R-2023-193 - 6/22/2023RESOLUTION NO. R-2023-193
WHEREAS, Celina Partners Ltd. ("Developer") is proposing a development adjacent to the
City of Round Rock's Kenney Fort Segments 2 and 3 Project ("Project"); and
WHEREAS, the City of Round Rock ("City") agreed to modify the design of the Project to
facilitate access to Developer's development and construct said improvements on behalf of Developer;
and
WHEREAS, Developer has agreed to reimburse the City for the costs of said improvements
set forth in Change Order No. 6 for the Project ($155,465.13) approved on April 13, 2023, by the City
Council; and
WHEREAS, the City and Developer desire to enter into a Development Agreement to identify
the responsibilities of the Developer and the City in regards to the modifications made to the City's
Project on behalf of the Developer, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City the attached
Development Agreement, a copy of same being attached hereto as Exhibit "A" and incorporated herein
for all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 22nd day of June, 2023.
0112.20232;4884-8384-4713
ATTEST:
EXHIBIT
„A„
DEVELOPMENT AGREEMENT
BY AND BETWEEN
THE CITY OF ROUND ROCK, TEXAS
AND
CELINA PARTNERS, LTD.
This Development Agreement is made and entered into this day of , 2023,
by and between the City of Round Rock, Texas (the "City"), a Texas home rule municipality,
and Celina Partners, Ltd. ("the Developer"), a Texas limited partnership.
WHEREAS, the Developer is developing approximately 15.26 acres of property in the
City of Round Rock, known as the Westview South PUD, as shown in Exhibit "A" (Property"),
attached hereto; and
WHEREAS, the City is in the process of designing and constructing S Kenney Fort Blvd.,
Segments 2 and 3 ("Roadway Project") along the Property; and
WHEREAS, on April 13, 2023, the Round Rock City Council resolved to authorize the
Mayor to execute Change Order No. 6 with J.D. Abrams, LP for the Roadway Project, which
included the addition of left turn lane, median opening, and right turn lane; and
WHEREAS, the Developer, as consideration for Roadway Project improvements that will
benefit Developer, shall reimburse the City for costs incurred by the City for Change Order No. 6;
and
WHEREAS, the purpose of this Agreement is to outline each Party's duties and
obligations;
NOW, THEREFORE, in consideration of the mutual covenants and conditions herein
contained, the Parties agree as follows:
I.
1. Recitals. The recitals set forth above are incorporated herein for all purposes and are found
by the Parties to be true and correct. It is further determined that both Parties have authorized and
approved this Agreement, and that this Agreement will be in full force and effect when executed
by each Party.
2. Property Description. The property ("Property") is shown on Exhibit "A", attached
hereto.
3. Reimbursement Costs. Reimbursement Costs shall include all costs related to Change
Order No. 6 required for the Roadway Project as estimated and shown on Exhibit "B", attached
hereto.
4. City Participation. The City shall be wholly responsible for the design and construction
of the Roadway Project.
5. Developer Participation. Developer agrees to reimburse the City One Hundred and
Fifty -Five Thousand, Four Hundred and Sixty -Five and 13/100 Dollars ($155,465.13) towards
the cost of the Project. The aforesaid reimbursement shall be due and owing to the City within
thirty (30) days after receipt of written notice from the City.
II.
Miscellaneous
I. Prior Written Agreements. This Agreement is without regard to any and all prior written
contracts or agreements between the City and Developer regarding any other subject or matter,
and does not modify, amend, ratify, confirm or renew any such other prior contract or agreement
between the Parties.
2. Other Services. Nothing in this Agreement shall be deemed to create, by implication or
otherwise, any duty or responsibility of either of the Parties to undertake or not to undertake any
other, or to provide or to not provide any service, except as specifically set forth in this Agreement
or in a separate written instrument executed by both Parties.
3. Governmental Immunity. Nothing in this Agreement shall be deemed to waive, modify
or amend any legal defense available at law or in equity to either of the Parties, nor to create any
legal rights or claims on behalf of any third party. Neither the City nor Developer waives, modifies,
or alters to any extent whatsoever the availability of the defense of governmental immunity under
the laws of the State of Texas and of the United States.
4. Amendments and Modifications. This Agreement may not be amended or modified
except in writing executed by both the City and Developer, and authorized by their respective
governing bodies.
5. Severability. If any provision of this Agreement shall be held invalid or unenforceable by
any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any
other provision hereof, but rather this entire Agreement will be construed as if not containing the
particular invalid or unenforceable provision or provisions, and the rights and obligations of the
Parties shall be construed and enforced in accordance therewith. The Parties acknowledge that if
any provision of this Agreement is determined to be invalid or unenforceable, it is their desire and
intention that such provision be reformed and construed in such a manner that it will, to the
maximum extent practicable, to give effect to the intent of this Agreement and be deemed to be
validated and enforceable.
6. Gender, Number and Headings. Words of any gender used in this Agreement shall be
held and construed to include any other gender, and words in the singular number shall be held to
include the plural, unless the context otherwise requires. The headings and section numbers are for
convenience only and shall not be considered in interpreting or construing this Agreement.
7. Execution in Counterparts. This Agreement may be simultaneously executed in several
counterparts, each of which shall be an original and all of which shall be considered fully executed
as of the date above first written, when all parties have executed an identical counterpart,
notwithstanding that all signatures may not appear on the same counterpart.
0
8. Entire Agreement. This Agreement is the entire Agreement between the parties with
respect to the subject matter covered in this agreement. There is no collateral oral or written
agreement between parties that in any matter relates to the subject matter of this Agreement.
9. Governing Law. This Agreement shall be governed and construed in accordance with the
laws of the State of Texas, without giving effect to any conflicts of law rule or principle that might
result in the application of the laws of another jurisdiction. Venue for any action concerning the
Agreement shall be in Williamson County, Texas.
10. Assignment. This Agreement may not be assigned without the written consent of the City.
11. Authorized to Bind. The persons who execute their signatures to this Agreement and any
certifications related to this Agreement represent and agree that they are authorized to sign and
bind their respective parties to all of the terms and conditions contained herein.
12. Notice. All notices shall be in writing and shall be deemed effective within three (3) days
after being sent by certified or registered mail to the addresses listed below:
DEVELOPER: Celina Partners, Ltd.
4406 Lively Ln
Dallas, Texas 75220
CITY: City of Round Rock
221 East Main Street
Round Rock, Texas 78664 Attn:
City Manager
With a copy to: Stephanie Sandre, City
Attorney Sheets & Crossfield,
P.L.L.C. 309 East Main Street
Round Rock, Texas 78664
stephanie[ascrrlaw.com
[Signatures on the following page.]
IN WITNESS WHEREOF, City and Developer have executed this Agreement on the dates
indicated.
City of Round Rock, Texas
By:
Craig Morgan, Mayor
Date Signed:
Attest:
By:
Meagan Spinks, City Clerk
For City, Approved as to Form:
By:
Stephanie L. Sandre, City Attorney
4.
Celina Partners, Ltd.
By:
Prints
Title:
Date
Attest:
By: %.X
�v�k.. N°ts�i Mc�vc r:�k Dc.�c 1 G
SF1
JIRk'e77fmOOoo!1
MINOR
111111111111111111
1�tt1111t1
r :Subject
r ■
r ■
111111l111► 4
I11111//
Louis Henna Blvd
Exhibit "A"
I
C1
attis Schoo! R1
PUD 125 boundar
y
PUD
SF 1
PUD
r % �
�{�' ' "^ '' - - � .. tip• - �' �
i � e ,` y fir, i" "♦ .°`r�r � � ���� -
7�a.
w
EXHIBIT B
REIMBURSEMENT COSTS
ISee Attached)
1—n
m. 0.116
Department:
Project
Name:
City Project
1D Number
vendor
Exhibit "B"
Contract Quantity Adjustment/Change Order
Department of Transportation
Page 1 of
Kenney For, Sect. 2 & 3 Date: 3/8/23
Change Order/Quantity
STP 2021 (745) MM Adjustment No. 6
J.D. Abrams, LP 5811 Trade Center Dr. Bldg 1, AusUn, TA 78744 512-322-40W
Company Name Address Phone No.
Justification
Quantity Adjustment: Change Order Is adding an additional left tum-lane Sorthbound and an additional right tun -lane Northbound. Center median will be opened to
account for S6 left tum-lane.
Change Order - Prior to 3rd Party Developer requesting these additional tum-lanes, )D Abrams had installed existing drainage at this location. Change Order will need to
accommodate existing Roadway, Drainage, illumination, Erosion Control Bid Items (overrun/underrun) as well as additional work to remove & relocate the pipe that has
n,rrerMy been installed
SUMMARY
Original Coat act Price:
Previous Quantity Adjustments)
This Quantity Adjustment:
Total Quantity Adjustment(s):
Total Contract Price with Quantity Adjustmcnt(s):
Previous Change Order(s):
This Change Order:
Total Change Order(s) To Date:
Adjusted Contract Price [Original Contract Price Plus Quantity Adlustment(s) Plus Change
Order(s)):
Difference between Original and Adjusted Contract Prices:
Orginal Contract Time:
Time Adjustment by previous Quan. Adj./Change Order:
Time Adjustment by this Q.on. Adf /Change Order:
New Contract Time:
Amount
% Change
$23,409,120.97
$207,613.28
$47,264.58
5254 877.86
L23,663,998.8
$2,363,021.08
10%
f 108,200.55
0%
$2,471,221.63
10%
$26135,220.4b
12%
$2,726,099.49
450
106
19
575
Prepared By: Joe Hernandez, Project Manager, J.D. Abrams, L➢ 3/8/23
tune Printed Name, Title, Company Date
Contractor:
51 .e Printed Name, TKie, Company Date
city Pro)w
Manag ' ,t>p. 1�0z'WE'YNz e_?,)".,)� Zd4 3
Signature Printed Name, TIUe Die
Mayor/city
Manager
Signature Printed Name, Title Date
Exhibit "B"
Contract Quantity Adjustment/Change Order
Project Name Kenney Fort Sect. 2 & 3
Quan. Adj./Change Order No.: 6
[Ixane n die r►aea
item i item Description
Unit
unit
Unit Price
Amount
Contract
Time
D s
Remove Existing Storm Drain Pipe A, Inlets a Reset
$0.00
$0.00
Remove & Stage !Nets 3ea
LS
I
$6,179A
$9.420.46
3
Remove RCP 122 I & Backfill Trench 6' lifts
1S
1 I
$10,680.go
$13,921.80
7
Excavate/Set/Backfll Inlets (3ea) - Excavatin in Rock
LS
1
$12,S51.2S
$15,792.25
4
Excavate/La /BackfII 24" RCO 122-LF-Excavavn in Rock
LS
1
$13,109.00
$16,349.00
Remove & Replace Inlet InvertsPea)
LS
I
$1,006A0
$4,247,01
Remove Excess Trees/Shrubs
LS
1
$2,893.82
$6,134.83
1
linneficlency due to Small quantities
LS
1
$39,094.19
$42,335.20
4
$0.00
$0.00
_
$0.00
$0.00
$0.00
$0,00
$0.00
$0.00
$0 00
$0A0
$0.00
---- $0.00
$0.00
$0.00
f .00
f0.00
0.00
t��srsator'
__ r
Exhibit "B"
Contract Quantity Adjustment/Change Order
Project Name: Kenney Fart Sect. 2 6 3
Quan. Ad)./Change Order No.: 6
Ouantkr Adlu4tm nt Data
Bid Item Item Descripbon
UFA
Unit Price
Contract
Time
Adjustment
Amount
ROADWAY
6
EXCAVATION JROADWAY)
CY
$97
$5.00
$4,435.00
7
JEMBANXMENT FINAL ORD COMP TY B
CY
-462
$8.00
-$3,696.00
8
FL EIS JCMP IN PLC TY A GR 5 FNAL POS
CY
644
$0.01
$6 44
9
LIME HYDRATED LIME SLURRY
TON
3
$150.00
-$450.00
10
LIME TRT SUBGRAOE))t2")
SY
111
54.00
-5444.00
11
PRIME COAT MULTI OPTION
GAL
194
$4.00
$776.00
28
COLORED TEXTURED CONIC S-)
SY
74
WOO
$6,290.00
29
CONC CURB & GUTTER TY II
LF
94
$18.00
-$1,692.00
40
IN SM RD SN SUP&AMTYl0BWG 1 SA P)
EA
2
$545.90
$1,091.80
57
REFI PAV MRK TY I W 8'-SLD 090MIL
LF
330
$S.10
$1,683.00
60
REFL PAV MRK TYI W ARROW 090MIL)
EA
4
$154.50
$618.00
62
REFL PAV MRK TY I W WORD 090MIL
EA
4
$154.S0
$618.00
72
REFL PAV MRKR TYII-C-R
EA
16
$3.61
$57.76
80
D-GR HMA TY-8 PG64-22
TON
375
573.00
527,375.00
81
D-GR HMA TY D PG76-22
TON
119
597.00
$11,543.00
82
TACK COAT
GAL
87
$4,0
$348.00
85
GEOGRID BASE REINFORCEMENT TY II
SY
1 966
$1.60
$1.545,60
DRAINAGE
104
RC PIPE CL III 24 IN
LF
1
$70.00
570.00
ILLUMINATION
194
CONDT PVC SCH40 2"
LF
9
$8.24
$74,16
147
ELEC CONDR NO.6 BARE
LF
9
$1.65
$14.85
148
ELEC CONDR NO.6 INSULATED
LF
18
$2.06
$37.08
EROSION CONTROL
197
FURNISHING AND PLACING TOPS01 4'
SY
-1755
$0.97
$1,702.35
198
BROADCAST SEED PERM URBAN CLAY
SY
175S
$0.29
-$508.95
199
BROADCAST SEED TEMP WARM
SY
-878
-$0.29
-$2S4.48
200
BROADCAST SEED TEMP COOL
SY
-878
$0.29
-$254.48
201
VEGETATIVE WATERING
MG
-123
_
$5.00
-5613.85
214
BIODEG EROSN CONT LOGS INSTL) 8"
LF
38
$6.00
$228,00
216
BIODEG EROSN CONT LOGS (REMOVE)
LF
38
$0.50
$19.00