Loading...
HomeMy WebLinkAboutC2014-254 - 6/26/2014 - NA Zam. fltympottslion ,. Form ROW-U-35 (Rev.03/13) Page 1 i STANDARD UTILITY AGREEMENT U-Number: 14214 District: Corpus Christi County: Nueces Federal Project No.: STP 2013(936)MM Highway: FM 2444 ROW CSJ: 2343-01-037 From: SH 286 Highway Project Letting Date: 8/6/2013 To: OSO Parkway Intersection This Agreement by and between the State of Texas, acting by and through the Texas Transportation Commission, ("State"), and City of Corpus Christi, ("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; 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: removal of approximately 2,600 LF of existing 16" PVC waterline and appurtenances from highway station 131+35 to station 156+55 and 43 LF of existing 12" PVC waterlines and appurtenances at highway station 131+65; installation of approximately 2,600 LF of new 16" PVC waterline and appurnances from highway station 131+35 to station 156+56 including a new 30"x 113' derctional drilled steel encasement crossing at Kitty Hawk Drive at highway station 131+47. New 16" PVC water construction includes system reconnections. Minimum depth of cover shall be 4'; ; and more specifically shown in Utility's plans, specifications and estimated costs, which are attached hereto as Attachment"A". WHEREAS,the State will participate in the costs of the adjustment, removal, and/or 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 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 State 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 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 accordance with 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. §§4231, et seq., the Buy America provisions of 23 U.S.C. § 313 and 23 CFR 635.410, the Utility Relocations, Adjustments, and Reimbursements provisions of 23 CFR 645, Subpart A, and with the Utility Accommodation provisions of 23 CFR 645, Subpart B. Utility shall supply, upon request by the State, 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 State, or may, with the State'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 State not later than 90 days after completion of the work. ,f 2014-254 G c� 6/26/14 I itiai Date TXDOT INDEXED T # ' a ' Form ROW-U-35 (Rev.03/13) Page 2 When requested,the State 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 State 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, State agrees to pay Utility an agreed lump sum of$NIA as supported by the attached estimated costs. The State 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 State 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 State 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 State 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 State reimbursement. Unless an item below is stricken and initialed by the State 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—ROW-U-48 (Attachment"D"); 6. Eligibility Ratio (Attachment"F"); 7. Betterment Calculation and Estimates(Attachment"G"); 8. Proof of Property Interest—ROW-U-1 A, ROW-U-1 B, or ROW-U-1 C (Attachment"H"); 9. Inclusion in Highway Construction Contract(if applicable) (Attachment"I"); and 10. Utility Joint Use Acknowledgment—ROW-U-JUA(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 State and 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 that such cancellation will not create any liability on the part of the State. 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. The Utility by execution of this agreement does not waive any of the rights which Utility may have within the limits of the law. S //ill Initial Date 1 ; • 4, , ` / Form ROW-U-35 (Rev.03/13) Page 3 It is expressly understood that the Utility conducts the adjustment, removal, or relocation at its own risk, and that TxDOT 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 EXECUTION RECOMM • ' D: Utility: Ci ,of Cor•us _:..r3n. xas Al-L= of utib. — District Engin r, orp •" risti District* By /t.: /.Is�� '�I • v. THE STATE OF TEXAS �ii(�.. t ` l,-�O Executed and approved for the Texas Print or Type Name Transportation Commission for the purpose Title: C'4 and effect of activating and/or carrying out the VIL< 2 r orders, established policies or work programs heretofore approved and authorized by the Date: / 24 l//1 4 Texas Transportation Commission. By: 55"1/2--755<Th ** Date: 2—/t -- 2_0/ y *For locally-executed agreements,ROW Administrator recommends execution;otherwise District Engineer(or designee). **For locally-executed agreements,District Engineer(or designee)approves and executes;otherwise ROW Division Director. Initial Date ii ► 1 k • ATTACHMENT "A" Plans, Specifications, and Estimated Costs ® Estimated cost (No Betterment) Estimated cost (Betterment) Attachment "A" STANDARD AGREEMENT COST ESTIMATE U-NUMBER: U 14214 UTILITY: City of Corpus Christi HWY: FM 2444 ROWCSJ: 2343-01-037 Item i. Unit Estimated Costs No. QTY Unit Price Amount # $ $ 1 Project Manager HRS 223 5 165.00 $ 36,795.00 2 Staff Engineer HRS 379 5 75.00 $ 28,425.00 I. 3 CAD Tech I HRS 140 $ 90.00 5 12,600.00 g) 4 Office Tech HRS 78 5 60.00 $ 4,680.00 SUBTOTAL ENGINEERING SERVICES $ 82,500.00 1 16"C905 PVC Waterline LF 2,464 $ 59.40 $ 146,361.60 2 16"D.I.Pipe(Class 350) LF 199 $ 99.00 $ 19,701.00 3 16"Gate Valve EA 8 $ 3,759.50 $ 30,076.00 4 Valve Box EA 8 $ 250.00 $ 2,000.00 4 5 16"Tee EA 3 $ 990.00 $ 2,970.00 6 16"90 Deg bend EA 1 $ 990.00 $ 990.00 N 7 16"Plug EA 1 $ 247.50 $ 247.50 8 16"x12"Tee EA 1 $ 1,237.50 $ 1,237.50 9 16"x8"Reducer EA 1 $ 1,237.50 $ 1,237.50 10 16'x2"Tapping Saddle EA 1 $ 990.00 $ 990.00 SUBTOTAL MATERIALS $ 205,811.10 1 Superintendent HR 600 $ 44.75 $ 26,850.00 0 2 Foreman HR 600 $ 25.00 $ 15,000.00 q 3 2 Operators HR 960 $ 18.50 $ 17,760.00 4 2 Pipelayers HR 1200 $ 13.75 $ 16,500.00 5 2 Laborers HR 1200 5 12.00 $ 14,400.00 SUBTOTAL CONTRACT LABOR $ 90,510.00 I N/A 0 $ - $ - 3 2 0 $ - $ - b 3 0 $ - $ - ;; 4 0 $ - $ - c 0 5 0 $ - $ - 1 2 CAT 325 Excavators DAY 120 $ 1,227.00 $ 147,240.00 2 CAT 924 Loader DAY 60 $ 873.00 $ 52,380.00 m 'c 3 10 Yard Dump Truck DAY 60 5 873.00 $ 52,380.00 9 4 Crew Cab Pick Up 4x4 DAY 60 $ 184.00 5 11,040.00 5 Pipe Trench Safety DAY 60 $ 108.10 $ 6,486.00 SUBTOTAL EQUIPMENT $ 269,526.00 z I N/A 0 $ - $ - O 2 0 $ - $ - 3 0 $ - $ - 2 4 0 $ - $ - n 1 10%City Overhead EA I $ 56,584.71 $ 56,584.71 2 N/A EA 0 $ - $ 3 N/A EA 0 $ - $ - w SUBTOTAL OVERHEAD $ 56,584.71 6 TOTAL PROJECT COST $ 704,931.81 NOTE:THE FEE/COST ITEMIZATION SHOWN ON THIS FORM IS AN ESTIMATION. MANHOURS,EQUIPMENT AND COSTS MAY VARY DURING THE ACTUAL DESIGN AND CONSTRUCTION OF THE PROPOSED WORK. Son Patrit;o County rKe NUECES SAY14 ff "" CORPUS CHRIS71 B4Y GRAPHIC MAP SCALE 10000 0 10000 70000 a wsa 4 • �Rb e FY 0 w K N V Ye {^1111 Y PROJECT LOCATION CALL BEFORE YOU DIG! OR&L W east- SW ANO CAU N "bafam 814. 11 n THE LONE STAR N077FtCA77ON COMPANY # AT 1-800-669-8344 li F3 RELEASED FOR CONS7RtJC710N: AOT. tlireclar of Copal Dote � j .7X007 STA. 1(31D+35.- NOW 31+35 EX15T, Or wATERLNE ./ • + `g ( 0PROF. t E705r_ �{to NE)A�1) - TxWT SOIL t33+�e<6s (self' L E NEV te•wA TzDOT Raw. t-IM CATE YNLYE t I COUNTRY �OFPIH PAVEIIEM RE 1-FMIE MIORANI A55EI -I6•G7E v�LVE t a• CREEK DETAr`ON SIfEE7 NCLUDES Irwr .. —— RD. FUR — —— NiE 6DOT .3 TX 0 00 -1+00- n .. . �- Box ouwERT 17,IZ7. w IN I r 2+00- a E1 � ••— w+w w www Ts00I 511 1` .4 'II TOOT SII t11t731J(000' M—FO -�FO -C6 -- II1r1rII SN=Do=mw ��I�_ _ TxOOF S1a 131+6533(60-7 111 � FIBER DPIX; EI0 S' r !� 3 -169tt2'TOE `� t/r ON} -12'41r L BENp r c�T -tE WIaVE SEE SNEEUIZ AOR CONIIMMN -#_. I - - - - _ EXW 1r - Tx d — II SEE -LA FM 2444 M (V 5Q g (SOUTH.STAPLES ST.) + N Il SOMME ON CUL f d ELE1l 171. $ I o. I� I%,,,cm BElir fewwED) EXIT.4r VVJUMWPROP.TOOT Raw_ } Fo �� KITTY HAWK DR SFO F0 T.-_ - - -- -- }� I o _�F0 FD FO —F1D—F0,FO FO i FO—FO—�FO PROPOSED WATERLINE IMPRle FURM c — - 16 ' FLtNRE RP- DW. B'au UNE (APPROX. LOCATION)14 a s nom CIVIC UNE m 4 • Lo�LTXxr� I -. Ew. 03 LOW 1 (�1+PRox r LocaTfol+} 57 LF 16'w=360 a tiIhlERLgIE � 12 19 woullm 10 - PROP, 30 LF 1 s # 8 MX ( 1Er .VQR BEND I-16'4r VOW.BE11D 6 - - - } Oil O Cf3 2 1 T 0+00 1+00 2+00 I4 ■ Y U110ERCROLJND G► ■ u TXGOT P.O.W. FLlfllRE WTXOOi �j BOX L1ILYLRf G G— G G G 4—+�' G G - O 4 4+00 _ -- - ---�+oo- – TXM I.�.t. W _ — – t ■► w w w _ '�,-,w- -•i"�._ x-00 __. - C _ - T — Fo rG to FO rG —W —■—w= a w (�u� _ TXW +I xpffd' cm. IrPVC w � {Ta BE f I r� 1 FM 2444 co!!!_,�— — _ _TXM (SOUTH STAPLE.- 1 TM- TAPLE:-- - _ KING AC.RES N PROPOSED WATERLINE IMP: 18 i 6 � ug y - r ■ 14 {co _ 12 --- i 1110 Z i --Y -- 41 1 ' ,: _-.., _ PROP. Oso LF 16'ca x 8 U' u I� 4 2 0 5+00 6+00 7 i CRUD rt LN DOMROM W OVM : �TkDOT k It BM axvm "c c c c c c c EM 1 _ _ 900 _ _ — 10+00 - 11+00 __ w w—w x x x—{w w+j�r�- —x—r--- w--x}—�r w wVk i-�FO FD FO -fD -FO -FO-FO F6-FO -FO -FO FD r � r �asr. �r- rvc (�ax. Mr 0N)IEP7 (SOUTH STAPLES ST) fPo REMovm) FM 2444CO TXM 140+00W rRMM Do STORM f z s T�� S o !o —3C E]OST. 12'1p17ERlJME [ (TO r 4 6 n 1• AS mmmmID cOwfCrS�TMRo roWMERUNE�cMll PEOP05ED WATERLINE IMP 18 e 16 I t Q I j- � FUriIRE � AITIIR£Ro- 14 l �~t '` [FunrLE swwLE .12 co I {--._ ry 10 Z — ,_ i. - PROP. +so LF 1 r cps we i = 8 \ _ D ELEV 1.17 f Y f � 4 R Ll � r Ll i j 9+00 10+00 11+00 CAU UNDERGRDLMO 6145 33 TmOT ShL 145+50.4 (SY L -1a•CATS VALVE t 901t -FIRE FITORAIR A55DA LT IIICLI1pES la's'is C- C----•--r C v Owl TXM R.O.W. 3+00 11 __ , _ 14+00 15+00 _ 1E w—w�`— x— — — — — — — — ='�r-�C� iU -FU FU F FO FO F'by q t :F Q - KE � FM OPTIC EICST. I a-Pc wAiElaiE (APPROIL 1/Y M (TO BE MOM) a a Flln 2444 TzWT — — coV�fa �—— _ __ � LINE (SOUTH STAPLES ST? — — a WWJDA2 Z x145+00 � Fvn� A. 14+10 114.a TWM Sln. 1434 43 T(57 5' RT) -ir CUT-01 GATE VALVE Nk Dw T•DOF R.0.1 aim "�- ��� FO—CfOr�FOG C —EO=EO_ E —FA C m — � ^FD t EKISF. tY xA7ERLWE PROP.TOOT R.O.w (10 Romm) KING TRAIL r Y 1. CONTRACTOR 70 ADAM UKMV1111E ASSfCtM ENM AS NEEDED .. m mm cawucm wmT E)05 m Pom pum (TTP) PROPOSED WATEELINE IMPROV 16 ---- --o -- —� _ MUPE"EP- 14 _ I _ FUTURE SWAX 12 -- --- Co 10 Z* r 1 FRiOP.473 LF 1s•CGOS PVC trATEA 8 =i -- - —= - �V•9-W 6 f 4 n � B 2 10 14+00 15+00 16 � w TjQM SIL 150+74.72 (721' L TxDM ShL 151+4267 (72.1' L 20+16 67 4 1-16SY TAPPM 1-16'4V PTAL 14 LF r HOPE 5171hACE 1-16' T�Sk131+47.67(6" L K 1-AATER METER t-16 iia' - SOUTH 050 em TO INSTALL DP a Lf a c9 PARKWAY ° . + 18+00 ' 19+00——— — 20+00 ---- W— / ��•-�Ilf•.-•1Y. 1y, w—w••�.w.=r '-+.w—w+-w—w—w—w— w w w W. FI-=. —w—w—w—w—N o A +?355 4 �/ T�OOf Sta. d. 131*52.67 cc OE u Z7E _ 1-a'90 aEMIo - - Lo cli EM TOM &IM � E%ST 1a•PVCXW-7 Iw RELOGl1ED 9Y OI1f} # rsDOR Stm 152+4L7 I � i-16'4? (m BE ) EMST WATER SERAX t (TO BE REMMM) Mo. 132 —1 TXMFM 2444 T:DOT 9ASELYM: — — — — — (SOUTH STAPLES ST.) Z 15a+oa W rVANIE Tam pot 12'=BMW J r - a � ExIaT. 1 Y WATOWK ' (ro BE REMorEa ('04-� i DW.T�R.aw. - B v fr w •rr a Txmo1 R.O.W. c- ==i= ANY CMTROL PORCM THAT w6L K DM mm K RELOCATED 9r Cm SDRAM r i m PRQPOSED WATERLINE IMES r16I N Fun�RE - -,.e_. .--- FUUM RIP- ---- - - -- —- - - 14 _ • t e FURM SM"EM r PC is 12 10 'W 2 1 PROP- 473 LF 16" 0905 PVC I n J �1 a a V-9.24 n U r � 6 as a r c Iu 18+00 19+00 20+00 CW71ONI UNDERCROUND GAS & OI 1r.UM 5ta. 156+55.06 DMST. 1S 1-1EOWT■ODT RAW-- A ENDD IML'A ` TsDOf St& 154+32.36(603' -16"GATE 1pYLVE i DiDX DW,FENCE{T�p� -FIRE M1DRAWAS4EY8LT EXIST W Pw wATERLm 1656' (10 BE REMOVED) q PROP. 221 LFL 25+0 00- -ff— w 24+00- f — w—w--w—w—+Ylw— rF OE _ - — � _ 77x27.497:1 HYM . — -- 2444 TMODT - FM LIJIL PC 154+96.78 (SOUTH STAPLES§T,) RaADnA � 6 15 +00 t.Dor 6ASEUEE EM.r MIERLNE -- —- - EXIST 1r wA76 6E ( (To BE RE110MED (TO DE REAM a E7pST.T�DOT AAiE. (NDM-cCY9V6AHLE) ^— �- a DI PROP.TRW RAW r. C— t: x PROPOSED WATERLINE IMPROVEMENTS 18 116 14 CV) WM cem [14 co 1 1 1 LY1 f atE FunswKE y~ MITALL 1 C IL70 WMM 1 POE — z OF CONNECWM 10 DMr 16' ELEV-7AD IWALL 1-16' MMM TO E):WF lir WL ONM 7EMM 8 = f CONgM"m EW 16"x S LL rt d 6 7- - ►SOP.221 LF 16• EM 16 4 2 23+00 24+00 25+00 CAUTIONII ,ss'rRDP. T-W R2.w� UNDERGROUND GAS & OVERHEAD ELECTRIC 's' ' __ '� Exw.Tx00F R.aw_ �I ,R PROP.TxOOT R.O.w. � JJJ I T.ppT 11� E1OST 4Y 11ATERIME DO= TXM lu Ra.w. oast lu 1r wATERLME-�I I T i ry �d CAIIIION: CUaRC0lA7£wIM 0+12 ATT FOR E]UCF LOCATgN OF ENO 111E'At'ST1l ,+57.27 Fm avm t1AE I Tx00T SIA. 131+47.41 (OC IJ I EXIST. tY I PROP 122 LF 16 OL 1-Ulr-pi tr ! iss LF 30'S1EELCA NOTE_ ; MIaTE 3 t 4 w V&'AT t-1 w — ,a'■1r I � a�� D E FO FO — LF In 1WRE1gA 9 Mr. 41r irJ0'TEE R �` EXMST.30'110' 71) LF 3cr mm IE 1 EX 1 1. CPROFR E AND ABMIDONFD M E CONNECT Ir YO'OEM 1a K1M0 6-WE VALVE Em. Ili'417E VALVE (SEE SEQUENCE OF CON67RIIMM ON SHEET 2) 4 2 TE WN WATER DEPMMO F FOR TEUPORANI' SFM KIM HAWK rDOWL � E)aSF 16'1WRER108 ) >F G S SRn DCASE71ENF PPE MALL E 0.5-TWX 00 KM SIM IN r5EEIt OEM ' IID REMR111ED A252 MK I ENCASDAM PPE MALL NOTE 1 I 4. TOExC 110N OL OF P ML E WNSMERED M1B�111RY 5. COMRACM TO FI>tol Lr ENDS OF CASMO MM PLYWOOD FOR -- -- aR0111MD OPERATION MID REMOVE FORMS AF1ER CROUF CURM e PROPOSED WMERLINE IMPROV FL r 18 I 16 1 S PROP 7x007 FUTURE ROAD , R � Fu11A1E ORCH FiOw M E70SF. ROAD 16 16 STA. 0+00 CONNECT TO EXMST. EXISF. ORCH Ir w10ERL E FLOwLME W' 1uDCJ►Tld,) —— 14 14 (SEE Ir+o1E 2) (/�PP�we E EX15T. Ir 1TATERLME (TO K REMOVED) COMdIECt 70 EXIST. 10'OV 12 12 12 '-'rwam � 3-COM m r E 0=1 HEED ANO �x _ �Mt 1-ir 4S ABMOOIED M PEACE VERT.EMM (SEE MX71E 5) x 10 10 X10 " Z COMECT M OL'Al— EXM.4r MUJERIlE 1-16'TEE w//rar T£E pgSF. tb'WATERLME TO 11E 1-,6u1r AEOIJCER 1 20'at6'REDUCER 'i I RE1pYED AND FtiMI1E0 OFF 1-12'11D BEND - --- AME16' E VNLVE g -- g 8 - CONNECF TD E><IS'F, Ir W 1-is'00'VERT. SERO 1-12' 4r — VERT. eENo 6 6 b -- 1-Ir 47 VERT.EMD 1-16'TEEI I113 LF OF 3a-STEEL (SEE 4 I 4 4 (sm PROMTLE is-A� I [10 25 1 0+00 0+50 1+00 35.25 LF FROM R.O.W. (Ln 16" WATERLINE CROSSING SECTION 'A—A' em .w mn COWMSTALL cRMI EN0 SM(SUBSCM M CASMC) WL 'Al' I • : ' ' ATTACHMENT "B" Utility Accounting Method ® Actual Cost Method of Accounting The Utility agrees to develop relocation or adjustment costs by accumulating actual direct or related indirect costs in accordance with a work order accounting procedure prescribed by the Federal or State regulatory body. Lump Sum Method of Accounting Utility proposes to request reimbursement based on an agreed lump sum amount supported by a detailed cost analysis. Alternate Method of Accounting With the State's approval, the Utility accumulates costs under an accounting procedure developed by the Utility. Sr • '. v 'I p J ATTACHMENT "C" Utility's Schedule of Work and Estimated Date of Completion Estimated Date to begin: September 2, 2014 Estimated Date of completion: November 3, 2014 Estimated number of days: 60 ATTACHMENT "D" Statement Covering Contract Work ® Form ROW-U-48 attached hereto. Work to be done by Utility forces, Form ROW-U-48 is not applicable. „' t _,.,- STATEMENT COVERING UTILITY CONSTRUCTION CONTRACT WORK (AS APPEARING IN ESTIMATE) form ROW-U-48 (Rev.06112) Page 1 of 1 U-Number: 14214 ROW CSJ Number: 2343-01-037 District: Corpus Christi County: Nueces Highway No.: FM 2444 Federal Project No.: SW 2013(936)MM I, 'qv/7a II 1.. • O/.or! ,a duly authorized and qualified representative of City of Corpus Christi ,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 X 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. O 8. 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. [l 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.) O 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). Ei E. The utility • -•s and specifications,with the consent of the State,will be included in the construction contract awa =-• by th• Stat- I” 4010 Id' 4/4. ►-- -�- 4,74,711- Signaill Dat cls A _ Title *U48* ( a. / 11 / 1 ATTACHMENT "E" Utility Joint Use Acknowledgement ® Utility Joint Use Acknowledgement attached hereto. Form 1082 f • 1 , • 0 I UTILITY JOINT USE ACKNOWLEDGEMENT Form ROW-U-JUAA (Rev.06/12) . REIMBURSABLE UTILITY ADJUSTMENT Page 1 oft a U-Number: 14214 ROW CSJ: 2343-01-037 County: Nueces District: Corpus Christi Highway: FM 2444 Federal Project No.: STP 2013(936)MM From: SH 286 Projected Highway Letting Date: 08/06/13 To: Oso Pkwy. Intersection WHEREAS, the State of Texas, ("State"), acting by and through the Texas Department of Transportation ("TxDOT"), proposes to make certain highway improvements on that section of the above-indicated highway; and WHEREAS, the City of Corpus Christi , ("Utility"), proposes to adjust or relocate certain of its facilities, if applicable, and retain title to any property rights it may have on, 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 to either accommodate the proposed highway improvements or as part of Utility's future proposed changes to its own facilities, Utility agrees to notify TxDOT at least 30 days prior thereto, and to furnish necessary plans showing location and type of construction, unless an emergency situation occurs and immediate action is required. If an emergency situation occurs and immediate action is required, Utility agrees to notify TxDOT 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, TxDOT 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 its facilities will be limited to frontage roads where provided, nearby or adjacent public roads and 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 TxDOT is notified immediately when such repairs are initiated and adequate provision is made by Utility for the 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. Initial D.te Initial Date *UJUAA* TxDOT Utility ' 4. • Form ROW-U-JUAA(Rev.06/12) Page 2 of 2 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. 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 TxDOT 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 State 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 the new installation, adjustment, removal, and/or relocation at its own risk, and that TxDOT makes no warranties or representations regarding the existence or location of utilities currently within its right of way. The Utility and the State, 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 RECOMM ' a ED: Utility: City of Corpus C.-' ���_ �—'— u istrict E - eer orp.s C ri,41 I strict Nof L'14 OP `//re' � THE STATE OF TEXAS By: A' Tze. signat.re Executed and approved for the Texas !! Transportation Commission for the purpose Lw v]j and effect of activating and/or carrying out the Print or Type Name orders, established policies or work programs ,��`�— heretofore approved and authorized by the Title: e.v Texas Transport ion. BY: Date: �/�6/(4- lP (¢ for.. , O7. Division i r/ Date: !—/14-2007 Initial Date Initial Date TxDOT Utility • ATTACHMENT "F" Eligibility Ratio Eligibility Calculation and Ratio: See attachment Attachement "F" Utility: City of Corpus Christi ROWCSJ: 2343-01-037 �. CSJ: 2343-01-036 Type of Utility Total Length of adjustment in feet Compensable Length in feet Ratio 16" Water Line 2520 1800 71.43% • gr , I . 4 • ATTACHMENT "G" Betterment Calculation and Estimates ® No Betterment Betterment - Estimated Cost for Betterment attached hereto. Force Betterment The following are reimbursable items and must be documented by the Utility: • non-stock items that are uneconomical to purchase; • Items to comply with governmental laws and ordinances; • appropriate regulatory commission codes; • published, current design practices regularly followed by the utility in its own work; • Installment of replacement of equivalent, although not identical; • betterments for which there are direct benefits to, and/or are required for, the transportation project. i • a,. I 1 i • ATTACHMENT "H" Proof of Property Interest The utility's compensable interest must be clearly documented and supported by verifiable evidence, such as a recorded deed, easement, and lease or license agreement with railroad. TxDOT reviews property rights claimed by the utility to determine if a compensation consideration or a property right exists before making an agreement to adjust the utility's facilities. For compensable interests not covered on this sheet, please contact your TxDOT utility liaison. Deed, Easement, Lease, or License agreement with railroad attached hereto is clearly documented with current utility name to support utility's compensable interest claim. ❑ If a utility has documented support of a compensable interest in a different utility's name, the utility must supply a "Chain of Title" that clearly supports its claim of property interest for compensable consideration. n In situations where evidence of property interest is inadequate to support a compensable interest, then the utility must get the following Affidavits of Property Ownership properly executed and notarized. ROW-U-1A - (For Utility Owner) ROW-U-1 B - (For Disinterested Party) ROW-U-1 C - (For Property Owner) t �t , •, s 1 • WATER PIPELINE EASEMENT STATE OFTEXAS 787646 CMINTY OF NUECES THAT Mark P. Bratton, Trustee, "Grantor" , for and in consideration of the sum of One and no/100 Dollar($1.00) to me in hand paid by the City of Corpus Christi, P.O. Box 9277, Corpus Christi, Texas 78469, Nueces County, the receipt of which Is hereby acknowledged,has granted and conveyed,and by these presents does grant and convey unto the City of Corpus Christi, Texas, a municipal corporation duly Incorporated under and by virtue of the laws of the State of Texas, Its successors, legal representatives, a non-exclusive easement, of going in, on, over, and along a certain strip of land situated in Nueces,County,Texas and being described as follows(the 'Easement Tract"): FIELDNOTES for a 10.00 foot wide easement out of Section A and Section 31, Laureles Farm Tracts, a map of which is recorded in Volume 3, Page 15, Map Records of Nueces County, Texas. COMMENCING at the centerline intersection of 80.00 feet wide F.M. Road 2444(Staples Street) and 40.00 wide County Road 41; THENCE East,with the centerline of F.M. Road 2444, a distance of 2680.00 feet; THENCE North 40.00 feet to a point on the North right-of-way line of F.M. Road 2444 for the Point of Beginning and the Southwest corner of this easement; THENCE North, 10.00 feet for the Northwest corner of this easement; THENCE East, parallel with the centerline fo F.M. Road 2444 and 50.00 feet distant therefrom, measured at right angles thereto, 1799.40 feet for the Northeast corner of this easement; THENCE South, 10.00 feet for the Southeast corner of this easement; THENCE West, with the North right-of-way line of F.M. Road 2444, parallel with its centerline and 40.00 feet distant therefrom, measured at right angles thereto, 1799.40 feet to the Point of Beginning. Together with the free ingress,egress,and regress accross and upon the Easement Tract to and for the City of Corpus Christi, Texas,all for the purpose of owning and keeping underground a water pipeline only and for the purposes of maintaining, servicing, repairing and inspecting said water pipeline under, on and along the Easement Tract. TO HAVE AND TO HOLD,all and singular,the rights and privileges aforesaid with respect to the Easement Tract to the City of Corpus Christi, Texas, its successors,and legal representatives,for the proper use as a water pipeline easement for so long as used for such purposes,and if the use of said easement and ways of said uses be ever abandoned, then, in that event,the aforesaid rights and privileges shall cease. The easement herein granted is non-exciuisive and Grantor reserves to Grantor and Grantor's successors and assigns the right to use the Easement Tract for the installation use, operation, repair, upkeep, replacement and subsititutlon of other utility lines and services and for the uses which do not materially interfere with the easement herein granted. This easement is conveyed by Grantor with special warranty of title only, by, through and under Grantor only and not otherwise. VOL 2340 PAGE 199 k •t .1 I 4, i c WITNESS MY HAND THIS THE 2 day of JAK. , 1992. rn Llielleagagolok..) Mark P. Bratton, Trustee THE STATE OF TEXAS COINTYOFMJECES This instrument was acknowledged before me by Mark P. Bratton,Trustee. This the 2 day of JAM . , 1992. MOISES PEREZ M. �� 9 V:10 MS Notary Public in and for the State of Te My E p.Pm.$1133 - - - - Accepted for the City of Corpus Christi, a municipal corporation and body politic under the laws of the State of Texas, this f ' day rf avtC , 1992. Carl Crull, P.E. Director of Engineering Services APPROVED: AS TO FORM,JAMES R.BRAY,JR.,CITY ATTORNEY This the day of S-(A/1t A.aA , 1992. By: ..92�'2a�t -�� ASSISTA City Attorney H',son Cvxll/wa+.y STATE OF TEXAS COWTYOFNUECES This instrument was acknowledged before me on C a'by Carl Crull, P.E., as City Engineer for the City of Corpus risti,Tex , a Texas municipal corporation on behalf of said corporation. joutie,ouiii, Notary Public In and for the State of Texas CONNIE PARKS Notify bilk ,'OLIN STATE OfWAS �i My Caw Esp.Nws130ifE i K0 N /Tt W •j a 11j d icl 7h 0 al �,"# (. . u• � : J � �� \'J NoRTH la�' eA43T 1'14141.40' v NORTH 4..0.1 L•lewr maim 4? 4 —C At "POINT Or MC INN1NCp N F' M. ROAD 24.4.4 1 STH "coMMeNeeMeNT " SEcTIo*J 5j N1�AP TO AcCOM PAN Y FI C!DNoTt:g: • �rNI7 TION�T LAuthtLf.0s r re�T7.�TM�Af-ar �h1ue'c�' Gccu ma inl voLUMG 'i, P/�IG fie, MAP gr.C.ORD+7 URBAN DATE -1•.N. 01q* • ENGINEERING SCALE �o �oi.� owes�wrtreus JOB NQ it/.. 1 . r tir Wqkt1 • a VOL 2340PAGE 202 hoo Meth,bade*off feeltk1e11te Set„NNW eeNs of the itaxe d 4/11.PROPPM,r l+el91'r78 of Race;Cebu, 1161�;CtiL!r� r lrg."t:r41Walt6.,:i orMtiona101ip4k k'MtlsoiArsia)pyeMAtAndesMEWL 1AN.3/1218.. fTTATE Or TEXAS COUNTY OF MACES ftwte±yesitiNMei WsInstrument WV MONA,MOo Seovem^e en tee(IAN and at de time stowed hems Win,rd ew. +OE:ilvak in the Official Pub*Row*e1 NEAL PROPERTY flaws Comfy.Tema en .iAN 91992 flEfIK k-:- NUMB COUNTY,WM 4 r., .. 1V • '' sto City of Corpus Christi P. O. Box 9277 CITY HALL — 1201 Leopard Street Department of Engineering Services PROPERTY & LAND ACQUISITION DIVISION 3R13. 1!LOOR, ROOM 3 —ZSA Corpus Christi, Texas 78469-9277 COUNTRY -— - N CONSULTANT'S WET 5 K UNDERGROUND GAS& 00)-,3,99 a+31+0OCREEK / OVERIEID ELECTRIC .,o R FIEx vsflE F/sicM .2340.rns.,99-202 aAaa7 a.171%.7."1367's.1.0...a..c,.„...........,RD. / / / a Zz rgsgsig \ AarMOT R.avt • Mo wu OFF++ee e 4 \. -—- K IX / - --- 4' // or/ // . o ;Wow Ou, oaiS, 1 -2N oa-m Y _ .mer ea.. _...---- FM 24{4------------- ----_. T- _. ._.--_-- -. .-... .. e- to z t_g_ DOST IICA A El_ �' (SOUTH STAPLES ST.) neer ass f I J o E i —_ z few 6 01111111 t,? WO UM I aat , ACRES rag 3 MTV IMP MD 111,11111r Leti 'I� 1 +OM..1666 VOL araiAMu.ez I HAM weeA 1mmR.RR.cT I c in.a x EArulal_✓cr. I OiL ' VOL n.nc:i...aaer. c LL j % N �� / _ \ ' VY ME IMMO I ATO Olir MTERME E PONIED ®I // \ \\ I / / y Ma)—I (a1R�E F911f) 1 8 �pq.�"E Sr. / �` e ta•� rr—.Arte---.-r I I ro RErw�'& e W is ar rnsr. ` COUNTRY * F .2340,as.,99-202 Orwa _ e r M11ERINE I I SOUTH OSO I I RTOYMf ASSMaT �' CREEK RDS \ OI / uo �,,, , PARKWAY I IO p p O ..nmEl aoa Easy. e'wS�Enas t 'n C r- ----.'_ --4 to - —__ __ __JN i L'- I 1. • ` N -- ark __ eN o (...,/,,m Ao 7 iffiz =e erae�n_ FM 2444 1 Y Y�y e= u°w UN - -—- - - - - (SOUTH STAPLES ST.) MO CaT e0 ° :MIs wu < mer eeu. _- — . i 11—_ — ---- m wr. flu OwM 7,11/4FM2444 // -- W M 6'--�Y---M----W-_—'LL �• MEET _. IlFOtxaE.E-r / .r..1- 4 \ oE1Al MEET 3 `_ _ KING w ow AOO ro ROOM I I W E eE1V.ED ) a COSI.12'RRTfAVRE CCOMeMTE MM OA MIFR•, TRAIL IKM• rRw.^ I I r N Z 0 W CO i N �N� Z ° I I ;; Ce D as". a -' Lowz Z e AM ao:Orr D,e I // 8 I O ":„......------- :NONE ,r MIERaE / 6 o d_J W O OI .e,aa ROyP /' U LU 0 0 rC.11 VOL Or.PO.rMT►'ro.uxcv N Al,- �! ' re a O W z Eif.110 uaa` F. _ =:. 2 / o� UNTIL MO OE1OPOSED SHALWATERLINE TAKINE PLACE 0 N U. _, S UNIT THE PROPOSED WITERLeE IMS -- i ,r MTORR< BEEN INSTALLED.TESTED.APPROVED a en 2444 _,). �I,.�•.�7� s.l�a FM_ -- - r x-sem u�c CONNECTED 10 E]OSING MATER 44 MI5 - Sptml STAPLES ST• �E W i' $ s€ET 5 ' 18 _` I F.T.0agr RE...- _-_ _ -- k-S�-LA GRAPHIC SCALE RECORD WNW NO. .umOr Rn.-' Ira wale mm ea RaTED WTR 442 t• aA CATER OUT) 0 50' 100' 200' 300' El3+OO C]A Mara I F111110 . g . ,. F • p ATTACHMENT "I" (To be used only for 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 of Highway in the area, so that the work can be coordinated with the other 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. Utility: N/A By: Title: Date: 0°uB C o INFORMAL STAFF REPORT U 'NCORPORPlEO 1852 MEMORANDUM To: Ron L. Olson City Manager toThru: Gustavo Gonzalez, P.E. ACM, Public Works & Util S (n 23.v4 Thru: Daniel Biles, P tit Executive Director of Public W i r s v.y3a-'` Thru Natasha Fudge, P.E. ic..ting Director of Capital Programs From: John Maggiore Project Manager— Capital Programs Date: June 20, 2014 Subject: Execution of Standard Utility Agreement, Statement Covering Utility Construction Contract Work and Utility Joint Use Acknowledgement (as prepared by TxDOT) for the FM 2444 Utility Adjustments in conjunction with the FM 2444 Highway Improvements Issue This memorandum is a request to execute two (2) original copies (attached) of the documentation necessary to finalize the compensable package for the "TXDOT Participation Projects - FM 2444 Water Line Adjustments — Task Orders Nos. 5 & 6 (City Project Nos. E13109 and E13110)". Background The proposed TxDOT-administered roadway improvements for FM 2444 from SH 286 to Oso Parkway Intersection necessitate the adjustment, removal, and/or relocation of utilities listed as follows: • Removal of approx. 2,600 LF of existing 16" water line & 43 LF of existing 12" water line. • Installation of approx. 2,600 LF of water line including system reconnections. The construction for these above-listed water line improvements will be administered by the City. Being that the above identified water lines would not have to be adjusted unless otherwise required by the State for their roadway improvements; the State will participate in the costs of the adjustments, removal, and /or relocation of the above identified water lines to the extent eligible. "Eligible" is defined as being within a legal easement at the time of the request. The Standard Agreement Cost Estimate (included) as prepared by RVE, Inc., the licensed engineer of record, is $704,931.81 with the cost eligible for reimbursement from the State of $487,812.81. The City's portion of the cost is based on the percentage of the water line that was not in an easement. Assistant City Attorney, Veronica Ocanas reviewed the attached documents on June 19, 2014 and has found each to be acceptable for signature. Conclusion The start of construction of the FM 2444 roadway improvements is awaiting these utility adjustments. The executions of these documents are a high priority in order to preclude TxDOT from noticing the City for delaying the roadway improvements. *.® Texas Department of Transportation 125 EAST 11TH STREET I AUSTIN,TEXAS 78701-2483 I (512)463-8700 I WWW.TXDOT.GOV August 19, 2014 CONTACT:Construction Office U-Number: 14214 Corpus Christi District ROW CSJ No.: 2343-01-037 County: Nueces Highway: FM 2444 Limits: From: SH 286 To: OSO Parkway Intersection City of Corpus Christi 1201 Leopard Street Corpus Christi,TX 78401-2825 Attention: John Maggiore, P.E. Dear Mr. Maggiore: Attached for your files is one (1) executed copy of the utility agreement assembly. The adjustment is 71.43 percent reimbursable for all eligible cost. As noted in previous correspondence you are authorized to proceed with the adjustment of your facilities on the above captioned project. If a Traffic Control Plan is necessary, please be sure to submit the plan within a reasonable time frame to the Area Engineer for review and approval. Martin Horst, the Area Engineer, may be contacted at (361) 808-2261. The work must be completed to the State inspector's satisfaction and in accordance with the Texas Department of Transportation (TxDOT) Utility Accommodation Policy. Please notify Richard Chauvette at (361) 739-5954 48 hours prior to beginning your adjustment to provide for the inspection of this work. Unsuitable excavation and excavation that is not needed for construction shall be known as "waste" and shall become the property of the contractor, to be disposed of by him outside the limits of the right-of-way or at a location approved by the engineer. The backfill will need to be placed in uniform layers six inches in depth, with each layer compacted to a density comparable with the adjacent undisturbed soil. Adequate provisions must be made to create a minimum of inconvenience to traffic and adjacent property owners. Barricades and warning signs, and flagmen when necessary, shall be provided by the contractor or the owner. It is understood that the implementation and maintenance of the traffic control plan shall be the responsibility of the owner. All traffic control measures shall comply with the latest edition of the Texas Manual on Uniform Traffic Control Devices for streets and highways. The owner acknowledges and fully accepts responsibility and liability for the design, construction, maintenance, and operation of this proposed improvement. Your office will need to coordinate your relocation with the other utilities located on this project. Also, note that highway facilities shown as proposed on TxDOT's plans may be installed prior to your adjustment. If during or after construction of your facilities a modification is necessary due to a revision of the State plans, this office should be notified prior to the implementation of the change. With this notification of an approved agreement, billing statements for cost incurred may be forwarded for processing. They will be reviewed in intervals of not less than thirty (30) days. All costs should be clearly defined and indicated in a line item format that should match the items shown in the original cost OUR GOALS MAINTAIN A SAFE SYSTEM • ADDRESS CONGESTION • CONNECT TEXAS COMMUNITIES • BEST IN CLASS STATE AGENCY An Equal Opportunity Employer estimate. All major items should be supported by contractor invoices. There will be a twenty(20) percent retainer prior to final billing. Your final billing will need to compare the estimated quantities and cost to the actual quantities and cost. Then, an explanation of any overruns or underruns in the quantities or cost will need to be provided. Also, submit with your final billing the date construction began and ended, and the address and telephone number of the location where the records may be audited. It is requested that your office complete this work as soon as possible. If you require the status of any right-of-way acquisition or if there is a change in the scope of work or if you are unable to meet the proposed schedule of relocation, please contact Richard Chauvette of this office, at (361 ) 739-5954. Sincerely, ichar auv Utility Coordinator Corpus Christi District Utility agreement assembly Attachment cc: Martin Horst 2