Loading...
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