Loading...
Contract - TxDOT - 8/25/2022 CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# 000009528 District #14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E STATE OF TEXAS § COUNTY OF TRAVIS § ADVANCE FUNDING AGREEMENT FOR VOLUNTARY UTILITY RELOCATION CONTRIBUTIONS ON STATE HIGHWAY IMPROVEMENT PROJECTS THIS AGREEMENT is made by and between the State of Texas, acting through the Texas Department of Transportation ("State") and City of Round Rock ("Utility"), WITNESSETH WHEREAS, Transportation Code, Chapters 201 , 221 , 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, Transportation Code, Chapter 203, Subchapter E, Transportation Code §203.092 authorizes the State to regulate the placement of public utility facilities along a state highway; and, WHEREAS, Texas Transportation Commission Minute Order Number 115291 , 115550, and 116073 authorizes the State to undertake and complete a highway improvement generally described as: add one northbound and one southbound non-tolled managed lanes, reconstruct ramps, and add frontage road and main lane auxiliary lanes ("Project"); and, WHEREAS, Utility possesses facilities that are affected by the above mentioned highway improvement and Utility, and the State agrees that it is more economical or efficient for such relocation to be effected by including said contract in the State's highway construction contract; NOW THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, to be by them kept and performed as hereafter set forth, the State and Utility do agree as follows: AGREEMENT 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 Utility will consider it to be in full force and effect until the Project described in this agreement has been completed and accepted by all parties or unless terminated, as provided. 2. Project Funding and Work Responsibilities A. The State will authorize the performance of only those Project items of work which are eligible for relocation reimbursements or for which Utility has requested and has agreed to pay for as described in Attachment A - Payment Provision and Work Responsibilities, which AFA Utility R-2022-288 (1 of 2) Page 1 of 5 Revised 04/23/2021 CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# U00009528 District #14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E is attached to and made a part of this contract. In addition to identifying those items of work to be 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 Utility and will be carried out and completed by Utility, at no cost to the State. The Utility shall be responsible for costs that are shown on Attachment B, Estimated Utility Costs, which is attached to and made a part of this agreement. B. If the Utility will perform any work under this contract for which reimbursement will be provided by or through the State, the Utility must complete training before a letter of authority is issued. Training is complete when at least one individual who is working actively and directly on the Project successfully completes and receives a certificate for the course entitled Local Government Project Procedures and Qualification for the Texas Department of Transportation. The Utility shall provide the certificate of qualification to the State. The individual who receives the training certificate may be an employee of the Utility or an employee of a firm that has been contracted by the Utility to perform oversight of the Project. The State in its discretion may deny reimbursement if the Utility has not designated a qualified individual to oversee the Project. C. Payment under this contract beyond the end of the current fiscal biennium is subject to availability of appropriated funds. If funds are not appropriated, this contract shall be terminated immediately with no liability to either party. 3. Termination A. This agreement may be terminated in the following manner: 1 . By mutual written agreement and consent of both parties; 2. By either party upon the failure of the other party to fulfill the obligations set forth in this agreement; or 3. By the State if it determines that the performance of the Project or utility work is not in the best interest of the State. B. If the agreement is terminated in accordance with the above provisions, Utility will be responsible for the payment of Project costs incurred by the State on behalf of Utility up to the time of termination. 4. Right of Access If Utility is the owner of any part of the Project site, Utility shall permit the State or its authorized representative access to the site to perform any activities required to execute the work. 5. Adjustments Outside the Project Site Utility will provide for all necessary right of way and utility adjustments needed for performance of the work on sites not owned or to be acquired by the State. 6. Responsibilities of the Parties and Indemnity Utility acknowledges that it is not an agent, servant, employee of the State, nor is it engaged in a joint enterprise, and it is responsible for its own acts and deeds and for those of its agents or AFA Utility Page 2 of 5 Revised 04/23/2021 CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# 000009528 District #14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E employees during the performance of the work on the Project. To the extent permitted by law, Utility agrees to indemnify and hold harmless the State, its agents and employees, from all suits, actions, or claims and from all liability and damages for any and all injuries or damages sustained by any person or property in consequence with the performance of design, construction, maintenance, or operation of the Utility facility. Such indemnity includes but is not limited to any claims or amounts arising or recovered under the "Worker's Compensation Law", the Texas Tort Claims Act, Chapter 101 , Texas Civil Practice and Remedies Code; or any other applicable laws or regulations, all as time to time may be amended. 7. Sole Agreement In the event the terms of the agreement are in conflict with the provisions of any other existing agreements between Utility and the State, the latest agreement shall take precedence over the other agreements in matters related to the Project. 8. Successors and Assigns The State and Utility 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. 9. Amendments By mutual written consent of the parties, the scope of work and payment provisions of this agreement may be amended prior to its expiration. 10. Inspection and Conduct of Work Unless otherwise specifically stated in Attachment A - Payment Provision and Work Responsibilities, 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 Utility Accommodation Rules as set forth in 43 Texas Administrative Code §21 .31 et. seq. adopted by the State and incorporated in this agreement by reference, or special specifications approved by the State. 11. Maintenance Upon completion of the Project, Utility will assume responsibility for the maintenance of the completed Utility facility unless otherwise specified in Attachment A to this agreement. 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, addressed to such party at the following addresses: AFA Utility Page 3 of 5 Revised 04/23/2021 CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# U00009528 District #14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E Utility: State: City of Round Rock Director of Contract Services Utility Director or Designee Texas Department of Transportation 3400 Sunrise Road 125 E. 11th Street Austin, Texas 78701 Round Rock, TX 78665 All notices shall be deemed given on the date so delivered or so deposited in the mail, unless otherwise provided in this agreement. 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. 13. State Auditor The state auditor may conduct an audit or investigation of any entity receiving funds from the State directly under this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. 14. Signatory Warranty Each signatory warrants that the signatory has necessary authority to execute this agreement on behalf of the entity represented. 15. Access to Information The Utility is required to make any information created or exchanged with the state pursuant to this contract, and not otherwise excepted from disclosure under the Texas Public Information Act, available in a format that is accessible by the public at no additional charge to the state. AFA Utility Page 4 of 5 Revised 04/23/2021 CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# U00009528 District#14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E Each party is signing this agreement on the date stated under that party's signature. THE UTI c\ITY Signature . q Craig Morgan Typed or Printed Name Mayor Title Date THE STATE OF TEXAS Tucker Ferguson, P.E., Austin District Engineer Date AFA Utility Page 5 of 5 Revised 04/23/2021 CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# U00009528 District #14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E ATTACHMENT A PAYMENT PROVISION AND WORK RESPONSIBILITIES 1. Description of the Work Items The parties agree that the existing waterline shall be relocated and adjustments shall be made along IH 35 from SH 45N to FM 1825. The waterline facilities shall be owned, operated, and maintained by Utility from and after completion and final acceptance by the State and Utility. The estimated total construction cost for the relocated and adjusted facilities is $298,259.00 The parties agree that it is their intent to complete the relocation improvements within this estimate of cost. 2. Actual Cost Agreement Utility will be responsible for paying all costs associated with the planning, specification, and estimate (PS&E) development, and construction of the proposed utility work to the extent such is not reimbursed pursuant to state law. All the costs associated with construction of the waterline items for the Project shall be provided as defined under the Standard Utility Agreement, Utility Joint Use Agreement, and/or the Agreement to Contribute Funds executed between the State and Utility. 3. Schedule of Payments A. At least forty-five (45) days prior to the date set for receipt of the construction bids, the Utility shall remit its remaining financial share for the State's estimated construction oversight and construction costs. Utility must advance to the State one hundred percent (100%) of its share of the estimated Project utility construction costs. The amount to be advanced for the utility improvements is estimated to be $ 197,674.08. (See Attachment B — Estimated Utility Costs) B. In the event the State determines that additional funding is required by the Utility at any time during the Project, the State will notify the Utility in writing. The Utility is responsible for one hundred percent (100%) of the authorized project cost and any overruns. The Utility will make payment to the State within thirty (30) days from receipt of the State's written notification. C. Whenever funds are paid by the Utility to the State under this agreement, the Utility will remit a warrant made payable to the "Texas Department of Transportation." The warrant will be deposited by the State and managed by the State. Until the final Project accounting, funds may only be applied by the State to the Project. D. Upon completion of the Project, the State will perform an audit of the Project costs. Any funds due by the Utility, the State, or the Federal Government will be promptly paid by the owing party. 4. Work Responsibilities A. The Utility shall provide the following services under this contract: i. Responsible for engaging the services of a Texas Registered Professional Engineer to prepare drawings and technical specifications for waterline relocations and adjustments along IH 35 from SH 45N to FM 1825. AFA Utility Page 1 of 3 Attachment A CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# U00009528 District #14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E ii. Provide the plans and specifications to the State to include in the current planning specifications and estimate package being prepared by representatives of the Texas Department of Transportation's North Travis Area Office. iii. Secure all necessary permitting as may be required for the installation of the waterline line. iv. Arrange and coordinate with the contractor, through the State, materials and equipment testing, rejection of all work not conforming to minimum requirements of the construction contract documents, maintenance of the proposed waterline during construction, and the relocation of the waterline and connection of services to customers. v. Advise the State of work that Utility determines should be corrected or rejected. vi. Arrange, observe, and inspect all acceptance testing and notify the State of the results of these activities. vii. Provide inspection services for the construction, notify the State of defects and deficiencies in the work, and observe actions of the contractor to correct such defects and deficiencies. viii. Assume all responsibility for the maintenance of the existing waterline during and upon completion of the construction contract. ix. Ensure all Texas Commission on Environmental Quality and all other regulatory rules, regulations and laws are strictly adhered to. x. Prepare and submit both a certificate of substantial completion and a list of observed items requiring completion or correction for the relocations and adjustments to the Project Engineer for concurrence. xi. Coordinate all construction activities performed by Utility's staff for the relocations and adjustments through the Project Engineer. B. The State shall provide the following services under this contract: i. Combine the waterline relocation and adjustment plans with the plans being prepared for the Project. ii. Review and approve the final construction plans prior to any construction-related activities. In order to ensure federal and/or state funding eligibility, projects must be authorized by the State prior to advertising for construction. iii. Advertise for construction bids, issue bid proposals, receive and tabulate the bids, and award and administer the contract for construction of the Project. iv. Negotiate and administer all field changes and change orders required for the Project. All change orders increasing construction costs for Utility's Project shall be submitted to Utility for review and approval together with an evaluation. Utility agrees to review and either approve or disapprove all change orders within five (5) business days after receipt of such order unless Utility Board's approval is necessary in which case Utility shall bring the item to Utility Board as soon as reasonably possible. v. Provide overall project management to supervise the day-to-day activities of the construction and monitor the activities of the contractor to promote the timely and AFA Utility Page 2 of 3 Attachment A CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# U00009528 District #14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E efficient completion of the Project in accordance with the approved Plans and Specifications and construction schedule. vi. Conduct field observations and coordinate with Utility's inspectors and the contractor to cure defects and deficiencies in the construction prior to final acceptance. vii. Make timely payment to the contractor for work performed in connection with the Project. viii. Ensure access and permit Utility's inspectors and other authorized representatives to inspect the waterline construction at all times. ix. Conduct and coordinate final inspection of the Project in the presence of Utility's Engineer and Inspector, transmit final list of items to be completed or repaired and observe contractor correction of same. x. Maintain job file. AFA Utility Page 3 of 3 Attachment A CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# U00009528 District #14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E ATTACHMENT B ESTIMATED UTILITY COSTS Based on various calculations, following are those amounts due and payable for Utility's costs associated with this project. Total Estimated Costs $298,259.00 Less Betterment Amount Due from Utility $197,674.08 Amount of total utility relocation Costs $100,584.92 Estimated Amount Eligible for Reimbursement (Calculated eligibility Ratio — 100%) $100,584.92 Amount of Utility Adjustment Due from Utility $197,674.08 Estimated amount to be included in Construction Agreement A. Betterment $197,674.08 B. Utility Adjustment $100,584.92 GRAND TOTAL $298,259.00 Betterment Ratio Calculation Estimated Betterment Costs 1 . Extend 12" Waterline Betterment Calculation: Total Costs of Betterment (Estimated) - $211,104.00 Total Costs of Project (Estimated) - $421,680.44 AFA Utility Page 1 of 2 Attachment B CSJ #0015-10-062, #0015-13-389 ROW CSJ #0015-10-065, #0015-13-406 Utility ID# U00009528 District #14-Austin Code Chart 64 #36750 Project: Capital Express North- IH 35 from SH 45N to FM 1825, from FM 1825 to US 290E Betterment Percentage for final cost determination: 50.07% of final cost of relocation Determination of Betterment- Comparison of estimated cost to replace "as is" versus estimated costs associated with the betterment. Item A: $210,576.44 is the estimated cost of relocation, replacing "as is." Item B: $421 ,680.44 is the estimated cost of relocation with betterment. AFA Utility Page 2 of 2 Attachment B Form ROW-U-35 (Rev.10120) Page 1 STANDARD UTILITY AGREEMENT U Number: Utility ID: UOD009528 District: Austin County: TRAVIS Federal Project No.: F 2022(459) Highway: IH 35 ROW CSJ: 0015-10-065; 0015-13-406 From: US 290E Highway Project Letting Date: 412022 To: SH45N This Agreement by and between the State of Texas, acting by and through the Texas Transportation Commission, ("State"), and City of Round Rock , ("Utility"), acting by and through its duly authorized representative, shall be effective on the date of approval and execution by and on behalf of the State. WHEREAS, the State has deemed it necessary to make certain highway improvements as designated by the State and approved by the Federal Highway Administration within the limits of the highway as indicated above (the "Highway Project"); WHEREAS, the proposed Highway Project will necessitate the adjustment, removal, and/or relocation of certain facilities of the Utility as indicated in the following statement of work: Existing 16" DI WL is in conflict with relocation of overhead electric facilities. It was determined during utility coordination that a new alignment of the existing 16" WL within TxDOT ROW was in the best interest of the project. There is also elective betterment of a 12"WL to fill in a gap in the water system. and more specificallyas shown in the Utility'splans, specifications and estimated costs,which are attached hereto as Attachment"A". WHEREAS, the State will participate in the costs of the adjustment, removal, and relocation of certain facilities to the extent as may be eligible for State and/or Federal participation. WHEREAS, the State, upon receipt of evidence it deems sufficient, acknowledges the Utility's interest in certain lands and facilities that entitle it to reimbursement for the adjustment, removal, and relocation of certain of its facilities located upon the lands as indicated in the statement of work above. NOW, THEREFORE, BE IT AGREED: The State will pay to the Utility the costs incurred in adjustment, removal, and relocation of the Utility's facilities up to the amount said costs may be eligible for State participation. All conduct under this agreement, including but not limited to the adjustment, removal, and relocation of the facility, the development and reimbursement of costs, any environmental requirements,and retention of records will be in accordancewith all applicable federal and state laws, rules and regulations,including,without limitation,the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act, 42 U.S.C. §§4601,et seq.,the National Environmental Policy Act, 42 U.S.C.§§4321, et seq., the Buy America provisions of 23 U.S.C. § 313 and 23 CFR 635.410, as amended, Texas Transportation Code § 223.045, the Utility Relocations, Adjustments, and Reimbursements provisions of 23 CFR 645, Subpart A, and the Utility Accommodation provisions of 23 CFR 645, Subpart B. Initial Date Initial ate TXDOT Utility Form ROW-U-35 (Rev.10120) Page 2 The Utility shall supply, upon request by the State, proof of compliance with the aforementioned laws, rules, regulations, and guidelines priorto the commencementof the adjustment, removal, and relocation of the facility. The Utility shall not commence any physical work, including without limitation site preparation,on the State's right of way or future right of way, until TxDOT provides the Utility with written authorization to proceed with the physical work upon TxDOTs completion and clearance of its environmental review of the Highway Project. Any such%ak by the Utility prior to TxDOTs written authorization to proceed will not be eligible for reimbursement and the Utility is responsible for entering any property within the proposed limits of the Highway Project that has not yet been acquired by TxDOT. This written authorization to proceed with the physical work is in addition to the authorization to commence work outlined below. Notwithstanding the foregoing, the provisions of this paragraph are required only when TxDOT has not obtained completion and clearance of its environmental review of the Highway Project prior to the execution of this Agreement by the State and the Utility. The Utility shall comply with the Buy America provisions of 23 U.S.C. §313, 23 CFR 635.410, as amended, and the Steel and Iron Preference provisions of Texas Transportation Code § 223.045 and, when products that are composed predominately of steel and/or iron are incorporated into the permanent installation of the utility facility, use domestically manufactured products. TxDOT Form 1818 (Material Statement), along with all required attachments, must be submitted, prior to the commencement of the adjustment, removal, and relocation of the facility,as evidence of compliance with theaforementioned provisions.Failureto submit the required documentation or to comply with the Buy America, and Steel and Iron Preference requirements shall result in: (1) the Utility becoming ineligible to receive any contract orsubcontract madewith funds authorized underthe Intermodal Surface Transportation Efficiency Act of 1991; (2)the State withholding reimbursement for the costs incurred by the Utility in the adjustment,removal, and relocation of the Utility's facilities; and(3) removal and replacement of the non- compliant products. The Utility agrees to develop relocation or adjustment costs by accumulating actualdirect and related indirect costs in accordance with a work order accounting procedure prescribed by the State, or may, with the State's approval, accumulate actual direct and related indirect costs in accordance with an established accounting procedure developed by the Utility. Bills for work hereunder are to be submitted to the State not later than one(1)year after completion of the work. Failure to submit the request for final payment, in addition to all supporting documentation, within one(1) year after completion of the work may result in forfeiture of payment for said work. When requested, the State will make intermediate payments at not less than monthly intervals to the Utility when properly billed. Such payments will not exceed 90 percent(90%)of the eligible cost as shown in each such billing. Intermediate payments shall not be construed as final payment for any items included in the intermediate payment. The State will, upon satisfactory completion of the adjustment, removal, and/or relocation and upon receipt of final billing prepared in an approved form and manner and accounting for any intermediate payments, make payment in the amount of 90 percent(90%)of the eligible costs as shown in the final billing prior to audit and after such audit shall make an additional final payment totaling the reimbursement amount found eligible for State reimbursement. Alternatively, the State agrees to pay the Utility an agreed lump sum of $ N/A as supported by the attached estimated costs. The State will, upon satisfactory completion of the adjustments, removals, and relocations and upon receipt of a final billing, make payment to the Utility in the agreed amount. Upon execution of this agreement by both parties hereto, the State will, by written notice, authorize the Utility to perform such work diligently and to conclude said adjustment, removal, and relocation by the stated completion date which is attached hereto in Attachment"C". The completion date shall be extended for delays caused by events outside the Utility's control, including an event of Force Majeure, which shall include a strike,war or act of war(whether an actual declaration of war is made or not), insurrection, riot, act of public enemy, accident, fire, flood or other act of God, sabotage, or other events, interference by the State or any other party with the Utility's ability to proceed with the work,or any other event in which the Utility has exercised all due care in the prevention thereof so that the causes of other events are beyond the control and without the fault or negligence of the Utility. —C--- Initial Date Initial Da e TxDOT Utility X Form ROW-U-35 (Rev 10120) Page 3 This agreement in its entirety consists of the following elements: Standard Utility Agreement—ROW-U-35; • Plans, Specifications and Estimated Costs (Attachment"A"); • Accounting Method (Attachment"B"); • Schedule of Work (Attachment"C"); • Statement Covering Contract Work—ROW-U-48 (Attachment"D"); • Utility Joint Use Agreement— ROW-U-JUA and/or Utility Installation Request— Form 1082 (Attachment "E-), • Eligibility Ratio(Attachment F"); • Betterment Calculation and Estimate(Attachment"G"); and • Proof of Property Interest—ROW-U-Affidavit (Attachment"H"). All attachments are included herein as if fully set forth. In the event it is determined that a substantial change from the statement of work contained in this agreement is required, reimbursement therefore shall be limited to costs covered by a modification or amendment of this agreement or a written change or extra work order approved by the State and the Utility. This agreement is subject to cancellation by the State at any time up to the date that work under this agreement has been authorized, and such cancellation will not create any liability on the part of the State. However, the State will review and reimburse the Utility for eligible costs incurred by the Utility in preparation of this Agreement. The State Auditor may conduct an audit or investigation of any entity receiving funds from the State directly under this contract or indirectly through a subcontract under this contract,Acceptance of funds directly under this contract or indirectly through a subcontract under this contract acts as acceptance ofthe authority ofthe State Auditor, under the direction of the Legislative Audit Committee, to conduct an auditor investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. The Utility by execution of this agreement does not waive any of the rights that the Utility may have within the limits of the law. It is expressly understood that the Utility conducts the adjustment, removal, and relocation at its own risk, and that the State makes no warranties or representations regarding the existence or location of utilities currently within its right of way. Initial Date Initial ate TxDOT Uti I ity Form ROW-U-35 (Rev.10,20) Page 4 The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party represented. UTILITY EXECUTION RECOMMENDED: Utility: City of Round Rock Name of Utility Di rectorof TP&D(or designee),Austin District By: f 1(1 Authorized,Signat THE STATE OF TEXAS Craig Morgan Executed and approved for the Texas Print or Type Name Transportation Commission for the purpose and effect of activating and/or carrying out the Title: Mayor orders, established policies or work programs heretofore approved and authorized by the f Texas Transportation Commission. Date: g 25(22 ((( By: District Engineer(ordesignee) Date: Initial Date Initial ate 1111 TxDOT Utility Form ROW--U-35 (Rev.10120) Page 5 Attachment "A" Plans, Specifications, and Estimated Costs All material items within cost estimate that must meet Buy America or Steel and Iron Preference Provision requirements must be indicated with an asterisk (*). Currently, we do not have Buy America required materials planned for this project. In the event that Buy America compliant materials are used during construction on this project, compliance documentation will be provided. There are non-domestic iron and steel materials in this project that fall under the De Minimus equation. Calculation showing the total cost does not exceed one-tenth of one percent (0.1 %) of the individual utility agreement amount or $2,500.00, whichever is greater is required. ✓ We understand the Buy America Compliance Requirements and will supply the required documentation to TxDOT indicating compliance with this provision. The following documents will be supplied prior to installation of the materials: 1) Form 1818 - Material Statement 2) Material Test Reports or Certifications Initial Date Initial Date TxDOT Utility REWIRED: _ " B LF 200 WATE12'R DI.l. STA 0.00 TO I. 006.97 / _z IWL-011 - -"STA ' �,- STA At 3�•. ._ [�.. >>� INs1aLL Pszt Elective Betterment flESIHAIH 20 LF OF EXISTING 1 90 D.AP 1' I .,1 •`4`'� 12' WATER WIN - 1 oF�4s I - 12"112 AEI CONNECT ION �" 15 Pu. .54.�, 'EFFECTIVE 9ECSM 12-01 --ti_ BETTERMENT 2G 0 20 40 _ STA 0.00 REOMIREOs ` 5 LNSTALLAT . STA 2461.67.15, 200 73 ' 6 LF - 12' 0.1. CL200 WATER IN 'T 117-LTIML f 351 .'. STA 0.06.93 TO STA 0.12,42 IWL -011 S• Of F2'W 0 2 0 2 4 REMOVE E%1 ST TNG PLUG - N PROP TELCO Q� SCALE. 1' 40' IHI M i CONNECT TO EXISTING 12" �,EXIST IMG J �0•� STA 0.12.42 HYL X011 - I• • 4' TVI WaTERNA[N ', 12' WATERLINE STA 2467 89.28, 194.06' LT IML G 351 EXIST ROW M-j WITH INSTALL 1 - 90.0.1. MJ BE '/ REQUIREDI t. 1 45' MJ DEND 31 LF - 12" D I. I - 45 D.I.DIMJ RENS J 1 - MJ ADAPTER �' CL2P0 WATER MAIN / S' I -MJ ADAPTER - Ld 2" 0.1. FATE VALVE STA 0.12.42 TO STA ---I- •• - --- PROPOSEC WATER MAIN y.. :4J1 ( D.39.971NL -011 / ., _.LtT'iy�1""=... _,'e::{:{+� -..,.�,«.EFr,-'�- FOT-�--1 _ �•1 r`£I':? � - -- -p�' "•I III - •_f•• .yy _�i�, 1 z w W3-12"-U E%ISI IND WATER WIN .INSTALL: TFyEOU[REP r - r. _ 1 00 r l i 2.00 } F-1� -..-._-..--. EXISTING HOW sTA o.t5.00 tWL on -. tj�o�?w?- J� Z00 LF - 12• HDPE DRI I IHDO} -..-..-..-..- PROPOSED ROW I - 12- NOPE TO 0.1. ADAPTER STA 0'75.00 TO 570.2.75.00 IWL -011 d Q� _ -I - 12' 0.1. CATf VALVE JI / r�� --_ - -- -- .__ .. �E1- 20 PROP05EO OH ELECTRIC REOOIflEG; l0 12 LF - 12' 0.1. CL200 WATER MAIN !C Qry PROPOSED GATE VALVE -PROP ROW �EEJ,7 ,1 �p STA 0.•..62`75 TO STA 0.75.00 IWL-011 r STA 2.75.00 IWL.011 N --------IR-35 -NBM- - ;1'-'-rf-r•-ir+�-- - INSTALL:• �"' �"��� MQ �-i PROPOSES TEE STA 0.62.TS IWL -D11 s / STA 2467.85.67, TSB.721.7 IVt C ]51 1 - 12" HDPE TO 0.1. ADAPTER - --[NSTALLI- ""- - 1 - 12' 0.1. GATE VALVE IMJI "--- T/! NOTES - - - - -i - 45' 0.1. MJ SEND- f --/ - -- --- I. ALL WATEHLINE BENDS MJ 1DAPIER _ _REQUIRED: f - _ F17TINGS, AND YALVf•5 T4 - -- REDUIREOs��/ , RATL 12ER MA1N• D.S. CL200 !--,11 BLOCIEfEORAIkED AND THRUST }- 23 LF - 12'0.1. CL200 WATER VAIN STA 2`751 1' ! 2. CONTRACTOR TO FIELD STA 0.39.BT TD STA 0.62.75 {WL -011 _ �TO STA 3.40.00 - VERIFY ALL EXISTING / // 1 / ,� :__:= - - IWL-011 UTSLIIY ELEVATIONS PRIOR --_`-- _ �STA 0.39.87 IWL .CII --` - TO CONSIROCT ION. -- --__ STA 2167.70.02. -T IML Q 75! 3, HDPE PIPE SHALL OE 512E0 INSTALL / USING DIPS TO MATCH 45• D.1. U: h_., DUCTILE IRON PIPE SIZING. r--Mi 1- .J •., 4' SEAT ON EHAI RBASCONON I4-35 wmt,A- FOR PROFILE VIEW SEE SHEET 2 OF 4 'y�4 E DF`Tf`9r'II 4 % ARNOLD GONIA{,FS, JR. 2467+65 r......... ........ ..........r 11 138234 l i Ai 061022022 !. ROUND ROCK TEXAS �OLKLRT F-12679 `Tsx-A DP,,fTI @M of 72f7I=porbWan IH 35 CAPITAL EXPRESS a` CITY OF ROUND ROCK BETTER11AW PLAN AND PROFILE z' SHEET I OF 4 0015 10 062 TC. IN 35 40 FOR PLAN VIEW SEE SHEET 1 OF 4 z a — z• _ . __ - _ - --_ . aCALEI I- - 40' 191 I• - a• 111 STA 0.00 816 BEGIN WL>•O1 816 REWVE EXIST'.J' - 6 CONNECT TO LA i3OT 12"WATER MAIN - fL 806.18 012 J .. -. 812 12' 0.1. CL200 `. ' , I EXIST GROUND WATER MAIN 1 • -5.56X \\\ 6 LF OF �.j ` - ,:II 12• 0.1- CL200 z WATER MAIN \ it / ' PROP OROUNO- •-5.58X u 808 27 Lf OF \, .•' �-'� 20LF OF 808 12.0.1. CL200 WATER MAIN' aI ' /--- ' "'""'--' 12' 0.1. CL200 WATER MAIN • -5.58% •0-862 +� 27 LF OF U• f 45 LE OF 1 1 12" 0.1. CL200 WATER MAIN ( : 12. 0.1. CL200 WATER MAIN •-5.58L OF •7.202 0 z^0.1. 2L200 WATER MAIN \.�'1E I" Tr NOTES: • -5.500 - • - - 'F I. ALL WATERLINE RENTS STA 2.75.00 M FITTINGS, AND VALVES TO gD4 t 1 - 12• D.I. TO HOPE ADAPTER 804 BE RESTRAINED AND THRUST .. ....o' o ........ .... 1 - 12" 0.1. GATE VALVE full - ..'....'.Q BLOCKED. m1. 2. CONTRACTOR TO FIELD VERIFY ALL EXISTING cm UTILITY ELEVATI6NS P4,fn _ • TO CONSrNMCFION. ], ROPE PIPE SMALL BE SI[,I: _ W USING DIPS TO TWITCH c i = DUCTILE IRON PIPE SIZING. $ ,oa z �.;o w! a .` a. o �s t73 CI _— 800 6. a o o .Tn N ? - - -. .. M 800 .-:-.5. -..4.44‘1, OF 4.44 f L ii O r -,' -••-... 12• NOPE DRI)IHDyI_• a - ► .n x MY - f _ • ` % STA 0.05.00 f - - ARNOLD ,",`J4ZA F5, .;R. ✓, - - 12-0.1. t0 HOPE ADAPTER 1 - 12.0.1. GATE VALVE MAD STA 3.71-48 - - ` EX 21- WW rf . 982,34 • 796 FL Bo1.as 796 )lid' 4 0.%',"-' VERTICAL SEPARATION) ll;S/O -t _ W. I'���v- 06102/2022 FQ « 792 ;. ..... i 792 `"' ROUND ROCK TEXAS ,41 VOLKERT F-12679 - ,Taxes Depertmeaf of 7lan•portr0lofr IN 35 CAPITAL EXPRESS ag CITY OF ROUND ROCK NO BETTERMENT PLAN AND PROFILE - 'o - c - - 0 SHEET 2 OF 4 cZill 0.00 1.00 y 2.00 4 3.00 5 10 j062,�ETC . IN 75 ol- a.- TRAVIS 4444 16' DA. CL200 RATER MAIN] a r.46,20 TO CUT 0 RESTORE PAVEMENT BEGINNING - _2 I1LCIN 5rls ENO STA: 5Y' 5-A. T -5.63 }` MILT 4.54.00 4.00.00 15,1 :h5"dl I ■m.POREfl 5.70.00 6.12,00 +s.i Elective Betterment x 6 O.I. ANCHOR TEE W/ POLES 2 RETAINER GLANDS RE-ILI151514 T ,. GATE RETAINER GLANDS AND EXISTING 0 e REDUCER I 16•WATER LINE 1- •R-NYO2. . 7 W2-16'-8 20 0 20 40 In 25 L.F. fi D 1. WATER VAIN MJ I RFOUIRFO: 1- REMOVE 1 SALVAGE EXISTING FIRE H7�IRANT _ 2 7 2 214 LF - 12' ELI. CL200 WATER MAIN SCALES 1• 40' 141 pM STA 3.10-00 TO STA 5.53.59 ITR .411 2EEXISTVE�NG WATERND SE.VALVES F O1 441 } PROP-TELCO NT :..�-. - --•---• 1EFFECTIVE REQUIRED. IRED. BHORIZONTAL HORIZONTAL Ed�ITS, ..[O� .•�. i + ftI MJ In ' INSTALLATION STA 5+53. RClT-.DEALLCTON ,WATER MAIN 10 M f OF 12'WL STA 6.82.33 8E REMOVED V w- fTTNG YSiING _ I e W -- ---PROPOSED WATER MAFNSERVE �Z. a - ii�V --d: L.. <: $ .�as PROP ---EXISTING WATER MAIN w0:1 /NW3 72 Z • ! v EXISTING ROW - -- 1W�--•p �,r '�"-' � M.: -.�w"- � c0RR T%DOT CO ICTr i Z IT • 7 0�V_6 00� � TIERMENT•_ REPLACEMENT -� -.. .. ..-.. PROPOSED ROW ~ W~ _ NT J..Q - ,y, 00 J f PROPOSED OH ELECTRIC ----- > r or Q STA CO7.40. 1WL .017 (.�� PROPOSED GATE YALE QN IST T,EO _REQUIRED. -i7' D.1. 21200 WATER MAIN INSTALL. -M I � s„ MQ Ln 3rJ STA 5.53.59 TO 6.62,331WL •011 t - l5"%42" D.I. REDUCER IMJI---'�' - 4N F I PROPOSED TEE I- STA 7.59.95 In 4011 _M.4 - 1 - - - - -- -_-- 14 2470.79.31, 140.53' LI IML 0 351 F INS _- 1 - 16-x16' 0.1. TEE IMJI 1. AES• NOTES: - ----_ -- _1 - 12' 0-1. LATE VALVE OM WATERLINE _._ _ _ _- _.._ _ ___ _. ___ iND RENDS, _ 2 - Ib- 0.1. GATE VALVE [MJI I '` FITTINGS, AND VALVES TO CITY OF ROUND ROCK TXDOT CONNECT TO Egi51140 °J - BLOCKED. AND THRUST 4ETTERMtM _ CONFLICT REPLACEMENT 16' WATER MAIN 2. CONTRACTOR TO EIEL.D .,p, WITH 16' 0.1. LJ SOLID SLEEVE VERIFY ALL EXISTING T STA 0+00 TO 7+57.94 STA.7+17.94 T010+84.56 AND 14.1 WITH ELEVATIONS PRIOR 4 A 2467+82,5 TO_2476+3491 EML.CL 3$STA 2476+36.91 T02477+94.89(ML CL 35 1-WET CONNECTION 16•WATER 3. TOAi1NSTRUCTION.ASED ON 111-35 rl EXI51100 16` WATERLINE ._ MAINLANE ALIGNMENT 2 616 2474+90 8)6 _ti4\L 9 .r£k4ET S PROP GROUND - i•i. .•FT2 16" D.I. CL204 WATER MAIN 40 LF OF - / 0000111 GONZALES. JR. f u __ -�-�-.� 1 •4,OSx +! 98234 i `s 812 .I ..... -.._ PROP 1160X02 p .812 11°',,,•(/ O 14,E fCNSE, �a Q_ _ EXIST 600000 - MJ D.1. REDUCER + L\'TS ioNAi Eby 1) i a2"LO,OG• 1. CL 260 WATER MAIN r-- .!..i ` x��••��' 0614212022 >< o 1.482 z 808 N BOB .I .y�. ROUND ROCK TEXAS W - o } H 12. 0-1. CL260RWATER MAIN•0.66X ¢ Z '" �TOLKERT STA T.59.9 r :n '� �, - CONNECT 10 EXISTING 16"WATER MAIN-- x >J _ WITH 16' .I. MJ SOLID SLEEVE .0...4 = 1 12619 S AND NJ ADAPTER i 1 - 16•016"D.I. TEE IMP ®.w, ALE C3 ARIN4-. 804 _• _ }y 2 - 1 b' D.1. GATE E VALVE 1114.11 �..- I . 804 --- 7 - WET CONNECTION 16'WATER TL 849-00 "Mx*., YIW Department of T77Wputatlen >e. IH 35 CAPITAL EXPRESS aCITY OF ROUND ROCK BETTERMENT Boa _ _ _.. _ 900 PLAN AND PROFILE is - - 5•+E11 3 U1 �¢_ m ,� 1. c ,. _ m ,.. 0015] 10 '' ''. C. 14 35 ' 4.00 5.00 G =: T.00 . .• .0,w. o:. 1 60 TR45YES 4413' y�{4y4f++eF•.'ua=.PAYEI9EN1 FORCED BETTERMENT WATER- 1~ S' 10.64.49 101•0lf ! y..Y1N$TAS E+,]STA: 5Y CONFLICT LINE 11E-IN LOCATION 70 l STA 2411.90.32, 162.59' Lt IML C 35] I•1•.00 8.52.00 Is.t WITH POWEM :'EXISTING WATER LINE 4.76.00 9.-82.0.6 26.2 MOVED DUE TO CONFLICT C) INSTALL. POLES WITH OR]YEWAT V 1 - 45• D.I. MJ BEND �'7. 9.26. B 0.64.56 19.2 6910FRE-ALIGNMEN.T t -MJ ADAPTOR AND£XISTING REQUIRED: 16'WATER LINE 260 LF - I6' D.1. - END WL+OIJ ■2-16•-B ..C12130 WATERMAIN STA IQ.89.50 STA T+80.80.0000 10 (HZ • 10.39.29IWL.011 1 STA 2417.94.09, 163,07' LT tWL C 351 CONNECT TO EXISTING TA'WATER MAIM 20 0 20 40 • • 45' MJ 0.1. BEND 2 0 2 4 _ 296 IF OF EX/STING 15' WATERLINE EASEMENT I- I6' D.1. DETAINER GLANDS SCALE: I' 90' fH1 WATER MAIN • I• I6' D.I. GATE VALVE MJI' • 9' TVI In TD BE REMOVED N WET CONNECTION TV RATER flMa PROP TELCO EXIST PROP ON -RESTRAIN 20 IF �1 "; t • RON OF EXISTING 16' _ PROP t / ZZ• .J— 12+ '• ' ZJ.9D 1WAI _Y e•oe N(. �.�1 ,7 � __..' --. —.� - - RSDL`REDI6'O.I. [L200 WATER MAIN" J0I STA 10.69.99 TO 10•H4.56 SRL .DSI PROPOSED OH ELECTRIC S, PROPOSED GATE VALVE Sr �WA1ER L INE IN L'�•�—35—NBFft Sr._ PUC INCLUDCHMENTEH 1N fl1 IFR- I E.)Q Al1AC1iCN1 H 31 IF- 16' 0.1. CLEW WATER 0 l PROPOSED TEE 1—N • _ _ _ .,STA 10.39.29 10 10.69.9900E .011 - _- NOTES: Q _.- - 1. ALL WATERLINE BENDS, -Tl 14.19.29 I, 4011 - - - FEFITTINGS,ISEO ANO0 VES TO THRUST M1/) - - ---INSTALL.•58.T2, 190.7]' LT OA.C 751 _, BLOCKED. 1 - 45' D.1. MJ BEND—_ --' ----- 2. CONTRACTOR TO FIELD - 1 -MJ ADAPTER - - _ VERIFY ALL EXISTING - UTILITY ELEYAI IONS PRIOR TO CONSTRUCTION. ___-_--�" _-�- - f 3. STATIONING BASED ON IN-35 -------- MAINLANE AL LGNMEN1 2478+70 n PROP GR04N0 0 816 -._4444_ ..__.._ - __4444 BI6 �-------ii"`‘‘SE rfT _ _ __. --...-1\ .. „I'r.` :tf/ /. __-.... .1.7\\ .`._.— / 2 ARNOLD GON0ALLS, JN, s- r `-EXIST GROUND _ 77 ' 38234 W 31 IF OF \' IS LF OF - ITP :Qr + BIZ ^ • 16' D.I. CL200 WRIER MAIN X - IS' 0.1. [L200 WATER MAIN • .812 110,x,• I/GENS[-� N4'r 02 •0.052 •0.05X 1T\\,/O”`�Nr,\ n 06/02/2022 r w a 4444 - -..266 LF.OF IA' D.C. CLODS WATER MAIN•0.052 I 808 U.I m END WL+o1 868 ROUND ROCK TEXAS - . - .. .. ... - 51A 0479.56 ' STA 12477.60.20 T{ Z 31.10' LT I(FRNB1OLKE • n J-JT-I , r: CONNECT TO EXISTING 16- WATER MAIN 4444... 4444. -...-4444. - _ o 8 INSTALL: -. 4444... 0 1- 45' MJ 0.1. REMO i = - 1- 16' D.1. RETAINER GLANDS F1Z6T4 _ 0 n m 8 a i- 1- 16' D.I. GATE VALVE NJ F 3)�, 1-WET CONNECTION 16- WATER 804 Q ... w FL 006.1B -. .809 f 73r1W D•plftnt•nr a 7hnnappft•tIon u M IN 35 CAPITAL EXPRESS oS CITY OF ROUND ROCK o BETTERMENT �: 000 PO m2. m Foo PLAN AND PROFILE p - - A SHEET { OF 1 m c. m m m e m F., o o- a a a m' m m m m tn.. Y1i . LL ,. 4 LL , 4 - 0015 IQ 1062, ET0. 1N 35 rt.: 4.00 10'00 - -- ALIS TRAVIS 4446 Utility Adjustment for TxDOT Project xco-5-TAN-.,Fr City of Round Rock•Water RC51: 0015-13-406 IH 35 CapEx North-SH 45N to US 290E Utility IDE: U00009528 ESTIMATE fm PROP03El./Ur./ :<r:e Ec: c.s,tENT UNUs1BER: NA Ts DOT Bid 111 Lane Item I item Desception Unit Quantity 5/Unit Total Item# CUT&RESTORE PAVEMENT SO.YDS 91 5130.00 $ 11,869.00 TRENCH EXCAVATION PROTECTION LF 885 54.00 5 3,540,00 WTR(RESTRAINED JOINT)(DI)12"(ALL DEPTHS) LF 545 5135.00 S 73.57500 WTR(RESTRAINED JOINT)(DI)16"{ALL DEPTHS) LF 345 5140 00 5 48,300.00 BORE OR JACK PIPE(16"HOPE DR 11)12" WATER LINE ENCASEMENT PIPE LF 200 $330.00 5 66,000.00 VALVE(GATE)(12") EA 4 53,500.00 $ 14,000.00 HDPE TO DI ADAPTER MEGALUG) EA 2 5200.00 S 400.00 VALVE(GATE)(16") EA 3 56,500.00 $ 19,500.00 WET CONNECTION 12"DIA X 12"DIA EA 1 $5,000.00 S 5,000.00 WET CONNECTION 16"DIA X 16"DIA EA 2 $8,000.00 $ 16,000.00 FIRE HYDRANT E-A 1 55,000.60 $ 5,000.00 FH WTR SERVICE CONNECTION(6") LF 25 575.00 S 1,875.00 RMV AND SALVAGE EXIST FIRE HYDRANT EA 1 $500.00 $ 500.00 DI FITTINGS TON 3 56,000.00 $ 18,000,00 ABND/RMVIDISPOSE EXIST LINE(ALL TY(SZ) LF 336 820.00 $ 6,720.00 Ip REMOVE AND DISPOSE EXIST WATER VALVE FA 2 51.000.00 $ 2,000.00 WATER MAIN TESTING&DISINFECTION LF 1.090 $2.00 5 2,180.00 =IlliMal"1'71. y.Sq ", *4et7IYfi3l_i*P 1 4• 5 •r $ J1,1•• SUBTOTAL 5 298,259.00 MATERIALS SUBTOTAL 5 298,259 CO • Indicated items are being tracked For BUY AMERICA COMPLIANCE and SWI be documented using Form 1818 and all supporting documentation poor to Installation, X Indicated items are IRON or STEEL,but will not be tracked for BUY AMERICA Sum of Oe Mmuws COMPLIANCE due to falling under the DE MINIMUS o102,500,or.1%of the project 54 DO Items total cost,whichever it nrrmter. Internal Labor Costs-documented with Certified Leder at•aymeoI SUBTOTAL External Labor Costs•documented with Invoices and I or checks LABOR SUBTOTAL Line Item(Item Description Unit Quantity SlUntt Total Sr,Tech Advisor HR 12 5231.25 $ 2,53500 Duality Manager HR 24 5197.58 S 4,741.92 Sr.Engineer HR 84 5189.98 5 15,958.32 Protect Engineer HR 180 $151.98 $ 27,356.40 EIS HR 260 5104.87 5 27,266.20 Sr.Eng Tech HR 12 $112.71 $ 1.352 52 Sr.CADD Operator HR 28 $10639 $ 2.978 92 CADD Operator HR 160 588 55 5 14,104.00 y._ •mei ercca HR 4 560.79 5 243.16 SUBTOTAL EIIMIJO Internal Engineering-Costs Documented with Certified Ledger al payment. SUBTOTAL Internal Survey 1 Landman SUBTOTAL Internal Inspection SUBTOTAL lEIN Internal Administration SUBTOTAL 111.1. Internal Enrineerinti Some f Ins•ectionl Administration Overhead OV''H A•('/o) Enter%4 applicable 0,00% 5 - SUBTOTAL 113.111. External En.ineenn•-Cosi documented with INVOICES and/or CHECKS Project Manager HR 28 5243 31 5 6,812 68 Deputy Project Manager HR 6 5215 02 5 1,290.12 Prated Enq'meer HR 56 5161.26 $ 9,030.56 —. Sr.Eng/nen/1g Tech HR 78 $113.17 S 8,82728 Adrnln:Clenea't HR 6 570.73 $ 424.38 Reimbursables EA I $500.00 5 500.00 SUBTOTAL 18.111121101111 External Survey!Landman SUBTOTAL EM External Ins•ecrion SUBTOTAL _I Engineering!Administration 1 Inspection SUBTOTAL SUMMARY: TOTAL PROJECT COST 1$ 421,680.44 1 Amount Payable in TxDOT Contract(Joint Bid) I$ 394,795 44, Gross Reimbursable In Utility I$ 26,885.00 I Amount Doe to TxDOT Via an Advance Funding Agreement I$ 197,674.08 1 SALVAGE(existing lire hydrant assembly 500 lbs X 5..10)and/or Depreciation CREDIT S 50 00 I BETTERMENT RATIO' 50.07% I Ratio Deduction I_ •_;22 Amount reimbursable after Betterment and Salvage Credal 15 13.373.68 I ELIGIBILITY RATIO' 100.00%1 NET REIMBURSEMENT TO UTILITY I S 13.373.68 ' Mayor Councitmembers City Manager Craig Morgan Michelle Ly Laurie Hadley Matthew Baker Frank Ortega ROUND ROCK TEXAS Mayor Pro-Tern Kristin Stevens City Attorney UTnLmES AMO ENVIRONMENTAL SERVICES Rene Flores Hilda Montgomery Stephan L Sheets August 20, 2021 Brian Young UA Engineering 7500 Rialto Boulevard, Building II, Suite 100 Austin, TX 78735 RE: NCAPEX I-35 Betterment- City of Round Rock Reimbursement Mr. Young, The City of Round Rock will not be seeking City personnel costs within the Standard Utility Agreement between the City of Round Rock and the Texas Department of Transportation regarding the NCAPEX 1-35 Betterment Project& the proposed Highway Project. Sincerely, Kaitlyn Sauced() Engineer-Associate City of Round Rock CITY OF ROUND ROCK UTILITIES AND ENVIRONMENTAL SERVICES . 3400 Sunrise Road Round Rock,Texas 78665 (P) 512 218.5555.(F)512 255 6916•roundrocktexas.gov Form ROW-U-35 (Rev 10116) Page 6 Attachment "B" Accounting Method 1 1 Actual Cost Method of Accounting The utility accumulates cost under a work order accounting procedure prescribed by the Federal or State regulatory body and proposes to request reimbursement for actual direct and related indirect costs. Lump Sum Method of Accounting Utility proposed to request reimbursement based on an agreed lump sum amount supported by a detailed cost analysis. (, Inittal Dale Initial Date TxDOT Utility Form ROW-U-35 (Rev.10120) Page 7 Attachment "C" Schedule of Work Estimated Start Date: 11/01/2023 (subject to physical work restrictions prior to the issuance of environmental clearance as required by the provisions of this agreement) Estimated Duration (days): 90 Estimated Completion Date: 01/31/2024 gif25117Z-- Initial Date Initial Date TxDOT Utility Form ROW U-35 (Rev.10/20) Page 8 Attachment "D" Statement Covering Contract Work (ROW—U-48) (ROW—U-48-1, if applicable) Construction Contract: Utility performing with their own forces (timesheets will be required at the time of billing). n Utility will use outside forces to perform the adjustment, complete attached ROW-U-48 or ROW-U-48-1 (joint bid). Engineering Contract: Fl Utility performing with their own forces (timesheets will be required at the time of billing). ILI Utility will use consultant contract (continuing contract rate sheets or fee schedule will be required). ✓ TxDOT will procure utility consultant. 44_51?"--- Initial Initial Date Initial ate TxDOT Utility STATEMENT COVERING • •N CONTRACT WORK (AS APPEARING U-Number: Utility ID: 000009528 ROW CSJ Number: 0015-10-065; 0015-13-406 District: Austin County: TRAVIS Highway No.: IH 35 Federal Project No.: F 2022(459) 1, Craig Morgan a duly authorized and qualified representative of City of Round Rock 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 it 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 indicated 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.Associated bid tabulations will be provided to the State. F1 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.Associated bid tabulations wil I be provided to the State.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.The existing continuing contract will be made available to the State for review at a location mutually acceptable to the Owner and the State.If only part of the contract work is to be done under an existing contract,give detailed information by attachment hereto. ❑ 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.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 of Highway IH 35 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.If this option is chosen,attach form ROW-U-48-1,the terms of w 'ch are incorporated herein by reference. Signature Date Mayor 0MG { Title Ara/Try/moor:mon Row-U-48-1 (49/18) Page 1 of 2 Statement Covering Utility Construction Contract Work — In the State's Highway Construction Contract (As Referenced in Form ROW-U-48, Option E) Work Responsibilities A. The Utility shall provide the following services under this contract: i. Responsible for engaging the services of a Texas Registered Professional Engineer to prepare drawings and technical specifications for relocations and adjustments along ii. Provide the plans and specifications to the State to include in the current planning specifications and estimate package being prepared by representatives of the Texas Department of Transportation's North Travis Area Office. iii. Secure all necessary permitting as may be required for the installation of the Water line. iv. Arrange and coordinate with the contractor, through the State, materials and equipment testing, rejection of all work not conforming to minimum requirements of the construction contract documents, maintenance of the proposed work area during construction, and the relocation of Water and connection of services to customers. v. Advise the State of work that Utility determines should be corrected or rejected. vi. Arrange, observe, and inspect all acceptance testing and notify the State of the results of these activities. vii. Provide inspection services for the construction, notify the State of defects and deficiencies in the work, and observe actions of the contractor to correct such defects and deficiencies. viii. Assume all responsibility for the maintenance of the existing Water lines during and upon completion of the construction contract. ix. Ensure all Texas Commission on Environmental Quality and ail other regulatory rules, regulations and laws are strictly adhered to. x. Prepare and submit both a certificate of substantial completion and a list of observed items requiring completion or correction for the relocations and adjustments to the Project Engineer for concurrence. xi. Coordinate all construction activities performed by Utility's staff for the relocations and adjustments through the Project Engineer. Row-U-48-1 (09/18) Page 2of2 B. The State shall provide the following services under this contract: i. Combine the Water relocation and adjustment plans with the plans being prepared for the Project. ii. Review and approve the final construction plans prior to any construction- related activities. In order to ensure federal and/or state funding eligibility, projects must be authorized by the State prior to advertising for construction. iii. Advertise for construction bids, issue bid proposals, receive and tabulate the bids, and award and administer the contract for construction of the Project. iv. Negotiate and administer all field changes and change orders required for the Project. All change orders increasing construction costs for Utility's Project shall be submitted to Utility for review and approval together with an evaluation. Utility agrees to review and either approve or disapprove all change orders within five (5) business days after receipt of such order unless Utility Board's approval is necessary in which case Utility shall bring the item to Utility Board as soon as reasonably possible. v. Provide overall project management to supervise the day-to-day activities of the construction and monitor the activities of the contractor to promote the timely and efficient completion of the Project in accordance with the approved Plans and Specifications and construction schedule. vi. Conduct field observations and coordinate with Utility's inspectors and the contractor to cure defects and deficiencies in the construction prior to final acceptance. vii. Make timely payment to the contractor for work performed in connection with the Project. viii. Ensure access and permit Utility's inspectors and other authorized representatives to inspect the waterline construction at all times. ix. Conduct and coordinate final inspection of the Project in the presence of Utility's Engineer and Inspector, transmit final list of items to be completed or repaired and observe contractor correction of same. x. Maintain job file. Form ROW-U-35 (Rev 10/20) Page 9 Attachment "E" Utility Joint Use Agreement -- (ROW-U-JUA) and/or Utility Installation Request — (Form 1082) Utility Joint Use Agreement (ROW--U—JUA) ❑✓ Utility Installation Review/Permit Number: C � zs Initial Date Initial ate TxDOT Utility Form ROW-U-30 (Rev.10/20) Page 10 Attachment " F" Eligibility Ratio Eligibility Ratio established: 100.00 % ❑ Non-interstate Highway (Calculations attached) ✓❑ Interstate Highway ROW Utility Manual Chapter 8, Section 2 In developing the ratio, line length or number of poles is restricted to facilities located within the existing and proposed highway right of way. Facilities located outside the existing and proposed right of way limits will not be used in developing the ratio. Please see example of eligibility ratio calculations below. In Easement In Public ROW (Eligible) (Ineligible) Plan Sheet or Existing # of Poles Existing # of Poles Page# or LF or LF 1 0 0 2 84 22 3 90 385 4 238 96 Totals 412 503 Total Existing # of Poles or LF (Eligible) 412 Total Existing # of Poles or LF (Ineligible) 503 Total Existing # of Poles or LF 915 Total Existing # of Poles or LF (Eligible) divided by the Total Existing # of Poles or LF 45.03% Initial Date Initial ate TxDOT Utility Form ROW-U-35 (Rev.10120) Page 11 Attachment "G" Betterment Calculation and Estimate X Elective Betterment Ratio established: 50.06% (Yo (Calculation attached and justification below) X Forced Betterment (Provide supporting documentation) E Not Applicable Elective betterment justification statement: THE CITY HAS A SECTION (GAP) BETWEEN THE WATERLINE CROSSING NORTH OF GREENLAWN BLVD AND WATERLINE SERVING THE ROUND ROCK CROSSING SHOPPING MALL (NBFR), THIS ELECTIVE BETTERMENT IS TO FILL IN THIS GAP WHICH WILL ASSIST WITH WATER SYSTEM EFFECTENCY AND LOOPING. Initial Date Initial Date TxDOT Utility 0015-10-D6S& L iI TIMATE INCLUNNG 81TIERMENI 0015-13406 tj nr 111A1 res? •P i• UOOD49528 ; NA D SII PPUMENIAL ESIIMAiE . r r CUT&RESTORE PAVEMENT SO YDS 63.30 $130.00 5 8,229.00 SO.YDS 91 $130,00 $ 11,869.00 TRENCH EXCAVATION PROTECTION 0 346 $4,00 $ 1,38400 LF 885 $4.00 S 3,540.00 WTR(RESTRAINED JOINT)(DI)12"(ALL DEPTHS) LF 0 $135.00 $ - LF 545 $13500 $ 73,575.00 WTR(RESTRAINED JOINT)(DI)16"(ALL DEPTHS) LF 346 $140.00 $ 48,44000 LF 345 $140.00 $ 48,300.00 BORE OR JACK PIPE(16"HDPE DR 11)12"WATER LINE ENCASEMENT PIPE LF 0 $400,00 $ - LF 200 $33000 $ 86,000 DO VALVE(GATE)(12") EA 0 $3,500.00 $ - EA 4 $3,500.00 $ 14,000,00 HDPE TO DI ADAPTER(MEGALUG) EA 0 $200.00 $ EA 2 $200,00 $ 400,00 VALVE(GATE)(16') EA 3 $6,500.00 $ 19,500,00 EA 3 $6.500-00 $ 19,500,00 WET CONNECTION 12"DIA X 12"DIA EJB 0 $5,000.00 $ - EA 1 $5,000.00 $ 5,000.00 WET CONNECTION 16"DIA X 16'DIA EA 2 SB,000.00 $ 16,000,00 EA 2 $8,000.00 $ 16,000,00 FIRE HYDRANT EA 1 $5,000.00 $ 5,000.00 EA 1 $5,000.00 $ 5.00000 FH WTR SERVICE CONNECTION(6") LF 25 $75.00 $ 1,875.00 LF 25 $75,00 $ 1,875,00 RMV AND SALVAGE EXIST FIRE HYDRANT EA 1 $500,00 $ 500.00 EA 1 $500.00 $ 500,00 DI FITTINGS TON 0.30 $6,000.00 $ 1,800.00 TON 3 $6,000.00 $ 18,000,00 ABIN IRMVIDISPOSE EXIST LINE(ALL TY/SZ) LF 336 $20.00 $ 6,720.00 LF 336 $20,00 $ 6,720,00 REMOVE AND DISPOSE EXIST WATER VALVE EA 2 $1,000,00 $ 2,600.00 EA 2 $1,000,00 $ 2,000.00 WATER MAIN TESTING&DISINFECTION LF 346 $2.00 $ 692.OD LF 1,090 $2.00 $ 2,18000 RESTRAIN EXIST WATERLINE(ALLTY/SZ) EA 20 $95.00 $ 1,900.00 EA 40 $95,00 $ 3,800.00 SUBTOTAL $ 114,040.00 SUBTOTAL $ 298,259.00 MATERIALS&LABOR SUBTOTAL $ 114,040,00 MATERIALS&LA60R SUBTOTAL $ 298,259.00 Indicated items are being tracked far BUY AMERICA COMPLIANCE and will be documented using Form 1818 and all supporting documentation prior to installation_ X Indicated items are IRON or STEEL,but yell not be tracked for BUY AMERICA COMPLIANCE due to falling under the DE MINIMUS of$2,500.or_1%of the project total cost whichever is sum of De SG $a 00 Minimus Items greater. • Unit Quantity Sr.Tech Advisor HR 12 $211.25 $ 2.535.00 HR 12 $211.25 $ 2,535.00 Quality Manager HR 24 $197.58 $ 4,741.92 HR 24 $19758 $ 4,741,92 Sr.Engineer HR 84 $189.98 $ 15,958.32 HR 84 $189.98 $ 15,958.$2 Project Engineer HR 180 $151.98 $ 27.356.40 HR 180 $151.98 $ 27.356.40 EIT HR 260 $104,87 $ 27,266.20 HR 260 $104.87 $ 27,266.2D Sr.En Tech HR 12 $112.71 $ 1,352,52 HR 12 $112.71 S 1,352.52. Sr.CADD Operator HR 29 $106.39 $ 2.978.92 HR 28 $106.39 $ 2,978.92 CADD Operator HR 160 $88.15 $ 14,104.00 HR 160 $88 15 S 14 104 Admiral Clerical HR 4 $6079 $ 243.16 HR 4 S6079 S 243 16 SUBTOTAL IS 96,536.44 SUBTOTAL 95.536,44 Internal Engineering-Costs Documented with Certified Ledger at payment. SUBTOTAL IS - SUBTOTAL 0 Internal Inspection SUBTOTAL IS - SUBTOTAL I� Internal Administration SUBTOTAL S - SUBTOTAL $ - Internal Engineering/Surveyl Inspection)Admin sl ration Overhead SUBTOTAL IS - 5 External Engineering-Cost documented with INVOICES and i or CHECKS P colic/Manager HR 0 $000 S HR 28 $24331 S 6,812.68 Deputy Project Manager HR D $0.00 S HR 5 $215.02 S 1,290.12 Project Engineer HR 0 $0.00 $ HR 56 $16126 S 9,030.56 Sr.Enginering Tech HR 0 50.00 $ HR 78 $113.17 S 8,827.26 Admin/Clerical HR 0 $0.00 S HR 5 $70.73 $ 424.38 Reribursables EA 0 50.00 S - EA 1 $500.00 $ 500.00 S S SUBTOTAL IS SUBTOTAL I 5 26.89500 External Survey/Landman SUBTOTAL IS - SUBTOTAL 0 External Inspection SUBTOTAL IS SUBTOTAL 0 Engineering f Administration t Inspection SUBTOTAL $ 96 53644 $ 123,421 4.1 SUMMARY: IN-KIND(^as ii UTILITY ADJUSTMENT PROFOSED UTILITY ADJUSTMENT INCLUDING BETTERMENT TOTAL PROJECT COST $ 216,57644 r$---42-1-680 44 Amount Payable in TxDOT Contract(Joint Bid) $ 210,576.44 $394,795.44 Grass Reimbursable to Utility 0� F$---26 W-500 Amount Due to TxDOT Via an Advance Funding Agreement L:� $197,674.08 SALVAGE(existing fire hydrant assembly 500 Ips X S.10)and/or Depreciation CREDIT $ 50.00 Betterment Ratio S 50001 BETTERMENT RATIO O-009/7. 1 Ratio Deduction 50.07% $ 13,461.32 Amount reimbursable after Betterment and Salvage Credit S 50 00) Eligibility Ratio 13 13,373.68 ELIGIBILITY RATIO 1 100 QW/l, r-100-0-071 NET REIMBURSEMENT TO UTILITY S 50.001 $ 13,373.68 BETTERMENT RATIO CALCULATOR Two estimates are required to calculate betterment. One with, and one without betterment. Please attach both estimates. The total estimated cost of the project INCLUDING BETTERMENT $421 ,680.44 The total estimated cost of the project NOT including BETTERMENT $210,576.44 THE AMOUNT OF BETTERMENT $211 ,104.00 1 The BETTERMENT RATIO IS: 50.07% Forced Betterment, water line tie-in location to STA existing WL moved due to conflict with driveway. INET - - E REDJIRED: 1 c 260 LF — ' E " 0. I . CL?GC WATER MAIN STA 7+80. OO T 101-39. ?9 {WL #O1 ; C I LISTING 15' WATERLINE EASEMENT + I AD w J I I 00 t EXIST ROW LL CROP CH / i z I 1 PR )o Row1 ' i C-,, - CD I T ----.<\ or s• ibilf s i riii . s i� Form ROW-U-35 (Rev 10120) Page 12 Attachment "H" Proof of Property Interest [I Supporting documentation of compensable property interest that establishes reimbursement eligibility as referenced in Texas Transportation Code §203.092. ❑ Property interest documented through applicable affidavits and required attachments. I I ROW-U-Affidavit E The roadway improvement project is designated as an Interstate Highway project; therefore, no supporting documentation of compensable interest is required. C 425171.-- Initial Date Initial Date TxDOT Utility Q I I • OI 25'50' 1iP' i 1 SCALE I 1^-l00' ! �w.�.,. I GOL or ltC.-RR r0OPEA•In LLC SC _ • MC. o. ]meoo lesr _ 019051+r[p .+9f ! A) O.va INVIr 01 R LAW 0 T T1.909 AUKS. 2 CO 3S d�Zt� l['N•k:a1O20? L x.2-12-6� JOINiuul 5II 9.rr. • 7 [0f[ v9DtYf Slav ' nK[owti+[1iw ioi 616 ..__ _ - Ln r r PpRrIPv ge[e s[ BefBL a[,B 0,. 9p, P6. PS ICI -'s rT T y 1 r _ - :E. . - _ —waw WIICOA WATERLINE aac�If .res a.f 0.0.0.0. 20.9205155 N �� -e-r WW1[COA WASTEWATER LINE tzG 55395L, ��, h ay N S O W21 CORR WATERLINE p 1.,47: :.,1.,., v,I1R-O. .k I1 C 10'! 1i _ I I •o,•-LO v.I r w..T.. °of' -~ WWZr CORP WASTEWATER LIN£ 0[C Ek!D• 1019 . I O( q -rf� W]I WI NOERlERE WATERT INE 41.....[NII..513 CIF I.40091 r uI[�0.r�%iarivii ( 9a.rw. 91 iaa5i5` fII U —4A' _ — PROP ROW o.P. .c.LO I Ex IST RDW r r CAC] �B]1 a.95.. 5. ]0, al [i7 r5 ACK K 111 a.9� o. 1 r. t c.I. �s3 _. 111111 N 0G.;f CPer J i' i t ]I . PVE o 1 Ilk++ 1/�•1 ••2130100179 = OUICRCLAIM DEED rrl • 'E �_ O O 1. JOINT-USE , ,0 Iff z r� I •,,FL • eq.1, --,..---,_,-___, , u!. •� 'Cjt' - 1 ...................... °i.SM•ia p P.I PARCEL N0. ;;://"Lo w LY1• 0 ' e `F. O +-- -�.....* t --'r-- -�' ..'. 1111;1732."- -- -}.-.I WS M FRIG no _ _ 0 iin v v 0No work performed at this Q 3 10 WO Iw IAL Q I < a location as part of this . I_ . , � V) t .-................:..---..-- � J z115•o0 - _ `� 21so•DD agreement _- --]4E (n L1J 15' NA SO k LtJ Z i Z ~ L, •-- I . • t1 12, 0 (� i f— I R SL__ 8 F • WS SO FOTO RD n A �12/B— -'1a` 6 `n i' �0.2 f 21- awl [olio ui[w S. / � �e � 'i W22�:�BL'_W2-B"-B—yy7_®.,B--�_g•7 • `W ac op -El—wa -0'-e •• wz rr g''w2-c2•_„_. LJA Engineering,Inc.IA • i • es... ...,. \s, ,• LJ _ `Teres bepanmcnt of Theryportaeron V -,p,,,, z;t 1H35 CAPITAL EXPRESS REV1.r Br1D„ f,.-., I UTILITY EASEMENTS 8 e WRlOM A.AK OLD 9is P. Ir) • h`�� 0 941 fCRE51 is"'� BRAr • Li R. 1 sii Ls' c4 \ ••• i !`I 0015 10 L . 1"."ALS TRAVIS _