Unless otherwise
specifically stated in Attachment A to this contract, all work will be performed in accordance with the
Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges
adopted by the State and incorporated herein by reference, or special specifications approved by the
State.
Article 9. Increased Costs
in the event it is determined that the funding provided by the Local Government will be insufficient to
cover the State's cost for performance of the Local Government's requested work, the Local
Govemment will pay to the State the additional funds necessary to cover the anticipated additional
cost. The State shall send the Local Govemment a written notification stating the amount of
additional funding needed and stating the reasons for the needed additional funds. The Local
Government shall pay the funds to the State within 30 days of the written notification, unless
otherwise agreed to by all parties to this agreement. If the Local Government cannot pay the
additional funds, this contract shall be mutually terminated in accord with Article 11 - Termination. If
this is a fixed price agreement as specified in Attachment A, Project Budget and Description, this
provision shall only apply in the event changed site conditions are discovered or as mutually agreed
upon by the State and the Local Government.
If any existing or future local ordinances, commissioners court orders, rules, policies, or other
directives, including but not limited to outdoor advertising billboards and storm water drainage facility
requirements, are more restrictive than State or Federal Regulations, or if any other locally proposed
changes, including but not limited to plats or replats, result in increased costs, then any increased
costs associated with the ordinances or changes will be paid by the local government. The cost of
providing right of way acquired by the State shall mean the total expenses in acquiring the property
interests either through negotiations or eminent domain proceedings, including but not limited to
expenses related to relocation, removal, and adjustment of eligible utilities.
Article 10. Maintenance
Upon completion of the Project, the State will assume responsibility for the maintenance of the
completed Project unless otherwise specified in Attachment A to this agreement.
Article 11. Termination
This agreement may be terminated in the following manner:
• by mutual written agreement and consent of both parties;
• by either party upon the failure of the other party to fulfill the obligations set forth herein;
AFA-AFA_VoITIP Page 3 of 8 Revised 02/02/2009
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
• by the State if it determines that the performance of the Project is not in the best interest of the
State.
If the agreement is terminated in accordance with the above provisions, the Local Government will be
responsible for the payment of Project costs incurred by the State on behalf of the Local Govemment
up to the time of termination.
• Upon completion of the Project, the State will perform an audit of the Project costs. Any funds
due to the Local Govemment, the State, or the Federal Government will be promptly paid by
the owing party.
Article 12. Notices
All notices to either party by the other required under this agreement shall be delivered personally or
sent by certified or U.S. mail, postage prepaid or sent by electronic mail, (electronic notice being
permitted to the extent permitted by law but only after a separate written consent of the parties),
addressed to such party at the following addresses:
Local Government:
Mayor
221 E. Main Street
Round Rock, Texas 78664
State:
Austin District Engineer
P.O. Drawer 15426
Austin, Texas 78761-5426
All notices shall be deemed given on the date so delivered or so deposited in the mail, unless
otherwise provided herein. Either party may change the above address by sending written notice of
the change to the other party. Either party may request in writing that such notices shall be
delivered personally or by certified U.S. mail and such request shall be honored and carried out by
the other party.
Article 13. Sole Agreement
In the event the terms of the agreement are in conflict with the provisions of any other existing
agreements between the Local Govemment and the State, the latest agreement shall take
precedence over the other agreements in matters related to the Project.
Article 14. Successors and Assigns
The State and the Local Govemment each binds itself, its successors, executors, assigns, and
administrators to the other party to this agreement and to the successors, executors, assigns, and
administrators of such other party in respect to all covenants of this agreement.
Article 15. Amendments
By mutual written consent of the parties, this contract may be amended prior to its expiration.
Article 16. State Auditor
The state auditor may conduct an audit or investigation of any entity receiving funds from the state
directly under the contract or indirectly through a subcontract under the contract. Acceptance of
funds directly under the contract or indirectly through a subcontract under this contract acts as
acceptance of the authority of the state auditor, under the direction of the legislative audit committee,
to conduct an audit or investigation in connection with those funds. An entity that is the subject of an
audit or investigation must provide the state auditor with access to any information the state auditor
considers relevant to the investigation or audit.
AFA-AFA_VoITIP Page 4 of 8 Revised 02/02/2009
CS.I #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
Article 17. Insurance
If this agreement authorizes the Local Government or its contractor to perform any work on State
right of way, before beginning work the entity performing the work shall provide the State with a fully
executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage
in the amounts and types specified on the Certificate of Insurance for all persons and entities working
on State right of way. This coverage shall be maintained until all work on the State right of way is
complete. If coverage is not maintained, all work on State right of way shall cease immediately, and
the State may recover damages and all costs of completing the work.
Article 18. Debarment
The parties are prohibited from making any award at any tier to any party that is debarred or
suspended or otherwise excluded from or ineligible for participation in Federal Assistance Programs
under Executive Order 12549, "Debarment and Suspension." By executing this agreement, the
[Contractor, Local Government, Engineer, or whatever] certifies that it is not currently debarred,
suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs
under Executive Order 12549. The parties to this contract shall require any party to a subcontract or
purchase order awarded under this contract to certify its eligibility to receive Federal funds and, when
requested by the State, to fumish a copy of the certification.
Article 19. Signatory Warranty
The signatories to this agreement warrant that each has the authority to enter into this agreement on
behalf of the party they represent.
IN WITNESS WHEREOF, THE STATE AND THE LOCAL GOVERNMENT have executed duplicate
counterparts to effectuate this agreement.
AFA-AFA_VoITIP Page 5 of 8 Revised 02/02/2009
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
THE STATE OF TEXAS
Executed for the Executive Director and approved for the Texas Transportation Commission for the
purpose and effect of activating and/or carrying out the orders, established policies or work programs
)i heretofore approved nd autho ' ed by the Texas Transportation Commission.
By 1-• (5 , Date
(:, Robert B. Daigh PE
1-w District Engineer
THE LOCAL GOVERNMENT
Name of th Local Government City of Round Rock
Ai
By \ell /1.----- Date 5.14,.fft
Typed or Printed Name and Title klateN 00% 41(ht/V
M.P.yeAc-
AFA-AFA VolTiP Page 6 of 8 Revised 02/02/2009
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
ATTACHMENT A
Payment Provision
The State will pay a fixed amount of $10,000,000 towards the cost of construction bid items for the
widening of FM 1460 from a 2 -lane roadway to a 4 -lane facility. The Local Govemment will pay the
balance of the construction bid item costs for the Project. The Local Government's estimated cost of
this additional work is $9,000,000, for the construction bid items. The State has estimated the project
to be as follows:
Description
Total
Estimate Cost
State
Participation
Local
Participation
%
Cost
%
Cost
t• V (
i
•
*4
),4 r4
Construction of the
widening of a 2 -lane
roadway to a 4 -lane
facility
$19,000,000
Fixed
$10,000,000
$9,000,000
.Subttital•
19,000,000,
10,000,000
,
$9,000,000
,••••.<.,. ,,, .-
Direct State Costs
(including plan review,
inspection and
oversight)
$0
0%
$0
0%
$0
Indirect State Costs
(no local participation
required except for
service projects)
$0
0%
$0
0%
$0
TOTAL
$19,000,000
$10,000,000
$9,000,000
Direct or indirect Costs will not be charged.
Local Government's Participation = 19,00(1,00Q
It is further understood that the State will include only those items for the improvements as requested
and required by the Local Govemment. This is an estimate only; final participation amounts will be
based on actual charges to the project.
AFA-AFA_VoITIP Page 7 of 8 Revised 02/0212009
Work Responsibilities
Environmental Requirements
CSJ #2211-02-021
District # 14 -Austin
Code Chart 64 #36750
FM 1460: from Old Settlers to
University Blvd.
CFDA # 20.205
A. The State shall prepare the appropriate environmental documentation and secure
environmental clearance for the Project.
B. To the extent required to complete the Project, the State will be responsible for the
mitigation and remediatlon of any environmental problems associated with the
development of the Project.
Engineering Services
A. The Local Government shall prepare or cause to be prepared the engineering plans,
specifications, and estimates (PS&E) necessary for the development of the Project.
The PS&E shall be prepared in accordance with all applicable laws, policies and
regulations, deemed necessary by the State.
B. The engineering plans shall be developed in accordance with the Texas Department of
Transportation Roadway Design Manual, the current edition of the Standard
Specifications for Construction and Maintenance of Highways, Streets, and Bridges and
the Texas Accessibility Standards.
C. The Local Govemment shall submit a copy of the redlined plans provided by the State
with all applicable plan submittals to indicate that QC/QA was undertaken.
D. The Local Government shall submit the completed PS&E to the State for review and
approval five months prior to the State's anticipated bid opening date.
Construction Responsibilities
A. The State shall advertise for construction bids, issue bid proposals, receive and
tabulate the bids and award and administer the contract for construction of the Project.
Administration of the contract includes the responsibility for construction engineering
and for issuance of any change orders, supplemental agreements, amendments, or
additional work orders, which may become necessary subsequent to the award of the
construction contract.
B. The State will use its approved contract letting and award procedures to let and award
the construction contract.
C. The Local Government will retain a consultant engineer for construction phase services.
Those services entail shop drawing review, preparation of any re -design, altemative
design or additional design details needed during construction. The consultant
engineer will also be available to respond to questions relating to the plans.
AFA-AFA_VoITIP Page 8 of 8 Revised 02/02/2009
CC. -IC R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
-Queil-Malley-Brive Ast-JANPariLl>iive.„ Old Settlers Settlers Boulevard
82.50%
Includes:
Attachment "A"
Summary Estimate
Labor Estimate
Materials Estimate
Vouchers Estimate (if applicable)
Plan Drawings
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
Contractors Expense
Vouchers
Materials
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
-Quail-Valley-1)04e ke-JOIA V \{ Tiff IL 1)0.4V()
Old Settlers Boulevard
82.50%
Attachment "A"
Summary Estimate
Sub Total
Indirect Overhead
Total Charged to Project
Salvage Material
Net Estimated Cost
Less Betterment
Estimated Cost
OED Tax Expense
Franchise Fee
Estimated Cost Of Project
84,637.35
10,900.00
96,436.91
191,974.26
57,592.28
82.50%
249,566.54
0.00
249,566.54
0.00
249,566.54
35,019.18
11,385.43
244,178.19
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
•Quailaialley-Dsivw- Ace
Old Settlers Boulevard
82.50%
Attachment "A"
Labor Estimate
Work Unit
Description
EsUmated
Quantity
Estimated
Cost Per Unit
Estimated
Cost
UT6170I
Terminate, Secondary/Service Single Phase, Set Screw Connector
Through 500Mcm. Includes: Preparing Cable Ends, Connection,
Install Mole Bodies As Required, Sleeves, And Tags/Tagging. Unit
Of Measure = Per Connection.
1
$ 6.30
$ 6.30
TS50501
Disconnect/Reconnect Pad Mount Equipment, Single Phase Or
Three Phase. Includes: Unbolting Connectors From Old
Equipment And Rebolting Connectors On New Equipment. Unit Of
Measure = Each Connection.
1
$ 8.12
$ 8.12
SL8140I
Fuse Assembly For Luminaire. Includes: Fuse, Housing, And
Connections. Unit Of Measure = Each.
1
$ 8.96
$ 8.96
CB20301
Secondary Or Service Cable, Through 4/0, Through 4 Conductors,
In Conduit. Includes: Set Up/Breakdown, Pulling Cable,
Maintaining Moisture Seal At Cable Ends, Tagging, And Cleanup.
Unit Of Measure = Per Foot.
10
$ 1.41
$ 14.10
CB2000I
Primary Cable, Single Phase. Includes: Set Up/Breakdown, Pulling
Cable In/Out Of Conduit, Maintaining Moisture Seal At Cable
Ends, And Cleanup. Unit Of Measure = Per Foot.
32
$ 0.87
$ 27.84
CV30151
Trench, Chunk Rock Through 36"" Depth And Through 12"
Width. Includes: Locates, Excavation Including Any Hand Digging
, Backfilling, Normal Compaction, And Cleanup. Unit Of Measure =
Per Linear Foot.
10
$ 3.08
$ 30.80
0H40601
Bracket, Standoff (1 Or 2 Single Phase, Or 1 Or 2 Two Phase),
Fiberglass. Includes: Drilling Pole, Bracket And Mounting
Hardware. Unit Of Measure = Each.
2
$ 23.98
$ 47.96
MS7160I
Wildlife Protection. Applies Only To Installation On Existing
Equipment. Includes: Protector. Unit Of Measure = Each.
5
$ 9.88
$ 49.40
CV3170I
Conduit, 20" Stalk, Through 3", Pvc. Includes: Conduit In Trench,
Couplings, Bends, Glue, Placement Of Marker Balls As Required,
And Pull Tape. Unit Of Measure = Per Foot.
59
$ 0.89
$ 52.51
MS7110I
Pothole - Hand Dig. Includes: Locates, Dig Hole, Disposal Of
Spoil. Applies To Bores Only, Any Exception Requires Prior
Approval By Company. Up To 24" Diameter Up To 72" Depth, If
Deeper Apply Appropriate Extra Depth Unit. Unit Of Measure =
Each.
1
$ 59.96
$ 59.96
CV3150I
Pedestal. Includes: Excavation, Trimming Conduit, Pedestal,
Pedestal Protection Device If Required, Backfill, Compaction, Set
To Final Grade, Secure Enclosure, FLN Plate, And Cleanup. Unit
Of Measure = Each.
1
$ 71.01
$ 71.01
OH4040R
Crossarm Wood/Fiberglass, Up To 10", Double. Includes: Drilling
Pole, Crossarm, Braces And Mounting Hardware. Excludes Pins,
Insulators, Deadends. Unit Of Measure = Each.
1
$ 73.76
$ 73.76
Page Number 3
Work Unit
Description
Estimated
Quantity
Estimated
Cost Per Unit
Estimated
Cost
UT60701
Fault Indicator, Three Phase/Single Phase. Includes: Current
Sensors, Conductor, And Remote Indicator. Unit Of Measure = Per
Set.
2
$ 41.18
$ 82.36
CB20021
Setup Ug For Pulling Cable Thru 4/0 Primary: Includes Set Up
Truck, Any Necessary Rigging, Tailboard, Personal Protective
Equipment, Preparing Cable To Pull, Breakdown, And Cleanup
After Pull. Used On Projects With 300" Or Less Of Cable
(Excludes S
1
$ 85.41
$ 85.41
CB203OR
Secondary Or Service Cable, Through 4/0, Through 4 Conductors,
In Conduit. Includes: Set Up/Breakdown, Pulling Cable,
Maintaining Moisture Seal At Cable Ends, Tagging, And Cleanup.
Unit Of Measure = Per Foot.
123
$ 0.70
$ 86.10
0H4102R
Insulator, Double Pin, All Voltages Primary. Includes: Insulator,
Pin, Drilling If Required, Hardware, And Securing Conductor To
Insulator. Unit Of Measure = Each.
3
$ 31.54
$ 94.62
UT6100I
Straight Splice, Primary, Through 4/0. Includes: Setup/Breakdown,
Cable Preparation, Lug, Pre -Molded Splice, Tags/Tagging,
Ground, And Cleanup. Unit Of Measure = Each.
1
$ 99.28
$ 99.28
SV9000R
Oh Service, Duplex Or Triplex, Any Size, Any Length. Includes:
Setup/Breakdown, Any Necessary Cover, Service, Decadents),
Hardware, Connections On Both Ends, Sag, Voltage Test, And
Cleanup. (Removal Includes Open Wire Or Bundled.) Excludes
Field Assembl
1
$ 109.29
$ 109.29
SL802OR
Street Light Complete, Embedded, Locates, Machine Dig With
Auger. Includes: Setup/Breakdown, Dig Hole, Pole, Arm If
Required, Pole Preparation, Conductor, Backfill, Cleanup,FLN
Plate, And Disposition Of Spoil. Unit Of Measure = Each.
1
$ 112.34
$ 112.34
CB20031
Primary Cable For Pole Riser, Single Phase. Includes: Set
Up/Breakdown, Installing Pull Rope, Pulling Cable In/Out Of
Conduit, Maintaining Moisture Seal At Cable Ends, And Cleanup.
Unit Of Measure = Per Riser.
1
$ 112.36
$ 112.36
SL80001
Streetlight, Arm/Head Assembly On Standard Or Wood Pole
Through 6". Includes: Setup/Breakdown, Arm, Head, Photocell,
Wiring/Fuse, Connections, Ground, Associated Mounting
Hardware And Test. Unit Of Measure = Each.
1
$ 114.47
$ 114.47
CB2000R
Primary Cable, Single Phase. Includes: Set Up/Breakdown, Pulling
Cable In/Out Of Conduit, Maintaining Moisture Seal At Cable
Ends, And Cleanup. Unit Of Measure = Per Foot.
205
$ 0.64
$ 131.20
UT603OR
Pole Riser, Through 3". Includes: Setup/Breakdown, Hardware,
Conduit W/Pull String And Brackets As Needed. Unit Of Measure
= Each.
1
$ 131.07
$ 131.07
0H4380R
Down Guy Or Pole To Pole Guy, Any Size, All Lengths. Includes:
Pole And Anchor Attachment Hardware, Guy, Ground/Guy
Insulator As Required, Guy Tension, And Guy Guard. Unit Of
Measure = Each.
4
$ 33.34
$ 133.36
0H43301
Transformer, Single Phase, 50Kva And Below, Or Individual
Capacitor Unit On Pole Or Platform. Includes: Transformer
Leads/Jumpers As Required, Connections, Wildlife Protection
And Verify Voltage. Excludes Brackets. Unit Of Measure = Each.
1
$ 135.12
$ 135.12
0H4095R
Dead -End Conductor, Floating. Includes: Insulators), Deadends,
And Sag. Unit Of Measure = Each.
3
$ 46.26
$ 138.78
SL80201
Street Light Complete, Embedded, Locates, Machine Dig With
Auger. Includes: Setup/Breakdown, Dig Hole, Pole, Arm If
Required, Pole Preparation, Conductor, Backfill, Cleanup, FLN
Plate, And Disposition Of Spoil. Unit Of Measure = Each.
1
$ 143.20
$ 143.20
0H4330R
Transformer, Single Phase, 50Kva And Below, Or Individual
Capacitor Unit On Pole Or Platform. Includes: Transformer
Leads/Jumpers As Required, Connections, Wildlife Protection
And Verify Voltage. Excludes Brackets. Unit Of Measure = Each.
2
$ 77.22
$ 154.44
SL8170I
Attachment, Pole, Street Light. Install Pole Band On Steel Pole.
Unit Of Measure = Each.
4
$ 42.93
$ 171.72
MS716OR
Wildlife Protection. Applies Only To Installation On Existing
Equipment. Includes: Protector. Unit Of Measure = Each.
18
$ 9.88
$ 177.84
Page Number 4
Work Unit
Description
Estimated
Quantity.
EsUmated
Coat Per Unit
Estimated
Cost
UT60301
Pole Riser, Through 3"". Includes: Setup/Breakdown, Hardware,
Conduit W/Pull String And Brackets As Needed. Unit Of Measure
= Each.
1
$ 179.62
$ 179.62
SL8000R
Streetlight, Arm/Head Assembly On Standard Or Wood Pole
Through 6". Includes: Setup/Breakdown, Arm, Head, Photocell,
Wiring/Fuse, Connections, Ground, Associated Mounting
Hardware And Test. Unit Of Measure = Each.
3
$ 68.00
$ 204.00
MS70801
Extra Depth - Pole/ Anchor, Machine Dig Rock Auger. Includes:
Dig Hole, Disposal Of Spoil. Unit Of Measure = Per Foot.
7
$ 29.44
$ 206.08
CV30601
Excess Spoil, Load And Disposition. Includes: Loading Of Spoil
And Hauling Spoil Offsite. One Load Is Up To Six Yards. This Unit
Will Apply Only When Prior Written Approval is Obtained From
Company. Does Not Apply To Pole Set. Unit Of Measure = Load.
1
$ 208.24
$ 208.24
CV30701
Equipment Hauling. Includes: Loading, Transporting, And
Unloading Trencher, Backhoe, Trackhoe, Or Rock Saw. (This Unit
Does Not Apply To Service Work.) Unit Of Measure = One Per
Project.
1
$ 221.07
$ 221.07
OH408OR
Dead -End Conductor, Primary, Larger Than 4/0 Wire. Includes:
Insulator And/Or Dead -End, Hardware, And Sagging. Unit Of
Measure = Per Conductor.
6
$ 39.68
$ 238.08
0H41101
Cutout. Fused Or Solid Blade. Includes: Mount Cutout On Bracket
As Required, Drill Hole"s) As Required, Hardware, Cutout, And/Or
Bracket, Fuse, Jumpers) And Connection"s). Unit Of Measure =
Each.
5
$ 50.92
$ 254.60
0H41211
In-LinelUnderslung Disconnect. Includes: Assemble Disconnect
And Deadends, Install Disconnect And Deadends, Temporary
Jumper, Sag (As Required), Jumpers And Connections. Unit Of
Measure = Set Of Three.
1
$ 272.62
$ 272.62
0H4121R
ln-Line/Underslung Disconnect. Includes: Assemble Disconnect
And Deadends, Install Disconnect And Deadends, Temporary
Jumper, Sag (As Required), Jumpers And Connections. Unit Of
Measure = Set Of Three.
1
$ 272.62
$ 272.62
OH411OR
Cutout. Fused Or Solid Blade. Includes: Mount Cutout On Bracket
As Required, Drill Hole"s) As Required, Hardware, Cutout, And/Or
Bracket, Fuse, Jumper"s) And Connection"s). Unit Of Measure =
Each.
6
$ 47.40
$ 284.40
UT6000I
Terminate, Primary Cable Pole Riser, Single Phase, Through 4/0,
Includes: Hardware, Bracket, Grip, Terminator, Terminal Lug,
Grounds, Jumper, Lightning Arrestor, Sealing Compound,
Connections, Wildlife Protection, And Tags/Tagging. Unit Of
Measure = Ea
1
$ 296.13
$ 296.13
PS101OR
Pole, Wood, 50" Through 60", Machine Dig With Auger. Includes:
Haul Pole, Locates, Setup/Teardown, Dig Hole, Grounding/Guard
As Required, Locates, Set Pole, Backfill, Tamp Or Foam As
Required, Pole Plate, Fin, Driven Ground (Removal Only),
Cleanup, And H
1
$ 353.10
$ 353.10
CV3130I
Pull Box, Primary, Single Phase. Includes: Excavation, Providing
And Installing Pea Gravel Base, Connecting Conduit, Ground Rod,
Backfill, Compaction, Set To Final Grade, Secure Enclosure, FLN
Plate, And Cleanup. Unit Of Measure = Each.
1
$ 384.44
§ 384.44
0H4030R
Crossarm, Wood/Fiberglass, Up To 10", Single. Includes: Drilling
Pole, Crossarm, Braces, And Mounting Hardware. Excludes Pins,
Insulators, Deadends. Unit Of Measure = Each.
13
$ 29.84
$ 387.92
0H4090R
Dead -End Conductor. Secondary Or Neutral, Any Size. Includes:
Insulator And/Or Dead -End, Hardware And Sag. Bundled
Conductor Considered One Dead -End. Unit Of Measure = Each.
15
$ 25.97
$ 389.55
0H41951
OH Secondary, Through 4/0, Through 4 Conductors. (Does Not
Include Bare Conductor) Includes: Secondary, Hardware,
Connections On Both Ends, And Voltage Test. Excludes Set Up,
Cover Up, And Field Assembled Secondary. Does Not Include
Transfer. See 0H4
215
$ 1.96
$ 421.40
Page Number 5
Work Unit
Description
Estimated
Quantity
Estimated
Cost Per Unit
EsUmated
Cost
0H4130R
Switch, Loadbreak, Gang Operated or Scadamate. Includes:
Uncrate, Assemble, Mount Switch, Arrestors, Temporary Jumpers,
Grounds, Wildlife Protection, Operate Switch, Adjust As Needed,
And Cleanup. Excludes Permanent Jumpers Unit Of Measure =
Each.
1
$ 443.31
$ 443.31
0H4060R
Bracket, Standoff (1 Or 2 Single Phase, Or 1 Or 2 Two Phase),
Fiberglass. Includes: Drilling Pole, Bracket And Mounting
Hardware. Unit Of Measure = Each.
27
$ 17.14
$ 462.78
0H41701
Arrestor, Distribution. Includes: Arrestor, Wildlife Protection,
Ground, And Mount Bracket When Applicable, Jumpers And
Connection"s). Unit Of Measure = Each.
9
$ 66.83
$ 601.47
0H4070R
Dead -End Conductor, Primary, Through 4/0 Wire. Includes:
Insulator And/Or Dead -End, Hardware, And Sagging. Unit Of
Measure = Per Conductor.
42
$ 15.58
$ 654.36
0H4170R
Arrestor, Distribution. Includes: Arrestor, Wildlife Protection,
Ground, And Mount Bracket When Applicable, Jumpers And
ConnectIon"s). Unit Of Measure = Each.
15
$ 46.29
$ 694.35
0H40301
Crossarm, Wood/Fiberglass, Up To 10", Single. Includes: Drilling
Pole, Crossarm, Braces, And Mounting Hardware. Excludes Pins,
Insulators, Deadends. Unit Of Measure = Each.
20
$ 36.86
$ 737.20
0H4195R
OH Secondary, Through 4/0, Through 4 Conductors. (Does Not
Include Bare Conductor) Includes: Secondary, Hardware,
Connections On Both Ends, And Voltage Test. Excludes Set Up,
Cover Up, And Field Assembled Secondary. Does Not Include
Transfer. See 0H4
653
$ 1.48
$ 966.44
0H41301
Switch, Loadbreak, Gang Operated or Scadamate. Includes:
Uncrate, Assemble, Mount Switch, Arrestors, Temporary Jumpers,
Grounds, Wildlife Protection, Operate Switch, Adjust As Needed,
And Cleanup. Excludes Permanent Jumpers Unit Of Measure =
Each.
1
$ 979.86
$ 979.86
0H40401
Crossarm Wood/Fiberglass, Up To 10", Double. Includes: Drilling
Pole, Crossarm, Braces And Mounting Hardware. Excludes Pins,
Insulators, Deadends. Unit Of Measure = Each.
14
$ 80.76
$ 1,130.64
0H40801
Dead -End Conductor, Primary, Larger Than 4/0 Wire. Includes:
Insulator And/Or Dead -End, Hardware, And Sagging. Unit Of
Measure = Per Conductor.
24
$ 53.68
$ 1,288.32
0H40901
Dead -End Conductor. Secondary Or Neutral, Any Size. Includes:
Insulator And/Or Dead -End, Hardware And Sag. Bundled
Conductor Considered One Dead -End. Unit Of Measure = Each.
25
$ 51.98
$ 1,299.50
0H43801
Down Guy Or Pole To Pole Guy, Any Size, All Lengths. Includes:
Pole And Anchor Attachment Hardware, Guy, Ground/Guy
Insulator As Required, Guy Tension, And Guy Guard. Unit Of
Measure = Each.
25
$ 52.65
$ 1,316.25
CV3240I
Boring, Conventional Or Directional, Chunk Rock Or Rock, Install
2-2", 1-3", 1-4", Or 1-6" Conduit. Includes: Locates, Setup /
Breakdown, Bore/Ream, Install Conduit And Pull String. Excludes:
Pit, Potholes And Collection & Removal Of Slurry. Unit Of
32
$ 44.04
$ 1,409.28
0H4025R
OH Jumper. Includes Primary Or Secondary: Conductor , Any
Necessary Tie , And Connections. Permanent Or Temporary
(Mechanicals) Unit Of Measure = Each.
57
$ 25.95
$ 1,479.15
0H40701
Dead -End Conductor, Primary, Through 4/0 Wire. Includes:
Insulator And/Or Dead -End, Hardware, And Sagging. Unit Of
Measure = Per Conductor.
58
$ 29.45
$ 1,708.10
0H40101
OH Set -Up, New Construction, Large Projects (4 Work Points
Worked Or More) Per Work Point Worked. Includes: Truck Set-
Up/Breakdown, Tailboard, Personal Protective Equipment, Work
Area Protection, Normal Traffic Control And Cleanup. Excludes
Services F
41
$ 49.49
$ 2,029.09
PS10101
Pole, Wood, 50" Through 60", Machine Dig With Auger. Includes:
Haul Pole, Locates, Setup/Teardown, Dig Hole, Grounding/Guard
As Required, Locates, Set Pole, Backfill, Tamp Or Foam As
Required, Pole Plate, Fin, Driven Ground (Removal Only),
Cleanup, And H
5
$ 461.98
$ 2,309.90
MS7000I
Cover -Up. Includes: Placement And Removal Of All Rubber
Blanket(S) And/Or All Rubber Hoses Required Per Work Point.
Unit Of Measure = Each Work Point.
39
$ 63.40
$ 2,472.60
Page Number 6
Work Unit
Description
Estimated
Quantity
Estimated
Cost Per Untt
Estimated
Cost
0H41801
Set Up/Breakdown, Tensioner And Puller. Includes: Tensioner,
Pulling RIg, Grounding, Pull Rope, Conductor Preparation And
Conductor To First Roller. (Any Number Of Conductors) Unit Of
Measure = Each.
4
$ 702.48
$ 2,809.92
OH410OR
Insulator Or Messenger Clamp, All Voltages (Excluding Dead -End
Insulators), Primary Or Secondary. Includes: Insulator, Pin/Rack,
Drilling If Required, Hardware, And Securing Conductor To
Insulator. (This Unit Will Cover Installing Spreaders in RTS on a
143
$ 21.11
$ 3,018.73
0H41001
Insulator Or Messenger Clamp, All Voltages (Excluding Dead -End
Insulators), Primary Or Secondary. Includes: Insulator, Pin/Rack,
Drilling If Required, Hardware, And Securing Conductor To
Insulator. Unit Of Measure = Each.
126
$ 26.38
$ 3,323.88
PS10901
Anchor, Expanding/Plate. Machine Dig. Includes: Load
Anchor/Rod, Locates, Assemble Anchor, Setup/Breakdown, Dig
Hole, Install Anchor WI Rod, Backfill, Tamp, And Cleanup. Unit Of
Measure = Each.
25
$ 164.22
$ 4,105.50
0H40251
OH Jumper. Includes Primary Or Secondary: Conductor, Any
Necessary Tie , And Connections. Permanent Or Temporary
(Mechanicals) Unit Of Measure = Each.
79
$ 57.12
$ 4,512.48
0H4190R
Bare Conductor, Any Size. Includes: Rollers, String, Rope,
Conductor, And Cleanup. Unit Of Measure = Per Foot, Per
Conductor.
27132
$ 0.17
$ 4,612.44
PS1000R
Pole, Wood, Through 45, Machine Dig With Auger. Includes: Haul
Pole, Locates, SetupfTeardown, Dig Hole, Grounding/Guard As
Required, Set Pole, Backfill, Tamp Or Foam As Required, Pole
Plate, Fin, Driven Ground (Removal Only), Cleanup And Haul -Off
Of Spo
37
$ 238.66
$ 8,830.42
PS1000I
Pole, Wood, Through 45", Machine Dig With Auger. Includes: Haul
Pole, Locates, Setup/Teardown, Dig Hole, Grounding/Guard As
Required, Set Pole, Backfill, Tamp Or Foam As Required, Pole
Plate, Fln, Driven Ground (Removal Only), Cleanup And Haul -Off
Of Spo
31
$ 347.93
$ 10,785.83
0H41901
Bare Conductor, Any Size. Includes: Rollers, String, Rope,
Conductor, And Cleanup. Unit Of Measure = Per Foot, Per
Conductor.
26836
$ 0.50
$ 13,418.00
$ 84,637.35
Page Number 7
R
Electric Delivery LLC
ONCOR Project: 3024583
Local Gov. Authority: The City of Round Rock, Texas
District: Round Rock
County: Williamson
ROW CSJ: 2211-02-016
Construction CSJ: 2211-02-013
Highway: FM 1460
From: ISkSioLi yy -(t„it ve.)
To: Old Settlers Boulevard
Eligibility Ratio: 82.50%
Attachment "A"
Materials Estimate
Estimated
Ouanity
Stock item
Description
Estimated
Cost P�r Unit
Estimated
Cost
2
CCPL1STLT
FITTING, CONDUIT, PVC, CPLG, SCH 40,
$ 0.19
$ 0.38
1
SLPR28
LABEL, FLN, 6 X 5", FOR NON -WOOD POLES
$ 2.08
$ 2.08
16
SLB6SP
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.15
$ 2.40
25
SLPR28
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.15
$ 3.75
25
SLPR28
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.16
$ 4.00
1
RCC1P10AJ
WIRE, ELEC, BARE, CU, #2, SD, 7 STRD,
$ 4.10
$ 4.10
1
CB1PSTLT
FITTING, CONDUIT, PVC, ELL, SCH 40, 90
$ 4.26
$ 4.26
1
CB24R2PM
FITTING, CONDUIT, PVC, ELL, SCH 40, 90
$ 4.53
$ 4.53
1
DGPRM
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 4.64
$ 4.64
1
AR18
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 4.64
$ 4.64
11
AUREGOO4NC
CABLE, ELEC, 600V, DPX/UG, 1-#4 AL, 60
$ 0.52
$ 5.72
40
SLW301
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.15
$ 6.00
27
CPVCDBSL1
CONDUIT, PVC, SCH 40, 1" X 10', OBE,
$ 0.24
$ 6.48
40
SLW301
WIRE, ELEC, BLDG, CU, THHN, 600V, #12,
$ 0.16
$ 6.40
5
PJ011PM
CABLE, ELEC, 5KV, 1/C-#2, SD,
$ 1.34
$ 6.70
2
SLPR28
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 4.50
$ 9.00
7
RCC1P10AJ
CABLE, ELEC, 5KV, 1/C-#2, SD,
$ 1.34
$ 9.38
15
TL01
CABLE, ELEC, 600V, 1/C-#1/0 AL,19 STRD,
$ 0.63
$ 9.45
1
CCWT
CLEANER, DEGREASER/SOLVENT, WIPES
$ 12.44
$ 12.44
1
SABGOXARM
LOCK, 7/8" BRASS SHACKLE, KEY(61682B),
$ 12.59
$ 12.59
4
AAABZ002
WIRE, ELEC, BARE, AAAC, #2, 7 STRD,
$ 3.44
$ 13.76
3
AD18L
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 5.68
$ 17.04
30
UZC72
CONDUIT, PVC, SCH 80, 2" X 10', OBE,
$ 0.74
$ 22.20
32
CPVCDB280
CONDUIT, PVC, SCH 80, 2" X 10', OBE,
$ 0.74
$ 23.68
1
RC1P10AJ
GRIP, CABLE, 2" CONDUIT, 1.25 TO 1.49"
$ 27.87
$ 27.87
1
SPTABM
BRACKET, MOUNTING, COMBINATION SINGLE
$ 33.75
$ 33.75
1
LFAS415
HOLDER, FUSE, 600V, 30A, FOR #3 OR #4 AL
$ 33.90
$ 33.90
6
AD18ABSW
WIRE, ELEC, BARE, CU, #6, SD, SOLID,
$ 5.68
$ 34.08
1
PSS4510
CONNECTOR, 25KV, SPLICE, #1/0 AL 260 MIL
$ 39.94
$ 39.94
2
PBBOLT
BRACKET, ALL PURPOSE, FOR BANDING
$ 21.11
$ 42.22
3
SLSSC3
CONNECTOR, UG MOLE, 3 TAP, SNGL SET
$ 15.60
$ 46.80
1
SLPR28
FOAM, POLE STRAIGHTENING, POLYURETHANE,
$ 51.27
$ 51.27
1
AR18
ARRESTER, SURGE, RISER POLE, POLYMER,
$ 57.98
$ 57.98
1
SLB6SP
BRACKET, ST LT, 6', GALV 2" STEEL PIPE,
$ 62.31
$ 62.31
32
NWP.CONTR
PLATE, AL, 6 X 5 X 0.018", FLN, W/4
$ 2.11
$ 67.52
1
LC100H21
LUMINAIRE, ST LT, COBRA, 100W, HPS,
$ 72.03
$ 72.03
1
SLSCB
BOX, SECONDARY CONN, NON -CONCRETE, W/O
$ 76.12
$ 76.12
1
DC25300
SWITCH, DISCONNECT, OPEN TYPE CUTOUT,
$ 77.19
$ 77.19
1
TOS010AM
TERMINATOR, CABLE, 25KV, OUTDOOR, #2 AL
$ 77.48
$ 77.48
32
ARAAZ002
WIRE, ELEC, BARE, ACSR, #2, 7/1 STRD,
$ 2.52
$ 80.64
Page Number 8
Estimated
Quanfty
Stock Item
Description
Estimated
Cost Per Unit
Estimated
Cost
1
FT25100
CUTOUT, FUSE, OPEN, DO, 25KV, 100A,
$ 87.09
$ 87.09
2
BSSF
BRACKET, INSUUCO/ARREST, STANDOFF,
$ 52.13
$ 104.26
39
AUBQN010C
CABLE, ELEC, 25KV, 1C-#1/0 AL, STR FILL,
$ 2.73
$ 106.47
40
RC1P10AJ
CABLE, ELEC, 25KV, 1C-#1/0 AL, STR FILL,
$ 2.77
$ 110.80
15
PLT750AL
CONNECTOR, TERM, LUG, COMPN, AL, 2 HOLE
$ 8.54
$ 128.10
3
PWC7956
CONNECTOR, WEDGE, IMPACT, AL ALY BODY,
$ 46.30
$ 138.90
1
FI.IS
INDICATOR, CBL FAULT, 450A.1PH.#2-#350,
$ 148.44
$ 14844
3
AD18L
ARRESTER, SURGE, DIST, POLYMER,
$ 59.99
$ 179.97
3
FL25100
CUTOUT, FUSE, OPEN, DO, 25KV, 100A,
$ 70.76
$ 212.28
237
ALPEB002
CABLE, ELEC, 600V, TPX/OH, 2-#2, AAC,
$ 0.92
$ 218.04
89
ARAAZOO2N
WIRE, ELEC, BARE, ACSR, #2, 7/1 STRD,
$ 2.52
$ 224.28
4
PBBOLT
POLE BANDING WITH RETAINER, 5/8"
$ 67.66
$ 270.64
2
CDHH104B
CROSSARM, 10' X 4-3/4 X 5-3/4", DIST,
$ 136.16
$ 272.32
10
GS716
INSULATOR, GUY STRAIN, FIBERGLASS ROD,
$ 28.65
$ 286.50
12
300008T
CONNECTOR, CLAMP, HOTLINE, MAIN -4/0 TO
$ 26.27
$ 315.24
15
GS516
INSULATOR, GUY STRAIN, 36", FIBERGLASS
$ 21.09
$ 316.35
6
AD18ABSW
ARRESTER, SURGE, DIST, POLYMER,
$ 59.99
$ 359.94
8
AE300
ROD, ANCHOR, TRIPLEYE, 1" X 10', THD,
$ 53.20
$ 425.60
8
CDSH
CROSSARM, 8' X 3-1/2 X 4-1/2", DIST,
$ 53.90
$ 431.20
8
AE300
PLATE, ANCHOR, EXPANDING, 12" HOLE,
$ 66.12
$ 528.96
17
AE200
ANCHOR, PLATE, 10 IN BASE DIA, 8 WAY
$ 37.04
$ 629.68
21
PDES795
CLAMP, STRAIN, DEADEND, STRAIGHT, SIDE
$ 32.28
$ 677.88
1
BPSP1
VAULT, CABLE PULL, 1PH, NON -CONCRETE,
$ 740.74
$ 740.74
1
SLPR28
STANDARD, ST LT, 25', MH, GALV STL, RND,
$ 873.56
$ 873.56
36
PDES795M
CLAMP, STRAIN, DEADEND, STRAIGHT, SIDE
$ 26.59
$ 957.24
3
DI25900SET
SWITCH, DISCONNECT, LINE TENSION,
$ 328.02
$ 984.06
17
AE200
ROD, ANCHOR, TWINEYE, 1 IN X 9 FT,
$ 58.76
$ 998.92
20
CSSH
CROSSARM, 8' X 3-1/2 X 4-1/2", DIST,
$ 53.90
$ 1,078.00
1
PW0603
POLE, WOOD, TRANS, 60', CL 3, SOUTHERN
$ 1,381.59
$ 1,381.59
2
PW0403
POLE, WOOD, DIST, 40', CL 3, TUE SPEC
$ 733.26
$ 1,466.52
449
AAABZ002N
WIRE, ELEC, BARE, AAAC, #2, 7 STRD,
$ 3.46
$ 1,553.54
18
CDHH
CROSSARM, 8' X4-3/4 X 5-3/4", DIST,
$ 109.05
$ 1,962.90
52
PWC795795M
CONNECTOR, WEDGE, IMPACT, AL ALY BODY,
$ 43.08
$ 2,240.16
1
SABGOXARM
SWITCH, AIRBREAK, OTDR, 25KV, 900A
$ 3,422.52
$ 3,422.52
4
PW0503
POLE, WOOD, DIST, 50', CL 3, TUE SPEC
$ 882.82
$ 3,531.28
35
BF
FOAM, POLE BACKFILL, POLYURETHANE,
$ 164.73
$ 5,765.55
29
PW0453
POLE, WOOD, DIST, 45', CL 3, TUE SPEC
$ 850.36
$ 24,660.44
15461
ALABZ795
WIRE, ELEC, BARE, AAC, 795 KCMIL,
$ 2.43
$ 37,570.23
$ 96,436.91
Page Number 9
Cc\ R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
14%14- wIte)
Old Settlers Boulevard
82.50%
Attachment "A"
Voucher Estimate
Description
Quantity
Unit
Estimated
Cost Per Unit
Estimated
Total Cost
Tree Trimming
8
hours
$ 100.00
$ 800.00
Contractor ROW Assistance ($oo
per day, rounded)
1.5
days
$ 600.00
$ 900.00
Surveying (2 man crew @ $100/hour -
estimate)
44
hours
$ 100.00
$ 4,400.00
Corn Crop Damage
1
lot
$ 4,800.00
$ 4,800.00
$ 10,900.00
C R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
Actual Cost
X Method of
Accounting
Lump Sum
Method of
Accounting
Alternative
Method of
Accounting
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
Quai4-Yel4ey-Dr4ve Pc4dAry14‘irle,triV6
Old Settlers Boulevard
82.50%
14.....•••••••/'
Attachment "B"
Utility Accounting Method
The "Actual Cost Method of Accounting" should be designated on Attachment
"B" when the utility accumulates costs under a work order accounting
procedure prescribed by a Federal or State regulatory body; and the utility
proposes to request reimbursement for actual direct and related indirect
costs.
The "Lump Sum Method of Accounting" should be designated on Attachment
"B" when the utility proposes to request reimbursement based on an agreed
lump sum amount supported by a detailed cost analysis.
The "Alternative Method of Accounting" should be designated on Attachment
"B" when the utility accumulates costs under an accounting procedure
developed by the utility and approved by the State; and, the utility proposes to
request reimbursement for actual direct and indirect costs; and the utility owner
is a MUNICIPALITY.
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
—Quell-Melley-Brtre ry Park- tDyik
Old Settlers Boulevard
82.50%
Attachment "C"
Utility Schedule of Work and Estimated Date of Completion
Estimated
Start Date*
Estimated
Number of
Days
For
Completion
Estimated
Completion
Date**
July 27, 2009
20 working days
Does not include weekends
Does not include holidays
August 21, 2009
* Start date is based on receipt of signed TXDOT contract. The project will be released to construction as
soon as the signed documents have been received.
** Completion date is for construction phase only. This period does not include time allotment to capture
trailing charges needed for project invoicing. Removal of existing poles In the new road ROW Is contingent
on all foreign pole contracts being removed in an expeditious manner.
Cc• --15)R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
-Quail-Mailey-Ofive 1%.:10(A ry Par lc t;r we)
Old Settlers Boulevard
82.50%
4..........._...-0-.
Attachment "D"
Statement Covering Contract Work
(TXDOT Utility Manual: Chapter 7, Section 3, Page 9)
(Attach TXDOT Right -of -Way Form - ROW -U-48 Here)
The City of Round Rock, Texas
Form ROW -U48 (Williamson)
Rev. 1/2008
STATEMENT COVERING UTILITY CONSTRUCTION CONTRACT WORK
(AS APPEARING IN ESTIMATE)
County : Williamson
Federal Project No.: n/a
ROW CSJ No. : 2211-02016
Highway Project Letting Date : 08/2009
Highway : FM 1460
From : Qu3i1 V3IIeDFiveiSselviAry -RI v14 VrivC.,
To : Old Settlers Boulevard
I, John C. Soward, a duly authorized and qualified representative of Oncor Electric Delivery LLC, hereinafter
referred to as Owner, am fully cognizant of the facts and make the following statements in respect to work which
will or may be done on a contract basis as appears in the estimate to which this statement is attached.
It is more economical and/or expedient for Owner to contract this adjustment, or Owner is not adequately staffed
or equipped to perform the necessary work on this project with its own forces to the extent as indicate on the
estimate.
Procedure to be Used in Contracting Work
El A. Solicitation for bids is to be accomplished through open advertising and contract is to be awarded to the
lowest qualified bidder who submits a proposal in conformity with the requirements and specifications
for the work to be performed.
111 B. Solicitation for bids is to be accomplished by circulating to a list of pre -qualified contractors or known
qualified contractors and such contract is to be awarded to the lowest qualified bidder who submits a
proposal in conformity with the requirements and specifications for the work to be performed. Such
presently known contractors are listed below:
1.
2.
3.
4.
5.
� C. The work is to be performed under an existing continuing contract under which certain work is regularly
performed for Owner and under which the lowest available costs are developed. (If only part of the
contract work is to be done under an existing contract, give detailed information by attachment hereto.)
El D. The utility proposes to contract outside the foregoing requirements and therefore evidence in support of
its proposal is attached to the estimate in order to obtain the concurrence of the State, and the Federal
Highway Administration Division Engineer where applicable, prior to taking action thereon (approval of
the agreement shall be considered as approval of such proposal).
ID E. The utility plans and specifications, with the consent of the State, will be included in the construction
contract awarded by the State.
Signature Job C. Soward Date
Director of Distribution Engineering
Title
Cc -19)R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
-9tieil-Val49y-D;We. i\SLAil,ry R\ WIZ-, 1 -,VIVO it.'-‘'........
Old Settlers Boulevard
82.50%
Attachment "E"
Utility Joint Use Acknowledgment
(Attach TXDOT Right -of -Way Form - ROW-U-JUA A - REIMBURSABLE - Here)
Form ROW-U-JUAA
The City of Round Rock. Texas
Rev. 1/2008
Page 1 of 2
UTILITY JOINT USE ACKNOWLEDGEMENT
REIMBURSABLE UTILITY ADJUSTMENT
U -Number: 12959
Local Government : City of Round Rock, Texas
Federal Project No. : n/a
ROW CSJ : 2211-02-016
Highway Project Letting Date : 08/2009
Highway : FM 1460
From : -Quall-Veffey-Bfive k14Yy Tit
To : Old Settlers Boulevard
WHEREAS, the State of Texas ("State"), acting by the authority granted in Texas Transportation Code, Sec.
222.104 authorizes the City of Round Rock, Texas ("Local Government"), to make certain highway
improvements on that section of the above -indicated highway; and
WHEREAS, Oncor Electric Delivery LLC, ("Utility"), proposes to adjust or relocate certain of its facilities, if
applicable, and retain title to any property rights it may have one, along or across, and within or over such limits of
the highway right of way as indicated by the location map attached hereto.
NOW, THEREFORE, in consideration of the covenants and acknowledgements herein contained, the parties
mutually agree as follows:
It is agreed that joint usage for both highway and utility purposes will be made of the area within the highway right
of way limits as such area is defined and to the extent indicated on the aforementioned plans or sketches.
Nothing in this Acknowledgement shall serve to modify or extinguish any compensable property interest vested in
the Utility within the above described area. If the facilities shown in the aforementioned plans need to be altered
or modified or new facilities constructed, Utility agrees to notify Local Government at least 30 days prior thereto,
and to furnish necessary plans showing location and type of construction, unless and emergency situation occurs
and immediate action is required. If an emergency situation occurs and immediate action is required, Utility
agrees to notify Local Government promptly. If such alteration, modification or new construction is in conflict
with the current highway or planned future highway improvements, or could endanger the traveling public using
said highway, Local Government shall have the right, after receipt of such notice, to prescribe such regulations
as necessary for the protection of the highway facility and the traveling public using said highway. Such
regulations shall not extend, however, to requiring the placement of intended overhead lines underground or the
routing of any lines outside of the area of joint usage above described.
If Utility's facilities are located along a controlled access highway, Utility agrees that ingress and egress for
servicing the installation will be limited to frontage roads where provided, nearby or adjacent public roads or
streets, or trails along or near the highway right of way lines which only connect to an intersecting road. Entry
may be made to the outer portion of the highway right of way from any one or all access points. Where supports,
manholes or other appurtenances of the Utility's facilities are located in medians or interchange areas, access
from the through -traffic roadways or ramps will be allowed by permit issued by the State to the Utility setting forth
the conditions for policing and other controls to protect highway users. In an emergency situation, if the means of
access or service operations as herein provided will not permit emergency repairs as required for the safety and
welfare of the public, the Utility shall have a temporary right of access to and from the through -traffic roadways
and ramps as necessary to accomplish the required repairs, provided that Local Government is notified
immediately when such repairs are initiated and adequate provision is made by Utility for convenience and safety
of highway traffic. Except as expressly provided herein, the Utility's rights of access to the through -traffic
roadways and/or ramps shall be subject to the same rules and regulations as apply to the general public.
If Utility's facilities are located along a non -controlled access highway, the Utility's rights of ingress and egress
to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general
public.
Form ROW-U-JUAA
Rev. 1/2008
Page 2 of 2
Participation in actual costs incurred by the Utility for any future adjustment, removal or relocation of utility
facilities required by highway construction shall be in accordance with applicable laws of the State of Texas.
Utility will, by written notice, advise Local Government of the beginning and completion dates of the
adjustment, removal, or relocation, and, thereafter, agrees to perform such work diligently, and to conclude
said adjustment, removal, or relocation by the stated completion date. The completion date shall be
extended for delays caused by events outside Utility's control, including an event of Force Majeure, which
shall include a strike, war or act of war (whether an actual declaration of war is made or not), insurrection,
riot, act of public enemy, accident, fire flood or other act of God, sabotage, or other events, interference by
the Local Government or any other party with Utility's ability to proceed with the relocation, or any other
event in which Utility has exercised all due care in the prevention thereof so that the causes or other
events are beyond the control and without the fault or negligence of Utility.
It is expressly understood that Utility conducts new installation, adjustment, removal, and/or relocation at
its own risk, and that Local Government makes no warranties or representations regarding the existence
or location of within its right of way.
Upon completion and final acceptance of all proposed improvements to the above indicated highway by the
Texas Department of Transportation, ("TXDOT"), the Local Government will summarily convey title to all
the improvements and right of way acquired within the boundaries of said highway into the State of Texas.
With this conveyance, all rights, responsibilities, and obligation resting with the Local Government under
this agreement will automatically and concurrently be assigned and assumed by the State acting through
TXDOT, without the necessity of further assignment documentation executed by the Local Government or
the State, nor the prior consent of the Utility.
The Utility and the Local Government,
right that they may have under the law.
The signatories to this Acknowledgement
on behalf of the party represented.
by execution of this Acknowledgement, do not waive or relinquish any
warrant that each has the authority to enter into this Acknowledgement
IN WITNESS WHEREOF, the parties hereto have affixed their signatures.
UTILITY
Utility:
By:
Oncor Electric Delivery LLC
Na e of Utility
Authorized nature
John C. Soward
Print or Type Name
Title: _Director of Distribution Engineering
Date:
EXECUTION RECOMMENDED:
THE CITY OF ROUND ROCK, TEXAS
Executed and approved for the purpose and
effect of activating and/or carrying out the orders,
established policies or work programs heretofore
approved and authorized by the City of Round
Rock, Texas.
By:
Title:
MAk/IF-.
Date: ILAL-y 23, zuvet
IsCcNIC R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
Federal
Utility
Procedure
(FUP)
State Utility
Procedure
(SUP)
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
ke-iviAvy "PA*, bilg.0
Old Settlers Boulevard
82.50%
Attachment "F"
Eligibility Ratio
All utility adjustments are eligible for reimbursement by State law for Interstate
projects. The necessity for, and justification of, Interstate adjustments
depends on whether the existing facilities need to be adjusted to accommodate
the highway and are in the best interests of the public.
Utility adjustments on Federal -aid (non -interstate), Off -System, State, and FM
highway projects require a determination of eligibility. The justification for
cost participation depends on whether the existing facilities have real or
compensable property rights, in addition to the need to be adjusted to
accommodate the highway and are in the best interests of the public. In
situations where eligibility is less than 100%, TXDOT ROW Division approval of
the eligibility ratio will be required.
(TXDOT Utility Manual: Chapter 8, Section 2)
(Attach Eligibility Ratio Calculation Support Documents Here)
(If the necessity arises to prove the utility's property interest,
attach the appropriate affidavits or TXDOT form "ROW -U-84" here)
R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013 4_,........—. -
FM 1460
.Quail-Velley-Brive Nslokkey pc‘ vu, 131e1V-.4
Old Settlers Boulevard
82.50%
Attachment "F"
Eligibility Ratio Calculation Formula
Total poles in Private Easement 33
(=) (=)
Total poles in Public ROW & Private 40 82.50%
(TXDOT Utility Manual: Chapter 8, Section 2)
(Attach Eligibility Ratio Calculation Support Documents Here)
(If the necessity arises to prove the utility's property interest,
attach the appropriate affidavits or TXDOT form "ROW -U-84" here)
R
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
Forced
Betterments
Elective
Betterments
No
Betterments
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
tiltreiWal4ey-lative is,61.0kv\i v Diwti
Old Settlers Boulevard
82.50%
Attachment "G"
Betterment Calculation and Estimates
Forced betterments, also known as non -elective betterments, are those
necessitated by transportation project construction. This type is usually a
REIMBURSABLE cost item. These items must be properly documented by
the utility and include: (1) non -stocked items that are uneconomical to
purchase; (2) items to comply with governmental laws and ordinances; (3)
appropriate regulatory commission codes; (4) published, current design
practices regularly followed by the utility in its own work; (5) installment of
replacements of equivalent standard, although not identical; (6) betterments for
which there are direct benefits to, and/or are required for, the transportation
project.
TXDOT cost participation is based on the cost of providing the most
economical replacement facility or restoration of functionally equivalent service
to the facility being replaced.
The costs of elective betterment items are ineligible for TXDOT and Federal
participation. Such elective betterments should be depicted on the plan as part
of the work proposed.
There is no betterment involved in this utility adjustment.
(TXDOT Utility Manual: Chapter 7, Section 2, Page 9)
(Also: Appendix A, Secion 11, Page A-13)
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
-QuaiWalferDrive- kf-joi4 ry PArDve)
Old Settlers Boulevard
82.50%
Attachment "H"
Proof of Property Interest - Non Interstate Highways
X See Attached Easements / Affidavits
(Attach TXDOT Appropriate Right -of -Way Form - Here)
(ROW -U -1A) - Utility Owner
(ROW -U -1B) - Disinterested Party
(ROW -U -1C) - Individual Property Owner
(TXDOT Utility Manual: Chapter 3, Section 4)
TXDOT Policy - TXDOT has acknowledged, through its actions and policies, situations where a compensable
interest is recognized when no official documentation of the property right exists. This compensable interest is
recognized for reimbursement of adjustment cost only; this does not include replacement right of way. While
TXDOT may pay for the initial utility adjustment, future adjustments will be at the expense of the utility. TXDOT
may recognize a compensable interest in the following situations:
2nd Texas Caselaw - May establish additional reimbursement rights including granting
bullet twilit: prescriptive easements.
5th
bullet point:
Utility Company - a utility company may have a compensable interest in its existing facility
although a record easement does not exist, i.e., a prescriptive claim.
Form ROW -U -1A
The City of Round Rock, Texas
Rev. 1/2008
Page 1 of 2
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
AFFIDAVIT
(for Utility Owner)
U -Number: U-12959
§ County : Williamson
§ Federal Project No.: nia
§ ROW CSJ : 2211-02-016
§ Highway No.: FM 1460
§ (To be filled in by State)
BEFORE ME, THE UNDERSIGNED AUTHORITY, on this day personally appeared John C. Soward of Oncor
Electric Delivery LLC, ("Utility") who after being by me duly sworn upon his/her oath deposes and says as
follows:
"I, John C. Soward, am over the age of 18 years and am fully competent to testify to the matters set forth in
this Affidavit. I have personal knowledge of all facts and swear that such facts are true and correct.
1. ,
[legal description of land]
2. ;
[facts indicating affiant's familiarity with subject land, including inspection and surveys]
3. Oncor Electric Delivery Company, LLC is the successor in interest to Dallas Power & Light, Texas
Power & Light, TESCO, and TXU Electric Delivery, and any other previous formation of said companies,
pursuant to the attached easements, and is therefore the holder of all rights, title and interest as Grantee
thereunder.
4. ,
[facts showing use of property]
5. ;
[facts showing nature and state of repair of enclosures or fencing]
6.
[facts showing continuous possession for statutory period].
Further affiant sayeth not."
Signature John C. Soward
Director of Distribution Enaineerinq
Title
Oncor Electric Delivery LLC
Utility
Williamson, Texas
Form ROW -U -1A (Williamson)
Rev. 1/2008
Page 2 of 2
Corporate Acknowledgment
State of Texas
County of Tarrant
This instrument was acknowledged a A., before me on July r , 2009, by John C. Soward, Director of
Distribution Engineering, of Oncor Electric Delivery Company LLC, a Delaware limited liability company,
under the Delaware Limited Liability Company Act, on behalf of said corporation.
CAROLINE RICHARDSON
Not2ry Public. State of Texas
My Commission Expires
APRIL 4, 2010
Notary Public's Signe re
• .Ffpf 4320
eJ0.11(08
THE STATE OF TEXAS
COUNTY OF Williamson
EASEMENT AND RIGHT OF WAY
/i(72 -
P -•7
1725
District: Round Rock
WA/Proj: 370- /4.39/ro7z
Map Ref: 2840-332
2852-332
Easement No.:3700,A)
KNOW ALL MEN BY THESE PRESENTS:
That ,,ghousa B,..11eloon, Jr.. of Travis County, Texas, hereinafter called "Grantor", whether me or core,
for and in consideration of Ten dollars 410.001 to Grantor In hand paid by 'TEXAS FIXER & LIGHT 01PARY, a
division of TECAS =TIES ELECTRIC CCMPANY, a Texas Corporation, P.O. Box 660268, Dallas, TEMS
75266-0268, aevelsft -Iseith hereinafter tamed Grantee/I,
has granted, sold and conveyed and by
mant
mIstices
mull rkertan-way
Walt iiiNeirsi
es -au seal aselais.
. over,
those presents, does grant, sell and oonvey unto said colpv tinn, an
and/or underground electric supply line consisting of variable
or desirable appurtmances, and for counmication lines and
antor's land in the Mos Glasscock Survey, Abstract No. 255, John
Justice Survey, Abstract 356, and Joseph Mott Survey, Abstract 427, Willianson County, Texas, an
particuslareseritech4re=deeckz--Excmx-Ig-tOis-"Alkiet E 1414."
IDEC•
_aosercieled=ita3Eal ae5 F-11,001-Iteconiseashl=
Gamey. Said overhead and/or underground electric supply line shall be located on or across said land as
shohn on EXHIBIT.Awhich is attached hereto and made a part hereof.
Grantee hereby agrees to release to grantor, his heirs, or assignees all rights and privileges associated
with grantees power line right of way to be abandoned as dlown on attached
Ingether with the right of ingress and egress over Grantor's adjacent lands to or from said right of way
for the purpose of constructing, inproving, reconstructing, repairing, inspecting, uaintaining, and
,renoving said line and appurtenances; the right to relocate said line in the sane relative position to any
adjacent road if and as widened in the future; the right to tear down, remove, or prevent the construction
of, for a distance of 14 feet cn each side of the actual center of said line, any and all buildings,
structures or other obstructions whieh, in the sole judgment of the Company, say endanger or interfere with
the efficiency, safety, Or convenient operation of said line and its appurtenances; and the right to trim
or cut dom trees or shrubbery to the extent, in the sole judgment of the caupany, necessary to prevent
possible interference with the operation of said line or to remove possible hazard thereto.
*over which the easement runs
Grantor shall not take changes in the grade, elevation, or contour of the land, or construct term, pools,
lakes, ponds, or other inprovements on the lanewbich will interfere with the exercise by Grantees of the
rights herein granted, unless Grantor shall lave obtained the prior written consent of Grantee.
Grantees shall have the tight to erect poles, guy anchorages, and other faviliries along the course of said
line. Additional poles, guy anchorages, and other for -fifties may be installed widiti easement at the
request of or with the cmsent of grantor, his heirs, or assignees.
its
13 HAVE AND TO MILD the above described easecent and rights unto the said Granteew, *hair successors and
assigns, until all of said lines shall be abandoned.
EXECUTED THIS
/ert day of A.D., 19 gr-
Iht4"114)E. Nelson, Jr.
1141-41
OFFICIAL RECORD3
wilovA0•18014 gourcre -now
„CC)
v o I 1472 P AG[ 10
CERTIFICATE OF ACKNOWLEDGMENT FOR INDIVIDUALS
THE STATE OF TEXAS
County of. TR-Aol I 5
BEFORE ME, the undersigned authority on this day personally 4.ppe,med-1140 MA S NELSON i.
known to me to be the person(s) whose name(s) is (are) subscribed to the foregoing instrument, anti acknowledged to me that
14 E. executed the same for the purposes and consiller‘oi therein ex4.01 .
d •
GIVEN UNDER MY HAND AND SEAL OF OFFICE this tOday
My Commission Expires:
Given under my hand and seal of office
a.r. ao 21.1UB
CERTIFICATE OF ACKNOWLEDGMENT FOR INDIVIDUALS
THESTATEOF TEXAS
Comity of_.........
BEFOREME, the undersigned authority, on this day personally appeared
known to me to be the persona) whose name(s) is (are) subscribed to the foregoing instrument, and acknowledged to me that
executed the same for the purposes and consideration therein expressed.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , A. D. 19
My Commission Expires:
Notary Public County, Texas
CERTIFICATE OF ACKNOWLEDGMENT FOR CORPORATIONS, ASSOCIATIONS,
CHURCHES, SCHOOL DISTRICTS, rm.
THE STATE OF TEXAS
County of
BEFORE ME, the undersigned authority, on this day personally appeared
(Title)
of known to me to be the
person(s) whose name(s) is (are) subscribed to the foregoing instrument, and acknowledged to me the
executed the same as the act and deed of
and as thereof, and for the purposes and consideration therein expressed.
(Title)
GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , A. D. 19
My Commission Expires:
Notary Public County, Texas
1472eA6E •11
vpt1472pa 12
FILED FOR RECORD
Wit 1.1A11`.;T! :MTh TY, TX.
TV JAN 12 AM 9:35
cw
Srtt,
cRif,
STATE OF TEXAS COUNTY Of WILLIAMSON
I hereby certify that this Instrument was RLED
on the date and at the time stamped hereon
by me; arid was duly RECORDED, in the Volume
and Page of the named RECORDS of Williamson
County, Texas, as stamped hereon by me, on
J4N.1 3 1987
744
COUNTY CLERK
WKIJAMSON COUNTY, TEXAS
ielININT AND knit or VAT
0 is trice I Tacaelo
nirrolt
Nap toes
mmmmmm t I..j7/0040r
OwenW. Selby
NNON ALI NIS St 11151 P115E1I14,
a 1 bersafftr called oftener", realm oft or Bora, 11 cesidefttiar
of Tes la head paid by =US 13133LI 03313111. a Division of mos
maim no. lox MM. Dallas, Saar 73244-ft4, bereisafeer
1o4 VI atm premsts, dor gnat, veil sad army 1.10 1014
t-.f-fty ter an electric apply U.. coast/tin of onions ember of
desirable opyargaracea. seer, across sod woo Genres load is
is. 173 13111aroa Coady. tem mere
la 1 •t1. to Ted IL folts. Mt WE , dated
3111 A hal , IMO Necords sale
termed ample,
corporatist. me
sires aft ensign.
eft Pints Naar*
pertionerly doseribod
parr 22 len
Cowry.
•
Said riittr-OfiM srart.1 Mho
dr mew U. tbrresf, ebe
felloft• to vin
7.3 feet ea can aide of
n and right -of -oft baled as
legteolai at • prat notateee aorta
prat Wag II 74•13.M. 7.3 ft. fan socater
befts iscated la fte son riebtrof-wey Una of 7.5. *glory
The 13•31,11, 465.11 ft. alas& proalln. aft 73
groator'e eon% roper* Ws. Volt Wet Imre
4'patter sad Welsh Valles. Sale
Sold morthoost property corset
st ptepeety Use taspedst la
traitor,* southwest property
Crouse shall Isom Ilea tint to ant it pens. mad
dftat 55. arm of and ll., torifter win no tint of ingress on
11ft. irdayin. lonotetftes onatalafte, spentlft rearrae said Ms oft
snorts end lfts ft ne saft reAttre potation ta ray oeljoesot road if sod
I. Istaft, sad die rigla ft all tires to ter away sod kelp dor of said /bra
mg Wore fibetsvetiams WOMA la die solo NANNIest ensue, Ner froirrerr Or
110111temiell 4 sperstloo of WA nos. CI11010r ab•11 Dot =la news lo
tenon of tft11.4.sr arateset Weft, pools. laloss, pads sr oder laprerosft
lattrfera nth tbs amnia* ft Crofter st dr near. Weft granft, arms Or
Oa prior wines soften of Orates.
reehoraps
cleasave -
slight ts
widows! Is
1 treee
SO KU ND TO MU dr abaft IYINAItOOO tosser* ead tiller rote the end fersavre, tftir
re assign, men all of aid Ufta Ant be akar aft.
nitOTE0 nil 8" dry el NIC4 etitSc-fra--
4111131_, 4leardipArAff
Tad ft
ellIFIZINE Immo
WWI= pormnr mum
Ora W. idly
-. - -� _.n�s.��++=w,w+.•�w__.. ... .._ __._-� �arrr_•-.w_w.�. _..rq�_++.�!n•.+'Yl...rwr��Yw+ .. .. :,
+, LI
POWs
• 1 I 1 �(� + ala M
-JS c...
�,4M :It}nc:^ _ tLED FOR REOQtp
- w, r X11 tL IAM:uretlriT l %.� s a - -
� ; ; t or,urr 12 m s 6 z
Easement and Right of Wa,,,r�
01
Texas Power& Li Co.
Tb m Ut=1=t=u t sit
•� � '? � � � � . � ti� f•.d..ali� •,. •J ; r � A 111 •
21
Md
. F�1 I R � :L1 - Y/wd.d Wd � � � ' ( � p � i =• I
�.,._3"7niVL. 'LT1 iT COMPAN
i : .
THE STATE OF TEXAS
COONTT OF WIIIJAMSON
EASEMENT AND RICHT OF WAY
9gef
v.-
4ggEi
District: Round Rack
WA/Proj: - S,O7.1
Map Ref:
Easement No . : 370 0 0 90
KNOW ALL MEN BY THESE PRESENTS:
Averylatete, a Texas general partnership, acting by and through its general partner Charles N.
Avery. Jr. of Travis County, Texas, hereafter called "Grantor", whether one or more, in consideration of
the advantages which will accrue to Grantor from the construction of the electric supply line and
communication lines hereinafter described, hereby grants to TEXAS POSER & LIGHT ORGINY, a division of
TEXAS UTILELTES ELECTRIC COMPANY, • Texas Corporation, P.O. Box 660268, Dallas, Texas 75266-0268, and the
Southwestern Bell Telephone Company hereinafter termed Grantees, an easement and right-of-way for an
electric supply line consisting of variable number of wires and circuits, and all necessary or desirable
appurtenances, and for comunication lines and appurtenances; over, across and upon Grantor's land in the
Thos. Toby, Thos. Glasscock, and Willis Donaho, Jr. Surveys, Abstract Nos. 625, 225, 173 reapectivelY,
WillLmason County, Texas more particularly described in deed from A. J. Nelson Estate, to A. N. Avery,
dated December 7 , 3.9 40 , recorded in volume 305 , rage 228 , Deed Records said
County.
Said right-of-way granted being 15 feet wide, being 7.5 feet on each aide of the center line thereof, the
courses and distances of said center line of said right-of-way being described by metes and bounds in
Exhibit "A" attached hereto and incorporated herein by reference for all purposes.
It being understood and agreed that all poles shall be located within three (3) feet of the western or
southern boundary line (as the case say be) of said easement.
Grantor reserves the right for itself, its succesaors and assigns, to request Grantee to relocate said
easement, line, and poles to such other location on Grantor's land as Grantor may designate in order to
accomodate development of Grantor's lands, provided that such relocation shall be at Grantor's, its
successors, and assigns, expense. Upon receipt of such request, Grantee shall promptly commeWce such
relocation.
SEE ATTACHED EXHIBIT "A"
mum
Grantees shall have the right to erect • variable number of/pole/PA*Kreiltiple guy anchorages
along the course of said line, together with the right of ingress and egress for the purpose of construc-
ting, improving, inspecting, maintaining, operating and removing said line and appurtenances; the right to
relocate said line in the same relative position to any adjacent road if and sMen said road is widened in
the future, and the right at all times to cut away and keep clear of said line end appurtenances all trees
and other obstructions which, in the sole judgment of Grantees, may endanger 0? interfere with the proper
maintenance and operation of said line. Grantor shall not make changes in the grade, elevation, or contour
of the land, or construct berms, pools, lakes, ponds or other improvement on the land which will interfere
with the exercise by Grantees of the rights herein granted, unless Grantor shall belie obtained the prior
written consent of Grantees.
TO HAVE AND TO BOLD the above described easement and rights unto the said Grantees, their successors and
assigns, until all of said lines shall be abandoned.
RIECIAZD nas aJ day of A.D., 19
=US POWER & 4/Cair COMPANY
A. N. Avery Estate, a Texas General Partnership
31:641...ati•
Charles N. Avery, Jr.
Managing General Partner
OFFICJAL RECORIro
05 rreetdeenwpmsote pourarr TrocAe
voi 1289e. 728
•
CERTIFICATE OF ACKNOWLEDGMENT FOR Tho ulIJAtSGORPORATIONS
THE STATE OF TEXAS
County of_Dallas
BEFORE ME, the undersigned authority, on this day personally appeared 7;5/77 eit,.
Vice -.President of Texas Power & Light Company
Ibienrp,to me to be the personfrf w -hose name(ed is tare) subscribed to the foregoing instrument, and acknowledged to line that
r:t 0, of TP&L as Vice -President •
the same for the purposes and consideration therein expressed.
UNDeokILY HAND AND SEAL OF OFFICE this ..1.7% 474day n JS
D.
•
MY GMINISSION/54IRES —oto 7
0 •
a
a.
0.
7.
.4. 5
2
5
0 13 t
g1.
7.
,./.(21-6•7
• DON E. PRINGLE .
HarMy pugLic IN AND KANOTARY PUBLIC STATE OF TEXAS
. „ THE STATE Of TEXAS
CERTIFICATE OF ACKNOWLEDGMEN'T FOR INDIVIDUALS
THE STATE OF TEXAS
County of-______
BEFORE ME, the undersigned authority, on this day personally appeared
known to me to be the person(s) wbose name(s) is (are) subscribed to the foregoing instrument, and acknowledged to me that
—....-executed the same for the purposes and consideration therein expressed.
GIVEN UNDER MY RAND AND SEAL OF OFFICE of
KY COIEGSSION EXPIRES
NOTARY PUBLIC STATE OP TEXAS
CERTIFICATE OF ACKNOWLEDGMENT FOR CORPORATIONS, ASSOCIATIONS.
CHURCHM, SCIIOPL DISTRICTS, ETC
•ri : • " ,"" )
.
THE STATE OF TEXAS
•
County of...__TraVia
-
BET.ORE ME, the undersigned authority, on this day persotudly appeared
Chirles N. Aieu,, • Managing...G.eni ral..tartner
oLeEy
entle)
Estate., . arenorahip. • • ' , , known to me to be the
. .
parson(s) whose name(s) is (ate) subscribed to the foregoing instrument and acknowledged to me
executed the same as the act and deed of--__A.-.N....Av.ery...Estate •. *—
and ..... ____thereof, and for the purposes sad ideration therein expressed.
(Title)
GIVEN UNDER ail' HAND AND SEA/. OF OFFICE this li-g_day A. D.
14Y-EONDSSION- Exiiitzs //-30 -ST(
WEARY PIM= STATE OF FECAS
'
S C•5•01' W z1t%
. • •
voi 1289 PALt 729
___-- ,I•
a • ,t%
\ lc,. v. 1‘ o 71• „, -1,5
isfstAgiv
Y.A
\
;pigSZ
f
e. • PICII-" • 4 -4
IA, Pi .1114e14 g
\• ft
... li
t k
IlL1-1- 0
\ f o
\ #i
1Sx$P
par
t yob
Askuponiro
_
1.11
Ra. x Po4o 0
0
X
-1 0
1 q.
f 1,
Al%
CXS
vol 1289M:1730
F/LED f:::CORD
TX.
i GEC 27 a 05
STATE Of TEXAS COUNTY OF WILLIAMSON
I hereby certify that this Instrument wu FILED
on the date and at the time stamped hereon
by me; and was dtdy RECORDED, in the Volume
and Page of the named RECORDS of Williamson
County, Texas, as stamped hereon by me, on
DEC 3 0 1985
/f744.=
COUNTY CLERK
WILLIAMSON COUNTY, TEXAS
_
r .;*
e".
310
125
STASI OF 222111
IASINIIIT ONO HMI OF NIT
1723
• V"0121W e
114101.1%."
Nap Leh/477007:7441
' 5.7 1100 ALL NO Of Mit 71121122r
Si
"
- Moe sad
• ,
loom
hit Sm"
Ole Perim lVel/la
Toes, bereloalter mallet seleatera. Mabee eaa or semi far ol ta of
dalicire (0MOO ) '.t.,l.OM pall lo =US
else et 'ULU WILT= 254/024 Matott. a Tease Omporolan, P.O. Bell
• oad t54pateiteetora Dell TeleaboN atom, loNs barelotter
• old eel moseyed lq duo preseste, deell ilsierr.m11 eal idiom veto
sae right -el -op ler ea alectrie myply liat et11,j jO "mom u.tof
or desirable epponstencee, eel lay eamodenitail tot. of
014 -fireater's lead le tbeWLW. Deohe .• "Viewer.
• Jai
I VMS, IWO pertimelort deocelbed in deed free
dotal Hardt D. 01W- »;11;e4e? ttleitosjjjr.
- -w)Trour
•
Illimay01. ma. Oho 5.5 ft. et MOW Ate ef
CattNi kW 113 babe 15 ft. Mt Mho KM el
sell eoterlise el tete right -el -am beim described
awl tecometabed bowl. by tolerates hit all lomat.
tele rinbtol-way monied
tbe eatarlfas Mine arid
Nie costerllso thorest, the
by mites rad boob la IsMbit
• Agnew shell boo the Tisk to setae p variable palm, ..sol, ., mehenom Olileg do
`.
1r'.14. lasImabe. milethdlit• •Driddra MI Mils' Iiiii°1!'41#"
b*** '.04 15.. ia tbs salaa
eime m meitise lo Of IIISOC011t
10.e latine, mad 10.e tight at ell tiara la test NMI ..01 lop dear Mad la videold la
0 amettretlem,
ale el* to
ro
owns IA mid Use, temeher MIN tbe rlaht af Lanese
•
sad 1 110'.o elotasetleme Miele, in the sale jokers' el Ornate% '.7y au Omen
id& the mow
tabirmataa tat •Paretim et mid Use. Comm doll WC MOM '• 4101P.atomise. or
meteor et Me hod, or carton Moe, yeeM, lakes, polo or other
• laterite* WO the march* by Orereme el the rights, hods p'.014,'Irratir hem *0114.3*0114.3Midi till
10. prier wittm elegem or Crortee.
• .
4
20 NOE MO 10 1100 Ma above 4'.t0.4'....'.t awl wipes aro 104 .141
eel sesime, men all .4 1114 lime shell be Meadased.
LUC= 1110 1 4:6- •q.4
: L
0011:1411. NU:01010
Ofteers0 Vito
Of.
4(l11ph101I
ifd 4 10 411i
f
orie
0010.0, 0i112
:
.•• .. •
^
. . .
•
ONTIPICATE OP AO(NOWLMIGNKXT FOR INDIVIDVALS
TE OF TEXAS 1
, Intro(
My Commtisiou
.. -
AlaLiM
aslharity sa Oak day personalty• aypeand R11.001aPit
RIO_Pl...... W__.6.14r!ti•—
_
al it tare) salsadied la tie fowling lastelatentl. stalaeletitsistlailt•is ;se that
. . .
' — ..21
tparpa1..-',7:
he tes aned 04.14441.1enti4011.4.142 =pressed. .,...L\ ; ,.<::..: :•::
OP OFFICE Okii..1.4.74 el fit ...1\100.Ernssr...44;!..4,p. IAlit-.5....
..---....-
i.
kk---
Natal,. Petite-- ___•... ....- -.9.-46_!-_" __•...__....Osally, Te.3414
THE 4rE OF TEXAS
,4 Cosaly el
•
•
1
=FOSS NE, DR usiersismod astbesity, as ON day racially
Rim to Do to be Da peessafs) Oars sosools) Is (ur) sollserfbed to the
.....asascuted 11.AMY tar Ow parts:OM m,dscatideratian
GPMII WW2 NY HAND AND MAL OF OFFICEii ise
IT, PION dsairm Expires :Notary:Pub&
• -
- •
•• • IP1CAT or.A.ansowtazitmom FOI ctimeroarriewa.•
- • (SWIMS SCHOOL DISTRICTS. gm.
_THE BUTE. OF TEX/1S .. .
cs . • • . • .
DICTORS HE. lho itiodorsIgnist authority. am
. • .
ponags) wheat assisla) sOISO adlOttike418‘ ti4; Osman lattrarnerA. sad aeknesteledged se als that__
. .
avosatod- aoss6 so lho Rai- Real .of — —
III as ' • ' ' " ' an/ for SID saA isoolderrtIsa Menlo so
(TRIO
WIRD =Mt 11Y RAND AND/MOP OPFICE this of A.
. . .
Commivelea rapIrese **am ha.. Cosnss, 1
Fa as br AjMwa sta-s•�� oss , i ,
/YOJIYY/'P!/M 10 l�f/f i ,
ANM /O 1pI/X AfR/7� 1/�
;/o;twrE3 ,.,r Cb AIIYAIOt Yldi 'It 1t 7i1It tint all 71 Ms'
„r. 118/HX� ox
YM P-Owtv leaf
lnssrnsrx+os � �•
i iNi�f a
` rl/ •d. •jam � _...
mna NYM F/77//"
�9
3t ti s/rndu/vsrio svio an/xf/? ut.�
�asn�rf� �' N E.a. .
jet 1rls'Oltf M,fe,IL F ..1
C.3
• ^ ,.y -.,.,�nw..4.y.Y...JfII,y.:.{..,,.. �..: ..,.I�..-..yy..� .-•��,....w....YET.{. N •.MYY M......[•..y-.yi.wrlY•T.r.�[,�-[...
V_ .� +.r�.W.#Y�Y.++.+r+N:•4.f•.i•vvr.rw��..aa..YW.w,ww��.,.�.-...•.,..... .•�.....�...0..r:lY.r'-`- -[r6..- - ..0... .� ...
I> •
FILED FOR RECORD
IfIL11A9F.Csk -2!;tiNTY.TX.
mum 12 £N935
SUM OF WS COUNTY Of MU.
1 kr* ow* it this lasoraw
el Or data sad at Oa foe *mad
Or aTaT laas dat RECORDED, la lag Nahum
and Page el Nam need SECORDS et Iiilimaan
Caw% Tem as shoot /lama by me. op
JAW.18 WV
kat" IjITY Ctlereiarl.
WILUAMONCOUNTY. TE(AS
\/_
Electric Company and
Gummy Easement
1 E A §
§ KNOW ALL MEN BY THESE PRESENTS:
COU §
Th and wife, Doris A. Wallin, hereinafter called "Grantor,"
whether and in consideration of Ten and No/100 Dollars ($10.00) and
other valuabl to Grantor In hand paid by TXU ELECTRIC COMPANY, a
Texas Corp° AS COMPANY, a Texas Corporation, 1601 Bryan Street,
Dallas, Texas 75 to oollectively as "Grantee", has granted, sold
and conveyed an does grant, sell and convey unto said Grantee, their
successors and as and right-of-way for overhead andlor underground
electric power, gas su }cations lines, consisting of a variable number of
wires and cables, supp ce mounted equipment, conduits, and for
pipelines, cathodic prote 1 markers, and al necessary or desirable
appurtenances over, unde and upon Grantors land described as
follows:
2002064519 5 pgs
District: Round Rock
WR#: 1395411
(4115
EASEMENT AND RIGHT OF WAY
(SE HIBIT ATrA. D)
Grantor recognizes that the g
mates and bounds as described above,
hereby agrees that the easement and
granted shall apply to the actual location of sal
id lines and/or pipelines, or the
liminary surveys only, and Grantor
its general dimensions hereby
n constructed.
Together with the right of ingress and e upon said easement and
right-of-way and over and across Grantor's adjoin' the purpose of and with
the right to construct, inspect, maintain, operate, e, replace, reconstruct,
abandon in place, and to change the size and capa pipelines; the right
to relocate along the same general direc6on of said lin right to relocate
said lines and pipelines In the same relative position to a d If and as such
I 'e of permitting
road is widened in the future; the right to lease wire spa
L" others to string or lay wire or cable along said electric power n lines; the
3 5 I P right to prevent excavation within the easement area; the rig
5 . struction of,
,e to within the easement area, any and all buildings, structures or which, Ni
$ -I the sole judgment of Grantee, may endanger or interfere with the and/or
N to i gonvenient operation of said lines and pipelines and their appurtena t to
LIJ CS '
ll'im or remove trees or shrubbery within, but not limited to, said ea the
p 8 x pixtent In the sole judgment of Grantee, as may be necessary to p tole
Room ereto. Grantor shall not make changes In grade, elevation or contour
ferference with the operation of said lines and pipelines or to remove
I= n z
r 5 § npound water within the easement area as described above without prior
of Grantee. Grantee shall also be entitled to use Grantor's adjacent land and
land as reasonably necessary at road and water crossings for construction purpo
EXHIB.IT
No Scale
Ctit4
::-?1:1:1114.hcrg
2210 foot IV -P
Prmorty
Carnor
PrestarA
indicate. 010 fort VW751.1 Cluctric
The intent of this 'EXHIBIT is to pictorietly show the approximate 1ooa41
AO itaglePt
TV 2st2nt4t4ligrgq4 iR111 Alt ore reference only.
Grantor: Rudolph Wallin and wife. Doris A. Wallin
Volume: 450. Page: 114
County: Williamson
Survey: Willis Donano. Abst # 173
DiStrict: Round Rock
WR # 1395411
Initi
E OF TEXAS
OF WILLIAMSON
E ME, the undersigned authority, on this day personally appeared Rudolph
s k Wallin, known to me to be the person whose name is
mg instrument and acknowledged to me that he/she executed the
nd consideration therein expressed.
D AND SEAL OF OFFICE this day of
A.D. 2001.
sa
in and for the State of Texas
014 Nr/A./
arne of Notary Public Here)
My Co/r7ion Expires:
f
FILED 44 ERB
OFFICIAL PUBLIC RECORDS
rsatie"
08-26- 08:26 AN 2002064519
SUSAN $17.00
NAKCY E. RISTER 'COUNTY CLERK
WILLIAMSON COUNTY, TEXAS
1
1
1
1
su I or - Ten and CIA/100 r•er %.;.snaarsgasnnu-Ave.s.
to *me in hand paid hy
the receipt of which is hereby acknowledged, have bargained, sold told assigned, and by these presents do grant,
rgnin, sell, assign end transfer unto the said.._ .. 414!„ ........................... ........... ....... .........................
his executors, a.dininistrators and assigns, a certain
Mechanic's Lien Contract and Mechanic 's Lien Note
from James D. Jordan , Jr. and wife, Patricia Ann Jordan to
Grady L. Puryear dated the day of April, 1968, covering
h nstruction of a home on Lot 30, Block A, Pecan Park
diti'n, Williamson County, Texas.
igation therein described, and the money due or to become due thereon, with the interest
ity to se
am the true and lawful owner of the said obligation, and that I have just right, full power
t) and dispose of the same; and that there is now owing thereon thc raid principal sum
ousand and 00/100 .. Dams ($.L000.00 ),
April_ A. D.,
tha no rec urse is to be had against me as assignor or surety for the payment of said
t that
It is expressly nIt
obligation
Witness ney han th
THE STATE
COUNTY oFav.
WORE
.., a Notary Public in and fur mid County
foregoing instrument, and acknowledged to me that
expressed.
."Tena 4444
THE STATE OF TEXAS
Williamson
County of
W.A. 3
KNOW ALL MEN B
That_ Ted S. Sellff and wife. Gwendolyn W. Gelb
ec.-4
)260
of__ Williamson Cotmty, Texas, hereinafter called "Grantor",
alderation of titTadvantageTwhich will accrue to Grantor from the con. ction o
hereinafter described, hereby grants to TEXAS POWER & LIGHT COMPANY,
ment and right of way for an electric power line consisting of • variable number .
electric circuits, and all necessary or desirable appurtenances, and for • esommem
maces, upon, over and scram Grantor's land in the. Geo. W. Glasscock
, Abstract No 267 WiLlimseon
nd
' n
in con-
fine
an ease-
l:110re
5,4 -LS
line of maid power Una shall be located across said land as follows:
ening at a point in Grantor 'o northwest property corner, said point being
• t east of avid property corner. Thence in a southerl; direction along
nterline of a. preterit Texas Power. & Light COMpany distribution line,
1 with the east boamdary of rm nuy. #1460, A distance of 4o feet
Power & Light Company distribution pole, S/S 52+83.9+00, Proj. 843,
again at aforementioned distribution pole, S/S 52+83.0+00.
an gle of 78 deg. 45 min. LT, and* bearing of S. 71 deg. 30 min.
deadend pole, S/S 0+40, and its attached guy, said guy to extend
30 30 feet.
Thence
pole,
general
mentioned deadend pole, S/S 0+40.
. 220 feet to a Texas Power & Light Company deadend
d guy, said guy to extend 30 feet in the same
reliminary survey, and it is understood that said Company may relocate
on before or at any time after construction, and may relocate any of its
Said Company
anchorages along the con
strutting, improving. i
to relocate said line in the
Mare; the right to install
and keep clear of aaid line
said Company, may endanger.
TO HAVE AND TO HOLD
sore and asigus, until said line
22nd
EXECUTED this. --____day
erect-____ 3 _poles, -guy'
eth with the right oirngress and egress for the purpose of con-
ating and removing said line and appurtenances; the right
i.ktoyadcentradifaDdwheflaaIdroM1iWfd0fladifltI.e
rflta along said line; and the right at all times to cut away
trees and other obstructions which, in the sole judgment of
V. the proper maintenance and operation of said line -
easement and rights unto the said Company, its success -
February 68.
A. D. 19—
' oe. AKA • '
THE STATE OF TEXAS }
, 009i47 of Williamson
v. 44
J'O'' • ME, the endmigned authority, oa this daY pnrantallr an
;
.... t
Pili the person(p) whom =me(t is Wei) subscribed to
... , .
A -........-...,:.,A.... ....... executed the same l'or the purposes and conaident
.0,............• s. - . •
• 's. lF34'UNDER NY HAND AND SEAL OF 04FFIZT
BEFOREIHE,timumiendvmdaWb
way apoimi4:
,kaaritb':
P.s?inthelastsoit whose name is subscribed to the foregang instrument, and haring been sad: ititaXX:.
'2';''''dosuelOtpdand, aid having the same fully explained to her, she, the
, • e.
no,ox.wages such Inttrument to be her act and deed, ant declared that she had willingly alined
consideration therein acpreeeed nad that she did not wish. toxstract*„
DIVAN 73NDER 'NY EAND.AND REAL OF OFFICE this _day of__
•
Electric Delivery LLC
ONCOR Project:
Local Gov. Authority:
District:
County:
ROW CSJ:
Construction CSJ:
Highway:
From:
To:
Eligibility Ratio:
3024583
The City of Round Rock, Texas
Round Rock
Williamson
2211-02-016
2211-02-013
FM 1460
-QuaiLV.alloy4)five IS\491A V\ I WIC-- t>A1/0
Old Settlers Boulevard
82.50%
Attachment "1"
Inclusion in Highway Construction Contract
In the best interest of both the State and the Owner, the Owner requests the State
to include the plans and specifications for this work in the general contract for
construction in this area so that the work can be coordinated with the other
construction operations; and the construction contract is to be awarded by the
State to the lowest qualified bidder who submits a proposal in conformity with the
requirements and specifications for the work to be performed.
X The Owner IS NOT requesting the State to include the plans and specifications
for this work in the general contract for construction.
Utility: 0 or Electric Delivery Company, LLC
By:
t>r,D-.\vzsu
John Car'i.Soward
Title: Director of Distribution Engineering
Date:
c\—orc,
NOTES
LEGEND POLE REMOVAL IS CONTINGENT ON ALL FOREIGN CONTACTS REMOVED
�-- — --* PROPOSED POLES/DOWNGUY ALL CONDUCTOR IN ROW IS 50KV OR LESS & MEETS OR EXCEEDS
E—� EXISTING POLES/DOWNGUYS TO BE REMOVED MINIMUM CLEARANCE REQUIREMENT OF 22' ABOVEALL PAVEMENTS
EXISTING POLES/DOWNGUYS TO REMAIN IN PLACE
— — — — — — PROPOSED CONDUCTOR
EXISTING CONDUCTOR TO BE REMOVED
EXISTING CONDUCTOR TO REMAIN IN PLACE
Existing Underground Electric To Remain
Proposed Underground Electric
Existing Underground To Be Removed
112
ROW
00
001
-0 Rep looea.
M
0 x Ing a bo
S 12* IS'25.81" E
- - — - — - -- - — - — - — - -
ko ROW 60�00
o S 12� 18'26" E_
4 - - - - - - I
q 805-00
9 S 120 18'25,80" E
_64
110
1 1��2�80" E
2V
25�00
002 _Q
7_0, 54'13" � I CQ
795. -0
I �emv stee I St 20-0() R-Po 0
Lt Pole L
uw
15-00 Exist i ng UGE
L /xing at
To Be Abandoned
Sta. 799+21 J—
plmojns?� ROW
Relocate
Street Light'
1` -003
0 W -60Propo4 7
Box P-Pole
oed
x
Pull Band Guy as
Proposed Bore 43
Existing UGE' and UGE 2
WR# 3024583
ROUND ROCK DISTRICT
t... �)Gr t Re;-�I-e,,-ent S F:-X'S1�1,r?g PriVo-,- E-0 Q4-_me,Q4-
Grantor of EasementParcel Name Parcel Number TxDOT R,O,V.Shoat No. Oncor E.D.Pole Ref.No. Hwy,Sta. No. TxDOT FM 1460
1 Thoms
Vol a147E2 :i "Ison Howosteao 112 WILLIAMSON COUNTY
RELOCATE ELECTRIC FACILITIES
ONCOR ELECTRIC DELIVERY DESIGN b9.LUCAS
I DRAWN
SCALE: 1"=100' DATE 06/04/2009 HW27010 SHEET 1 OF, 8
h Line Sheet1
POT 62aoOO
'ON
a
Cri r1 r/1
jc
CD
0
0
C 81 03.67
0
2:10i
O. "0 0
1 0
00 OD
CO
—
01
ne
ee
o
t c,. l t % /(.�r7 F_l .3+r.�� (j,—.h1/Nes,
,-,h tl+ � e '"1 "'i-e )1 f, �. J-. t d r�
Ct,�l , �� �C��C1,,---,X, u, , � ,y e��ir , Iv„��, �� bce �.v r.�y b' JtE :, ?"121--.
Grantor of Easement Parcel Name Parcel Number TxDO7' R.OM.Sheet No. Oncor ED Pole Rei.No. Hwy-Step Tho-
Thomas F Nelson Sr.
Vol 1472 Pg 9 -1� Nelson H..,teatl 112 ll & 12 076.017.018 830+14. 827+62 825+08 ( S12
....
015
P-Pole
1 1 2 093 & 2 Guys
P-Pole 07 R -^"'"'”- �
072 & 2 Guya
P-Pole P-Pole , s�
D7 7 o, 026
P-Polm
010 & Gy
-
_ __ —
P-Pole 'a ,� .�.� _ Ex;r>fi oyta-, ;
As-
p-C,/795 po p'/ N.^ n- ed R 0 {n4r'unce .a acs.lc
d E
:?nGslo,,oid. 11166 re3
��rD ` 35,DO aroo,�,raor,ed
076 r L+��e Reloau
R-Pole _ t;,ver"to Crn Ye#a Poles
pro0 017
R-Pole
.,.,.• 0 W
Vsed
orb m„ ,""� Pr -
R-Pn1e f°`0° 80,00 J
x �o
fAj
' - - a2s,00; �
r
r1025
— 1
R- ole t# ab'td n u' n'ac'vtoo
.ma
Ie
TG SOT bn L i l Pula,"
Enrraoca y�,rtrt^e{.>s^0r
Yediaal Plaza j
1
C 1
NOTES;
Seton lasp0tal POLE REMOVAL IS CONTINGENT ON ALL FOREIGN CONTACTS REMOVED
ALL CONDUCTOR IN ROW IS 50KV OR LESS & MEETS OR EXCEEDS
I._l EAG' E N I MINIMUM CLEARANCE REQUIREMENT OF 22' ABOVE ALL PAVEMENTS
PROPOSED POLES/DOWNGUY
-- a EXISTING POLES/DOWNGUYS TO BE REMOVED
EXISTING POLES/DOWNGUYS TO REMAIN IN PLACE WR* 30124583
PROPOSED CONDUCTOR ROUND ROCK DISTRICT
EXISTING CONDUC'T'OR TO BE REMOVED
_____.....__._..._.__..___...._._..,
EXISTING CONDUCTOR TO REMAIN IN PLACE TxDOT FM 1400
Existing Underground Electric To Remain j°dILLIAMSON COUNTY
Proposed Underground Electric RELOCA'T'E ELLECTRIC FACILITIES
=,a Existing Underground round To Be Removed DESIGN x LUCAS '
tJl��'OR ELECTRIC DELIVERY
SCALE: 1"400' DATE: 06l04/2009 — - -- SHEET 3 �F'
Iw�1019 S
Match Line Sheet 3
p3AOLLI3N 3a 01
L'.71
arC1
210,L3fICINO9 GHS0d02-Id
EXISTING POLES/DOWNGUYS
0
cr)
:H1V3S
(3002/V0/90 :211/0
Cri
o
z
CO
0
(3.7
ORE/ON CONTACTS REMOVED
'21
ti
'Ii
Cllb
lb
lb
z
a
, vt,
E9gf'20E
c7,
VU IL.
2."
ch
I
J
NOTES: J
PULE REMOVAL IS CONTINGENT ON ALL FOREIGN CONTACTS REMOVED 1 15
l
ALL CONDUCTOR IN ROW IS 50KV OR LESS & MEETS OR EXCEEDS
MINIMUM CLEARANCE REQUIREMENT OF 22` ABOVE ALL PAVEMENTS wm µ
R^
112 ``11
w�
ROW
„
a
OV
Wkwaftw
86000
ass,00_ 865.00
1—
fyo
psed
fl 0
77
R-0,
+ JJ
,, ?,•,'^.
` . Underground 1000 9k.N 1 _, �]
rq
ti Ina £s Duct honk
„Manhole d Manhole £lectr l'c
, snanno l e
'r
Electric f
I a _
, v C C1 - �J I Elect'
v' n +1 '� r' t i
G)U,t de i s�.n�5 , x/st ng Elect �� �� ��ft�es Co�erec� hy� ,� � rr��aite t.clse,rnent � � t Aanhole
- — - —
Grantor of Easement Parcel Name T - Parcel Number ... TSDOT R.O.W.3heet No. Oncor E.D.Pole Rei Ado. Hwy.Eta.No.
Thv .as E Nelaon Jr. nelson tiomestaotl 112 11 & 12 ']� /q Q J,q
Val. 14'72 P 9 Q2 ...- _______ _..___ ---_-_ ____.__ Texas A & 1Y1
Avery Ran h 27.730 Avery Ranch Co LTD 115 14,15,16
771.1289. -- 727-730 '
JC
/f
and f ,
�),I IE iSS lu h:. .) N C ,J r,.,
, J
LEGEND
- E ® � E �yl� � S{ii ,i{ C�Rc t it A
�1 JJLLJJ 11„WW W „ 1 NEW
PROPOSED POLES/DOWNGU�' 1
EXISTING POLES/DOWNGUYS TO FSE, REMOVED �. n1 ANC, hr ��f�.�. c Th_
EXISTING POLES/DOWNGUYS TO REMAIN IN PLACE
� 4
PROPOSED CONDUCTOR WRQ 3024583
See Attached Sheets Pagder 4,5,6,7andDuct 8 t ROUND ROCK DISTRICT
EXISTING CONDUCTOR TO RF; REMOVED For the profile of the Under round Duel. Bank,
EXISTING CONDUCTOR TO REMAIN IN PLACE Manholes and Dore render F 1460 at CR 112 �
Existing Underground Electric To Remain TxDOT FM 1460
��ILLIAMSON COUNTY
Proposed Underground Electric I RELOCATE ELECTRIC FACILITIES
✓ ^r Existing Underground To Be Removed J
ONCOR ELECTRIC DELIVERY _nF.s1cN ax.._l.ucas-i
DRAWN
SCALES"-loo= DATE:06/04/2009 -- ---..- SHEET 5 OF 8
RiW27n19 -
L7 C7 7trL
PZ)
V; CL u)'—' 0 0
0
rr, Cf)
(0 0 7 7
0 0 0 -0
zzPrr0
Cr
0 0 —
-9 H
0 0 H 0
—-
00
pA01.11M .3ff pu
1
7-1
GA A 0
7.2
4,01
2-11
,04
J,
v= 0
0'0
C
K
4
1
5
00
I
I
Curt Re/resents L_xist/'no P lei;/rig; t moilities Covered by Prfvt-Ite Eu err,,ent
Grantor of Easement ._—_._—...
Parcel ?game Parcel �uaeatse�^ 'CxLAG�' �.t?.�.Sheet No. C37newr E D.Pole Ref.No. Hwy-Sta.9dw
Avery Ranch Co LTD -�- "-"-- -"— -- -
Vol. ILt39,P,� 727-73b Avery Ranch Co. LTD 115 14,15,16 054.055,058.057 058,059 885+03 to 894136 Left
--- _ -- - 1 — --
I
034
P-Pole
s Guy NOTES.
` POLE REMOVAL IS CONTINGENT ON ALL FOREIGN CONTACTS REMOVED
035 15 ALL CONDUCTOR IN ROW IS 50KV OR LESS & MEETS OR EXCEEDS
o \ MINIMUM CLEARANCE REQUIREMENT OF 20 ABOVE ALL PAVEMENTS
078e'� amore
P—Pots $ \ \
0' 885,0
S� p036
\\
P--pola
3 Acl \\
\ P
a
asl \
037
Electric '^' a'.. i0) • � �"'� \ Pie P--pole
e
Manhole
0�'�"„",°...,. ar Rf PARI OF N, i�,
�a/e IE_ A Pel} N RAC:t 7 P
038
`�...., 3-Phase ^�`�,. V v . v 'zo, P-role ',E VF iPM I A' k'0I I`itj L, [I TI-if
Underground 1000 MCM
in 4 E6 Duct Sank /'d' "`T`*, �`'V'e,, .,,A• 115nL.IE_
w.,
\
Manhole
054 ob
- — \ a
(- — PROPOSED POLES/DOWNGUY
EXISTING POLES/DOWNGUYS TO BE REMOVED
EXISTING POLES/DOWNGUYS TO REMAIN IN PLACE
COP
-m- --- -- n--- — - PROPOSED CONDUCTOR WR# 3024583
EXISTING CONDUCTOR TO BE REMOVED
ROUND ROCK DISTRICT
- - EXISTING CONDUCTOR TO REMAIN IN PLACE ~ �°
-r t e, •-. Existing Underground Electric To Remain s TxDOT FM 1460
Proposed Underground Electric WILLIAMSON COUNTYRELOCATE ELECTRIC FACILITIES
Czr=Cz:Ca Existing Underground To Be Removed
ONCOR ELECTRIC, DELIVERY Dsslax M.Lk1CAti
t DRAWN
SCALE: I"-100' DATE: 06/04/2009 trwavolg SI-IFFY 7 OF
--- -
Ti
CD
C")
0 0
a
,s?
00
e; 0
o0
a
0 a
0
lb
NOSAVI
00
1FILD
Co
<11
Co
EXISTING CONDUCTOR
EXISTING CONDUCTOR
HH
C
REMAIN IN PLACE
HH
(:X21616.01 AVERY CENYEfI Gt-142146 CAAb1CON5'il UCnOMFM198tl-0ti PL4L V-SE7i24b1"I OU PF.dwg,6125/2009 5:48:46 PM,
1
lSgsP•F�4`WP5f100-Wp, '
A mv V V
0 Ut O U
to
0
2+00
ti V `v
\ v vtN
41 D 1 \ \ i ♦ l j\11�.
\ \ t \
ti
It
}a
!( t
It
it
TA
O R
_15
♦ g LL
irl
I
N ``__._ +',..'� i -•'< '� -nom ,/�) ,
It
0 it
A 5.09 CT 3d — — _ �t• \\ �\1 P /// �.._ $�'E... .V.
/I
� I ; f \�♦` � y i �� � Ilii X77 r '1
I '\ ��\. '�`\
0 `' t � R Fico
fi
o rij'r'1
i
It l„'
w ( x fill ill
o ("
o % I r if 1
Ill /it
�_
mai" ' \ -- �- zi I 1 1y
41
o 18 AC-.- ' ' I Il
A,-ff' •!NE(EA �ENT
o._L�40 7652
' � r
Ln
a til T IN + t ,1 � 3
� 1,1� ;l.rirt �. R
ij
a
o t�Je p y v i i d
I v x
(7q `a
cn
{fl
x
83
AVERY CENTRE
4D 8. w ii
e FSI-1460 UNDERGROUND UTILITIES
AvF,Ry cENTRE DRY UTILITIES
ST "'n "
g °{° n °$° '�°00 5 anley Consultants mc.L 6lli� 9 5d968 �� �w"` tB�B Hw}k i` �L Zb 300 kdit to 1eJ31
tads. tum Snr0 of RduJm>s'
;MO'+ar Ra�efs9MM FNn pe.iJ4
\ 21610.01 AWAY CENTER CR -112 \ 11 CALHACONSTRUCTIONWP11460.0U-PL‘N.SET ‘2161P-01 bit 1,41.vg, 62S/2009 5:47159 PM,Wist-PNWPSINN4dP.
tO
0
0
c.n
Col
C.11
0
MT4 HUN= 81
11
A
-
48+00
. fl
7
7
7,
7.
7
42
411
101 14141
AVERY CENTRE
1
1
AVERY CENTRE
FM -1460 UNDERGROUND UTILITIES
DRY UTILITIES LINE 'C'
STA'48+00 TO END
Stanley Consultants INC.
MI MS. Cada St Me AO AMA 7. JIM
NY*/
. ��
��
� �
O lu
DEVELOPER:
WATERSTONE DEVELOPMENT
3310 N. CAPITAL OF TEXAS HIGHWAY, SUITE 200
AUSTIN, TEXAS 78746
PH 512.381.1280
FAX 512391.1282
EMAIL, TODDOWATERSTONEDEVELOPMENT.COM
OWNER:
AVERY CENT
WA1TRSfONE DEVELOPMENT SHEET INDEX:
RE
_ 3310 N. CAPITAL OF TEXAS HIGHWAY, SUITE 200 t.) covert SHEET
AUSTIN. TEXAS 78746 2.) GENERAL NOTES
PH: 512.381.1280 FM =1460 3.) EROSION j 5ELNE:C'SN CONTROL
' FAX 512.381.1282 4.) DRY ION /g DIA 'C Silt CONTROL
70 22+00
EMAIL TODOOWATERSTONmEVELOPMENT.COM 5.) DRY UM ES UNE 'C' SIA 22+00 TO 35+00
Q DRY UTILITIES LINE 'C SU 35+00 TO 48+00
ENGINEER: 7.) DRY UTILITIES LINE 'C STA 48+OD TO oro
UNDERGROUND s; ' BEGIN TD ENO
STANLEY CONSULTANTS
318: IDC.
DETAILS
6836 AUSTIN CENTER BLVD., SUITE 350 ter) DETAILS
AUSTIN. TEXAS 78731 - 11. DETAILS
PH: 512.427.3600
FAX 512427.3699 UTILITIES
EMAIL• STMMANCHARLESOSTANIEYGROUP.COM
cu�z1JEY0R: '
STANLEY CONSULTANTS, Inc.
6836 AUSTIN CENTER BLVD., SUiTE 350
AUSTIN. TEXAS 78731
PH: 512427.3600
FAX: 512427.3699
EMAIL: SMITHPATOSTANLEYGROUP.COM
BENCHMARKS
BM >)1i '6AKE'R AICKLI' CAPPED (RED) RON ROD (AERIAL PANEL POINT) p
SOUTHEAST CORNER OF INTER. UNIVERSITY BLVD. & SANDY BROOK DR
40'f SOUTH OF E.O.P. UNIVERSITY BLVD. - - -
10'1 EAST OF E.O.P. SANDY BROOK DR
ELEVATION-85249' -
BM /2: 'BAKER AICKUN' CAPPED (RED) IRON ROD (AERIAL PANEL POINT) O
gg SOUTHWEST CORNER OF WTER. UNIVERSITY BLVD. & F.M. 1460 LOCA `
3 7r:k SOUTH OF CA UNIVERSITY BLVD
45'1-WEST OF CA F.M. 1460
ELEVATION-766.77'
TBM
i€
SIDE f3 F �KUN' CAPPED (RED) IRON ROD (AERIAL PANEL PONT) p EAST .
22'1 SOUTH OF POWER POLE [POWER POLE IS 55'1,SOUTH OF SOUTH LINE AVERY
RANCH COMPANY-LTD. TRACT] .
23'1 EAST OF EDP FM 1460 _ ..
111 ELEVATION-738.85'
LOCAg SOURCE GY
NAVD 88 FROM 'S OBSERVATIONS "UML tlLE
Gn' HAPSCO Nn-347
g
GRIP N,.- F REVISIONS
NO SHEET DESCRIPTION CORR DATE
.. 1 S. 6 LOWER MH O STA 26+27 TO GO MWATH 36'
A zG
5, 6 SPftfAo SLEEVES PER PDOUA u A a•u•�
3 4 MOVE N.H. PER RIOIA
H
a
4 4 DE.ETE -'"CHGEAR PAD. LEAVE STUBS
5 ADO 12' SLEEVE FOR GAS PER ATMOS A! L^LLr
6 B LOWER MH O STA 29+45 TO Go BENEATH 36'
GENERAL PLAN NOTES: """' s MovE L61 o STA 33+so PER CHASCO
jI t B 6 LOWER UNE O STA 43+40 TO GO BENEATH 36' Al
1. INCREASED STORMWATER FLOWS FROM THE DEVELOPMENT OF THE AVERY CENTRE -SU E 2B. 2009 �:` `*; /A
C.R.-112 IMPROVEMENTS WILL BE REDUCED TO EXISTING CONDITION FLOW RATES UITLIZING DATE SUBMI77ED MAY 20 2009 ° Es<Oaw, 9 e ADD 4-E6 SIUBOUTS o STA 44+00
REGIONAL DETENTION CAPACITY WITHIN THE Joe Na: B7 euro 7 HOVE MH o SIA 57+46 PER ONCOR
S SEPARATE PERMIT. TEXAS A&M DETENTION POND SYSTEM UNDER
S SUBMITTED BY: �
CHARLES E SIEWMAN, WA 4-24
roj
2. ACCORDING TO THE FEMA FLOOD INSURANCE RATE MAPPING FOR WILUAMSON COUNTY
TEXAS, MAP No. 48491C G495E, DATED SEPTEMBER 26, 2008- ALL OF THE EFFECTED
g AREA WITHIN THiS PERMIT IS LOCATED-144 ZONE X.
3. ALL RESPONSIBILITY FOR THE
WHO PREPARED THEM IN ACCEP71NG THESE
PPLLANNS THESE THE CITY OFF NS ROUND ROCK MUSTNS WITH THE RELY
UPON THE ADEQUACY OF THE WORK OF THE DESIGN ENGINEER SR-nsuftarlswc
(ab
e
K X11.1iA1
,o
x-
AVFM CEN
FM TRE
-taco
• -
11
RA21610.01 AVERY CENTER CR -112•11 CADCACONSTRUCTIONW741460-0U-PLANNEm1610-01 DU PRAM 6a6/2009 8:13:11 NA, \ • astoallklp5000.10,
0
0
4155
0
.
0
Fri
0
0
El;
0
-1-
0
• • .../. /...•“_/...tut/ / 0 a./.4 \ 1
O.R.R.W.C\.• \
, \ • • \ 1
\
• • ‘ ,
. • .
. ..•1
\'\ • ` \
\ \ 1,
's \
\ \ \ \
\\
\ \ \ \ 1
\ N \ \ 1
\
71111J1
;TA 11
atia
714,13
71k17
TORSI
11
111
I
.II
PA
7.111,14
42
,
------(` c rc_-____,- _ k
*
-1 • i-) -) 1
,
1
i
74E11
aka
atm
7%74
714 el
,
1 I
1 \
I I — —
-73
71‘911
7111.111
•
MOO
STA 2
2+00
••1 1•1
cn
AVERY CENTRE
4M
1
1
1 i \ • \
1
, 1 1
r ---
r--
AVERY CENTRE
FM -1460 UNDERGROUND UTILITIES
DRY UTILMES LINE 'C'
STA 10+00 TO 22+00
1
Stanley Consultants INC
loolle bit AA tam XI /WAR 1. 71731
era /1 1.24422.41 222ms (606..1 02. 1.4 114
2424424244.41b441114
� • m� IIS mom
no
■■■ ■Hun ■�■ ■
■■�■i��■fin■■■■■00
No
No No
�■i��■ umom■■iii0 IS ME ■
0 111 1 on
ON on
m No
0 ON
m No
0 01,12 ON
im now
ON NEE
�■'1111vaNN0 ��A
=�mIIIIm ■■ I�
�111���■t■��■�lII
• !1l�1�!I!1R1[ 111 ■i►� 1t■dam■!I�
n�0 olIlll�■¢�■■t■NN�IIII�
oil
111 ■■■■t p ■
Vic
mom
No
AVERY CENTRE
.460 UNDERGROUND UTILI
DRY UTILITIES LINE sci Str�l
AVERY CENTRE eLl��ns
STA 35+00 TO 46+00
■■d■�ru��■�■u�■■■�i� 111'
\ 21610.01 AVERY CENTER CR -112U CADDICONSTRUCTIONVM1460-0V-PLAN-SEA21610-01 EVANS 6/25/2009 SV9I33 PM. ‘V9421W115000-1dIA
I:1
:F* Firirffilitk%c
0 . STA *IV UNE
-Fs
0
0
0
\
01
STA MASAO II= KU GIEN—CUT FOR Sr
STA 4410E0 4 ,
STA 4r0.00
0
SEEL
TIENSTE4 UNTAIEMENT Fee
(31
•
STRASOMIPIE PIPE
AVERY CENTRE
44.1
0
0
01
411 Alta
47ST SE
,1!
7•1114
"ma
ISSAS
100.21
MAO
710.01
Alfla
755.24
75110
71170
111
EX>
1
AVERY CENTRE
FM -I460 UNDERGROUND UTILITIES
DRY UTILITIES UNE 'D'
Stanley Consultants INC
•• M. ea* RA Ms MO le" 1 IL NM
trms 16.4 el InEmArd 1. 4.. 174