R-06-09-28-14C1 - 9/28/2006DATE: September 21, 2006
SUBJECT: City Council Meeting - September 28, 2006
ITEM: 14.C.1. Consider a resolution authorizing the Mayor to execute a
Standard Utility Agreement with the Texas Department of
Transportation for the widening of FM 1460 from north of Old
Settlers Boulevard to US 79.
Department:
Staff Person:
Justification:
Transportation Services
Thomas G. Martin, P.E., Director of Transportation Services
In order for the City to apply for reimbursement of eligible costs to adjust, remove and/or
relocate a water line located along FM 1460 from north of Old Settlers Blvd. to US 79, the
City must enter into a Standard Utility Agreement with the Texas Department of
Transportation.
Funding :
Cost: N/A
Source of funds: N/A
Outside Resources: N/A
Background Information:
A six (6) inch, eight (8) inch and 16 inch waterline and a 20 inch wastewater force main are
in conflict with the widening of FM 1460 from north of Old Settlers Blvd. to US 79. A portion
of the water lines are located in public utility easements, so the City is eligible for
reimbursement of the costs associated with adjusting, removing and/or relocating the water
lines. The City could be eligible for reimbursement of up to 90% of allowable costs.
Public Comment: N/A
RESOLUTION NO. R -06-09-28-14C1
WHEREAS, Chapter 791 of the Texas Government Code, V. T.C.A.,
authorizes local governments and agencies of the state to enter into
agreements with one another to perform governmental functions and
services, and
WHEREAS, the City of Round Rock wishes to enter into a Standard
Utility Agreement ("Agreement") with the State of Texas, acting by and
through the Texas Transportation Commission regarding the widening of
FM 1460 from north of Old Settlers Blvd. to US 79, 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 said 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 28th day of September, 2006.
T ST:
CHRISTINE R. MARTINEZ, City Secrtary
@PFDesktop\::ODMA/WORLDOX/O:/wdox/RESOLUTI/R60928C1.WPD/rmc
WE , Mayor
y of Round Rock, Texas
M-�
..1w�1M
Form ROW -U-40
Rev. 3/2004
GSD -EPC
Page 1 of 1
District: Austin
Federal Project No.: N/A
ROW CSJ No.: 2211-02-014
SIGNATURE AUTHORITY
U -No. U1-1150
County: Williamson
Highway No.: FM 1460
Contract No.:
WHEREAS, the City of Round Rock, hereinafter called the Owner, deems it necessary and proper to enter into
an agreement with the State of Texas, whereby the Texas Department of Transportation will cause the relocation
of various facilities operated by the City of Round Rock, which are in conflict with the Texas Department of
Transportation's proposed improvements on US 79 from Williamson County Road 195 to 1,000 Feet East of
Williamson County Road 110.
NOW THEREFORE, be it resolved by the above named Owner that Nyle Maxwell or his successor, is hereby
authorized and directed to sign the utility agreement or any other necessary documents required to complete the
utility relocation on behalf of the above named Owner.
Passed, approved, and adopted this day of , 20
IN WITNESS WHEREOF, the parties hereto have affixed their signatures.
ATTEST: Owner:
Utility Name
By:
Authorized Signature
Title:
Date:
Acknowledgement
State of Texas
County of
This instrument was acknowledged before me on by
Notary Public's Signature
a
D
3
EXHIBIT
1g II
Form ROW -U-35
Rev. 12/2004
Replaces Forth 0-15-35, D-15-131, 0-15-132, D-15 133, D-15-134 and D-15-137
GSD -EPC
Page 1
STANDARD UTILITY AGREEMENT
District: Austin
Federal Project No.: N/A
ROW CSJ: 2211-02-014
Highway Project Letting Date: November 2007
U -Number: U1-1150
County: Williamson
Highway: FM 1460
From: 2.958 Miles North of US 79
To: US 79
This Agreement by and between the State of Texas, acting by and through the Texas Transportation
Commission, ("State"), and the 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;
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: install six (6) inch, eight (8) inch and 16
inch waterlines including fire hydrants, valves, casings, bends, tees, plugs and sleeves from Highway Station
365+98 to Highway Station 433+64 at a minimum depth of 42 inches; install a 24 inch split casing around existing
twelve (12) inch sanitary sewer line at Highway Station 411+02; plug existing and remove and dispose of a 20
inch sanitary sewer force main from Highway Station 421+53 to Highway Station 450+00; 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.
The State and Utility agree that all conduct under this agreement, including but not limited to the adjustment,
removal and relocation of the facility, the development and reimbursement of costs, any environmental
requirements, and retention of records will be in accordance with 23 CFR 645, Subparts A & B and all other
applicable federal and state laws, rules and regulations. Utility agrees to supply, upon request by the 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.
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.
Form ROW -U-35
Rev. 12/2004
Page 2
Alternatively, State agrees to pay Utility an agreed lump sum of $0.00 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
proceed with the necessary adjustment, removal, and/or relocation. Utility agrees to proceed in such a manner
that will not result in avoidable delay or interference with the State's highway construction. Should Utility by its
actions cause interference or delay resulting in the imposition of damages upon the State by a third party, Utility
agrees to indemnify the State for said damages.
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, 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 of this agreement or a written change or extra work order approved by the State.
The Utility agrees to provide "as -built" plans to the State within ninety (90) days of completion of the adjustment
or relocation.
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.
The Utility by execution of this agreement does not waive any of the rights which Utility may have within the
limits of the law.
It is expressly understood that the Utility conducts the adjustment, removal, or relocation at its own risk, and that
the Utility agrees to indemnify and hold the State harmless for damage to existing facilities caused by the
Utility's conduct.
The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the
party represented.
Form ROW -U-35
Rev. 12/2004
Page 3
UTILITY
Utility:City of Round Rock
By:
Title: Mayor
Date:
EXECUTION RECOMMENDED:
Austin, Texas District *
THE STATE OF TEXAS
Executed and approved for the Texas
Transportation Commission for the purpose and
effect of activating and/or carrying out the orders,
established policies or work programs heretofore
approved and authorized by the Texas
Transportation Commission.
By:
**
Date:
* 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.
ATTACHMENT "A"
Plans, Specifications, and Estimated Costs
8
R
3j
tel
nl -
.29
.B9
CITY OF ROUND ROCK
W o
J O
cc n
ca 9)
b
PROP. 5' SIDEWAL
00•L N.LS3NI1
NORTH OF US 79
0000
8
00•8L£ YiS 3N11 MO1V►1
00.99£ Y1S 3N11 H�1VW
gdo2
5'
ci2 7;
oJ� 36
aa. a2
i•
g% -o
YY
CITY OF ROUND ROCK
8
F.
00.06£ NUS 3NI1 £.LVP1
CITY OF ROUND ROCK
g
8
8
00401 NIS 3NI1 HO1VW
-9-1 -7
W.- r.
EA
88
bb
9r
00+06£ VIS an HOIYW
X
8
8
i
m
Wb
gn
242
Srdi
488
s
m
CITY OF ROUND ROCK
i
70 SY ASPHALT
PAVEMENT REPAIR
---!
EXIST.12' I/L STA.410.70
TO REMN EXIST.12"SAN
II TO W/50 AI CASING 0a�� 50 25 0 50 100
INSTAL
C7 c 30 LFL LT,20 LF RTI CjI SCALE FEET
C _ _R:O.W,- - C.FMT11a�0_._ - _ ` 50 li 2t"SPLIT CASING / 4 O
S _ PROP.
4
NOTES
F
EXIST.P.O.W. __ I.
SEE SHEET 5 OF 26 FOR NOTES.
_•,— _ 405.00 FM 1460 411•oa
... _.�. _ to
-EXIST 12"SAN 'S 2'17'41'�EE {W{1
To
REMAIN Z
s 7
I Y
YPI
TO REMAIN RR 3'SIDEWALKFUURE34
AL
T 'e EXIST W'W/L FUTURE 48"STM
EXIST.IB"W/L STM K TCIREMAIN
FUTURE 42"STM
j STA.411.02
EXIS T.8-W/L
�I W/50 LF CASING
O' IN REMAIN
INSTALL:
I3 BO Lf ID"SPLIT CASINO
Do
I I{ F IEGEBa
jo 0 l lT,20 LF RT
� s}¢Ly
I I. EXIST.WATER LINES ANO APPURTENANCES
Ix �� PRIP.WATER LIKES AND APPURTENANCES ADJUSTMENTS
0� EXIST.SAN.SEWER LINES
PROP.SAN.SEWER ADJUSTMENTS
-- EXIST.R.O.W.
PROP.R.O.W.
ROW CSJ NO.:2211-02.01
WILLIANSON COUNTY
FM 1460
FROM:2.95 MILES NORTH OF US 79
TO:US 79
700'
' BOWMAN--ft. i
..... ....... "-. ._._.-- .. .., � 460
EXISTING GROUND ', ', ' � FUTURE FM I I --- IME tl11OINel quVIMGS
690... -
-_.� ..-. -. - RE SI ••Dv SEAL
K F2f0 A1U EO
TTI MIT.R.wllvlx
AJ:.N0.89284
–�- j Oso:27 MAX 51 2992
L
680_ -._.....
_ � .o. v<ns a•
8"RCP' O
— — — - -- Cnns�iChiang.Patel& YerbY,lnc.
' ---'� ng Cnynee.c Pannea P.ojec�Nano9a•a ',
E EXISTING 12"SAN
—SPLIT CASE CITY OF ROUND ROCK
a'PVC W/L
E•680.5 FM 1460
- - TO BEQ EXISTINGASED5AN UTILITY PLAN & PROFILE
670 -_ -... ..
STA.401.00 TO STA.412.00
k„a xRM
. a R
101.00 402.00 103..00
0,59
59
aNaU,M.o
104.00 405.00 406.00- - -- -407.00 - - -408.00- - 409.00- -- ----410.00 111.00 412.00 wo.o U+B
6 OF 11 0!/27/9] 10 a 26
1
8
,
8
§T
a
\
$
P.
¥
|
{;
/
$§
8
i � �
%
rr =ft £!
8 § / 15§,
{ /)
!6 ; ?:s
ice o\ W
� __ i gng
8k /2k4# a$
a%c y■
8 | -• a`\
#_ a&�/\ /&
d»./A2&% y#
2
�..,....
/6.
` _
■
k
/
a
08YNUS 3NI1&an
I
01:1•91,1, NIS 3NI1 Ho
«
(
o #■N2 3NI1 @LYN
■
)
CITY OF ROUND ROCK
/
\
NO UTILITY ADJUSTMENTS THIS SHEET
a
<
d �
Z`..2
64,
� .
\
0
*
7
/}=f
#|
A
Ja
0
!§!;i
;!!!;
FM 1460 UTILITY RELOCATIONS
ROUND ROCK, TEXAS
100% OPINION OF PROBABLE CONSTRUCTION COST
ITEM
NO.
ESTIMATED
QUANTITY
UNIT
DESCRIPTION
EST. UNIT PRICE
100% OPCC
ESTIMATE
BASE BID
1
1
LS
MOBILIZATION
540,000.00
540,000.00
2
1
LS
TESTING
63,000.00
53,000.00
3
90
LF
BORE & INSTALL 30' STEEL CASING
6300.00
527,000.00
4
100
LF
BORE & INSTALL 24' STEEL CASING
6275.00
527,500.00
5
200
LF
BORE & INSTALL 18' STEEL CASING
6265.00
553,000.00
6
1
EA
24' x 6' TAPPING SLEEVE AND TAP
56,000.00
56,000.00
7
3
EA
16' x 16' TAPPING SLEEVE AND TAP
57,500.00
522,500.00
8
1
EA
16' x 12' TAPPING SLEEVE AND TAP
54,000.00
54,000.00
9
LF
24' SPLIT CASING INSTALLED ON EXISTING
12' SANITARY SEWER LINE
5200.00
510,000.00
10
60
18' SPLIT CASING INSTALLED ON EXISTING
8' WATER LINE
5750.00
59,000.00
11
1978
LF
16' CLASS 200 DUCTILE IRON WATER LINE
560.00
5118,680.00
12
136
LF
12' C-900 DR -14 WATER LINE
550.00
66,800.00
13
270
LF
8' C-900 DR -14 WATER LINE
545.00
512,150.00
14
117
LF
6' DUCTILE IRON WATER LINE FOR FIRE
HYDRANT LEAD
54060
$4,680.00
15
3
EA
16' GATE VALVE
55,000.00
615,000.00
16
4
EA
8' GATE VALVE
51,500.00
56.000.00
17
7
EA
FIRE HYDRANT, 6' GATE VALVE AND
ASSEMBLY
$2,500.00
517,500.00
18
1
TRANSFER FIRE HYDRANT LEAD TO NEW
16' WATER
570000
5750.00
19
1
2' AIR RELEASE VALVE AND METER BOX
ASSEMBLY
52,500.0052,500.00
20
6
TN
DUCTILE IRON FITTINGS FOR WATER PIPE
52,500.00
515,000.00
21
170
LF
REMOVE AND DISPOSE OFEXISTING 16'
DUCTILE IRON WATER LINE
57200
52,040.00
22
2915
LF
REMOVE AND DISPOSE OF EXISTING 20'
DUCTILE IRON FORCE MAIN
515.00
543,725.00
23
300
LF
REMOVE AND DISPOSE OF EXISTING 8'
WATER LINE -
510.00
53,000.00
24
1
REMOVE AND DISPOSE OF AIR RELEASE
VALVE AND MANHOLE
51 .500.00
51,500.00
25
3
EA
REMOVE AND DISPOSE OF FIRE HYDRANT
ASSEMBLY
5300.00
5900.00
26
3
EA
2' BLOW OFF ASSEMBLY
61,500.00
54,500.00
27
2
Eq
TRANSFER 2' WATER SERVICE TO NEW
WATER LINE
5750.00
51,500.00
Y82
TRANSFER 1' WATER SERVICE TO NEW
WATER LINE
$500.00
51.000.00
29
291
SY
ASPHALT PAVEMENT REPAIR
520.00
55.820.00
30
2166
LF
TRENCH SAFTEY
52.00
54,332.00
31
1
LS
TRENCH SAFTEY SYSTEM DESIGN
52,000.00
52,000.00
32
1
LS
EROSION CONTROL
55,000.00
55,000.00
33
1
LS
TRAFFIC CONTROL
55,000.00
55,000.00
TOTAL «
6481 377.00
Consulting Engineer Estimate
DESCRIPTION
Utility Adjustments
FIRM
TOTAL COST
Expenses
Subconsultants
TOTAL:
Chiang, Patel & Yerby, Inc.
Chiang, Patel & Yerby Inc.
511,186
Inland Civil Associates, Inc.
6230
520,408
531,824
ATTACHMENT "B"
Utility's Accounting Method
0 Actual Cost Method of Accounting
The utility accumulates cost under a work order accounting procedure
prescribed by the Federal or State regulatory body; and the utility 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.
Alternative Method of Accounting
The utility accumulates costs under an accounting procedure developed by
the utility and approved by the State; and the utility proposes to request
reimbursement for actual direct and indirect costs; and the utility owner is
a municipality.
ATTACHMENT "C"
Utility's Schedule of Work and Estimated Date of Completion .
Start Date: March 22, 2007
Duration: 18 Weeks
Estimated Completion Date: July 26, 2007
ATTACHMENT "D"
Statement Covering Contract Work
Form ROW -U-48
Rev. 12/2004
Replaces Form 13-15-48
GSD -EPC
Page 1 of 1
STATEMENT COVERING UTILITY CONSTRUCTION CONTRACT WORK
(AS APPEARING IN ESTIMATE)
District: Austin
County: Williamson
Federal Project No.: N/A
U -No. U1-1150
ROW CSJ No.: 2211-02-014
Highway No.: FM 1460
I, Nyle Maxwell, a duly authorized and qualified representative of the 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 appears in the estimate to which this statement is attached.
It is more economical and/or expedient for Owner to contract this adjustment, or Owner is not adequately staffed
or equipped to perform the necessary work on this project with its own forces to the extent as indicate on the
estimate.
Procedure to be Used in Contracting Work
• A. Solicitation for bids is to be accomplished through open advertising and contract is to be awarded to the
lowest qualified bidder who submits a proposal in conformity with the requirements and specifications
for the work to be performed.
O B. Solicitation for bids is to be accomplished by circulating to a list of pre -qualified contractors or known
qualified contractors and such contract is to be awarded to the lowest qualified bidder who submits a
proposal in conformity with the requirements and specifications for the work to be performed. Such
presently known contractors are listed below:
1
2.
3.
4.
5.
❑ C. The work is to be performed under an existing continuing contract under which certain work is regularly
performed for Owner and under which the lowest available costs are developed. (If only part of the
contract work is to be done under an existing contract, give detailed information by attachment hereto.)
❑ 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).
O E. The utility plans and specifications, with the consent of the State, will be included in the construction
contract awarded by the State.
Signature Date
Title
ATTACHMENT "E"
Utility Joint Use Acknowledgement
rTr-.y-Wu.
Form ROW-U-JUAA
Rev. 1212004
Replaces Forms D -15-24A and D -15-80A
GSD -EPC
Page 1 of 2
UTILITY JOINT USE ACKNOWLEDGEMENT
REIMBURSABLE UTILITY ADJUSTMENT
U -Number: U1-1150
District: Austin County: Williamson
Federal Project No.: N/A Highway: FM 1460
ROW CSJ: 2211-02-014 From: 2.958 Miles North of US 79
Projected Highway Letting Date: November 2007 To: US 79
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 the City of Round Rock, ("Owner"), 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 interest vested in Owner in the event the current
facilities are retained, altered, modified, added to, or constructed on additional facilities presently located within the
above described area. This interest is retained provided that if existing facilities are to be altered or modified, or
new facilities constructed within said area, the Owner agrees to notify TxDOT at least 30 days prior to the
beginning of construction, and to furnish necessary plans showing location, type of construction and methods to
be used for protection of traffic. If, in the opinion of TxDOT, such alteration, modification or new construction is in
conflict with the current highway or planned future highway improvements could endanger the traveling public
using said highway, or be contrary to the recitals as set out above, TxDOT shall have the right to prescribe such
regulations as deemed necessary to rectify the problem. These regulations shall not, however, extend to the
requiring of the placement of intended overhead lines underground or the routing of any Tines outside of the area
of joint usage above described.
If Owner's facilities are located along a controlled access highway, Owner 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 Owner'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 Owner 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 Owner 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 Owner for the convenience and safety of highway traffic.
Except as expressly provided herein, the Owner's rights of access to the through -traffic roadways and/or ramps
shall be subject to the same rules and regulations as apply to the general public.
If Owner's facilities are located along a non -controlled access highway, the Owner's rights of ingress and egress
to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general
public.
Form ROW-U-JUAA
Rev. 12/2004
Page 2 of 2
Participation in actual costs incurred by the Owner 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.
If applicable, Owner will, by written notice, advise the State of the beginning and completion dates of the
adjustment, removal, or relocation, and, thereafter, agrees to prosecute such work diligently, and to conclude said
adjustment, removal, or relocation by the stated completion date. At the completion of the adjustment, removal, or
relocation, the Owner will deliver a set of "as -built" plans to the State.
The Owner and the State, by execution of this Acknowledgement , do not waive or relinquish any right that they
may have under the law.
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.
In the event the Owner fails to comply with the requirements as set out herein, the State may take such action as
it deems appropriate to compel compliance.
It is expressly understood that the Owner conducts the adjustment, removal, and/or relocation at its own risk, and
that the Owner agrees to indemnify and hold the State harmless for damage to existing facilities caused by the
Owner's conduct.
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.
Owner: City of Round Rock
By:
Utility Name
EXECUTION RECOMMENDED:
Authorized Signature
Title:
Date:
District Engineer, Austin District
Texas Department of Transportation
THE STATE OF TEXAS
Certified as being executed for the purpose and
effect of activating and/or carrying out the orders,
established policies or work programs heretofore
approved and authorized by the Texas
Transportation Commission.
By:
Director, Right of Way Division
Date:
ATTACHMENT "F"
Eligibility Ratio
ROW CSJ No. 2211-02-014
Williamson County
FM 1460
From: 2.958 miles north of US 79
To: US 79
From Utili y Relocation Plans:
Quantity (L.F.)
Sheet No. x of 11 Public Private
1 0 0
2 633 154
3 0 1022
4 110 0
5 479 0
6 1361 0
7 457 0
8 2860 0
9 2200 0
10 755 0
11 0 0
TOTAL = 8855 1176
Private L.F.= 1176
Public L.F.= 8855
Grand Total L.F.= 10031
Length of line in an easement = 1176
Total length of line = 10031
Eligibiity Ratio = )ength of line in an easement _ 1176
total length of line 10031
Eligibility Ratio =
ATTACHMENT "G"
Betterment Calculation and Estimates
Betterment Ratio
ROW CSJ No. 2211-02-014
Williamson County
FM 1460
From: 2.958 miles north of US 79
To: US 79
ITEM NO.
DESCRIPTION
I UNIT
IN-KIND REPLACEMENT
I
BETTERMENT
QTY
UNIT PRICE
COST
QTY
UNIT PRICE
COST
1
MOBILIZATION
LS
1
$40,000.00
$40,000.00
1
$40,000.00
$40,000.00
2
TESTING
LS
1
S3 000.00
$3,000.00
1
$3,000.00
$3,000.00
3
BORE & INSTALL 30" STEEL CASING
LF
90
$300.00
$275.00
$27 000.00
$27 500.00
90
100
$300.00
$275.00
$27,000.00
$27,500.00
4
BORE & INSTALL 24" STEEL CASING
LF
100
5
BORE & INSTALL 18" STEEL CASING
LF
200
$265.00
$6,000.00
$7,500.00
$53,000.00
$6,000.00
$22,500.00
$4,000.00
*10,000.00
200
1
3
1
50
$265.00
$6,000.00
$7,500.00
$4,000.00
*200.00
$53,000.00
$6,000.00
$22,500.00
$4,000.00
510,000.00
6
24" x 6" TAPPING SLEEVE AND TAP
EA
1
3
7
16" x 16" TAPPING SLEEVE AND TAP
EA
8
16" x 12" TAPPING SLEEVE AND TAP
EA
1
$4,000.00
9
24" SPLIT CASING INSTALLED ON EXISTING
12" SANITARY SEWER LINE
LF
50
*200.00
10
18" SPLIT CASING INSTALLED ON EXISTING
8" WATER LINE
LF
60
*150.00
*9.000.00
60
*150.00
*9,000.00
11
16" CLASS 200 DUCTILE IRON WATER LINE
LF
1978
$60.00
$118 680.00
1978
*60.00
*118,680.00
12
12" C-900 DR -14 WATER LINE
LF
136
*50.00
56 800.00
136
550.00
*6.800.00
13
8" C-900 DR -14 WATER LINE
LF
270
*45.00
$12 150.00
270
$45.00
12,150.00
14
6" DUCTILE IRON WATER LINE FOR FIRE
HYDRANT LEAD
LF
117
$40.00
$4,680.00
117
$40.00
$4,680.00
15
16" GATE VALVE
EA
3
$5 000.00
*15 000.00
3
$5 000.00
*15,000.00
16
8" GATE VALVE
EA
4
51 500.00
56 000.00
4
$1,500.00
*6,000.00
17
FIRE HYDRANT, 6" GATE VALVE AND
ASSEMBLY
EA
7
*2,500.00
517,500.00
7
*2,500.00
*17,500.00
18
TRANSFER FIRE HYDRANT LEAD TO NEW
16" WATER
EA
1
*750.00
*750.00
1
*750.00
*750.00
19
2" AIR RELEASE VALVE AND METER BOX
ASSEMBLY
EA
1
$2,500.00
$2,500.00
1
52,500.00
*2,500.00
20
DUCTILE IRON FITTINGS FOR WATER PIPE
TN
6
$2 500.00
$15 000.00
6
52 500.00
*15,000.00
21
REMOVE AND DISPOSE OF EXISTING 16"
DUCTILE IRON WATER LINE
LF
170
512.00
*2,040.00
170
*12.00
*2,040.00
22
REMOVE AND DISPOSE OF EXISTING 20"
DUCTILE IRON FORCE MAIN
LF
2915
*15.00
$43,725.00
2915
*15.00
$43,725.00
23
REMOVE AND DISPOSE OF EXISTING 8"
WATER LINE
LF
300
*10.00
*3,000.00
300
$10.00
*3.000.00
24
REMOVE AND DISPOSE OF AIR RELEASE
VALVE AND MANHOLE
EA
1
$1,500.00
51,500.00
1
$1,500.00
*1,500.00
25
REMOVE AND DISPOSE OF FIRE HYDRANTEA
ASSEMBLY
3
*300.00
*900.00
3
$300.00
$900.00
26
2" BLOW OFF ASSEMBLY
EA
3
$1 500.00
$4 500.00
3
*1,500.00
$4,500.00
27
TRANSFER 2" WATER SERVICE TO NEW
WATER LINE
EA
2
$750.00
*1,500.00
2
$750.00
*1,500.00
28
TRANSFER 1" WATER SERVICE TO NEW
WATER LINE
EA
2
$500.00
*1,000.00
2
*500.00
$1,000.00
29
ASPHALT PAVEMENT REPAIR
SY
291
*20.00
$5 820.00
291
*20.00
*5,820.00
30
TRENCH SAFTEY
LF
2166
*2.00
$4 332.00
2166
*2.00
332.00
31
TRENCH SAFTEY SYSTEM DESIGN
LS
1
*2,000.00
$2 000.00
1
52 000.00
$2 000.00
32
EROSION CONTROL
LS
1
*5,000.00
*5,000.00
1
55 000.00
55 000.00
33
TRAFFIC CONTROL
LS
1
*5,000.00
55 000.00
1
5 000.00
5 000.00
TOTALS: $481 377.00
*481,377.00
Betterment Ratio = /Jon -Betterment =
Betterment
_ f481377-4813772 =
481377
ATTACHMENT "H"
Proof of Property Interest
THA
0
CREEK
AND CONF
HAVE TH
MEADOWS OF
ADDRESS IS
OPERATION,
STRUCTURES IN,
OF TEXAS
SON
}
}
}
2000004943 5 pgs
CAMPO Land LTD Parcel
WATER EASEMENT
"FNn679"
KNOW ALL BY THESE PRESENTS;
D, LTD., ACTING HEREIN BY AND THROUGH DAVID J TROTTER, BEING HEREAFTER
S, FOR AND IN CONSIDERATION OF THE SUM OF TEN DOLLARS {a7 0.00) AND
LE CONSIDERATION, TO GRANTORS IN HAND PND BY MEADOWS OF CHANDLER
T, TME RECEIPT AND SUFFICIENCY WHICH IS HEREBY ACKNOWLEDGED
FOR ' ICH NO LIEN OR ENCUMBRANCE, EXPRESSED OR IMPLIED, IS RETAINED,
ONVEYED AND BY THESE PRESENT DO GRANT AND CONVEY UNTO
AL UTLIIY DISTRICT, cla ST ENVIRONMENTAL SERVICES, WHOSE
BLVD., AUSTIN, TX 78758; AN EASEMENT FOR THE CONSTRUCTION,
, UPGRADE, AND REPAIR OF WATER UNE IMPROVEMENTS AND
SS THE FOLLOWING DESCRIBED LAND, TO -WIT:
OR PARCEL OF LAND, LYING AND BEING SITUATED IN THE
ESCRIBED IN EXHIBIT W ATTACHED HERETO AND MADE A
CH REFERENCE IS HEREBY MADE FOR A MORE PARTICULAR
ALL. THAT 0.392 ac C
COUNTY OF WLUAMS
PART HEREOF FOR ALL
DESCRIPTION OF SAID PROP
TO HAVE AND TO HOLD THE
UTILITY DISTRICT AND rrs SUCC
TIMES TO ENTER SAID PREMI
OPERATING, MAINTAINING, REPLA
FOR MAKING CONNECTIONS THER
IN wavEss THEREOF GRANTORS HA
-too DAY OF z , 2040.
Y TO THE MEADOWS OF CHANDLER CREEK MUNICIPAL
TOGETHER WITH THE PRIVILEGE AT ANY AND ALL
OF, FOR THE PURPOSE OF CONSTRUCTING,
, AND REPAIRING SAID WATER IMPROVEMENTS. AND
CAUSED T • INS , NT TO BE EXECUTED ON THIS
B : t! RS:
THE STATE OF
COUNTY OF
I jf�� V.?
}
}
}
ACKNOWL
KNOW ALL MEN BY
BEFORE ME, THE UNDERSIGNED, A NOTARY PUBLIC IN AND F - -
PERSONAL.LY APPEARED DAVID J. TROTTER, KNOWN TO ME T
SUBSCRIBED TO THE FOREGOING INSTRUMENT AND SHE ACKNO
THE SAME FOR THE PURPOSE AND CONSIDERATIONS THESE
GIVEN UNDER MY HAND AND SEAL OF OFFICE, ON THIS THEA I)AY OAF
STATE, ON THIS DAY
WHOSE NAME IS
THAT HE EXECUTED
NOTARY PUB
MY COMMISSION EXPIRES ON l e".(09 //A
SOLOSTIAUMWLEAS1 WPO
, 2000AD
Land, Ltd
e
Easement
DESCRI
GEOR
PORTIO OF
TO CAMC
WILLIAMSO
TO BE USED F
METES AND BO
F N 1679 (BDN)
January 07, 2000
SAM, Inc Job No 99227-07
WIDTH STRIP OF LAND TOTALLING 0 392 ACRE, LOCATED IN THE
VEY ABSTRACT NO 267, WILLIAMSON COUNTY, TEXAS, BEING A
214 ACRE TRACT OF LAND DESCRIBED AS TRACT 4 IN THE DEED
ORDED IN VOLUME 2491, PAGE 303, OFFICIAL RECORDS OF
5, SAID 0 392 ACRE TRACT, AS SHOWN ON THE ATTACHED SKETCH,
EASEMENT AND BEING MORE PARTICULARLY DESCRIBED BY
S
BEGINNING at a cal
the northwest corner of
Land & Construction, Ltd recor
County, Texas, said point al
pant, a Y2-nch iron rod found
the west line of that called 2 411
recorded in Volume 1389, Page
n said 198 101 acre tract and the re
of 442 15 feet,
THENCE with the east nght-of-way line
the following two (2) courses and distances
sight-of-way line of F M 1460 (80 feet wide), said point being
re tract of land described in the deed to Lennar Homes of Texas
ument Number 199980346, Official Public Records of Williamson
est comer of the remainder of said Tract 4, and from which
" E, a distance of 0 72 feet, and a Y -inch iron rod found in
d d in the deed to Texas Power & Light Company,
iamson County, Texas, for a common angle point
bears, N 80° 10' 46" E (bearing basis), a distance
id F M 14. ., . -ing west line of the tract described herein,
1 N 09° 43' 19" E, a distance of
point, a %-inch iron rod found
F M 1460 bears, N 80° 16' 41"
ated point of curvature, and from which
ature on the west right-of-way line of said
00 feet, and
2 with the arc of a curve to the right, a d
07° 49' 41", having a radius of 1105 9
distance 01150 98 feet to a calculated
herein,
10 feet through a central angle of
ord which bears, N 13° 38' 11" E, a
comer of the tract described
THENCE leaving the east right-of-way kne of said F M 1460 an
three (3) courses and distances
9 1 acre tract, the following
1 S 72° 50' 17" E, a distance of 35 06 feet to a calculate
2 S 18° 28' 19" W, a distance of 148 39 feet to a calculat
3 S 09° 43' 19" W, a distance of 55146 feet to a calculat
198 101 acre tract, being the south line of the remainder
described herein,
Page 1 of 3
h line of said
the tract
Land, Ltd
re
Easement
THENC
4, a des
F N 1679 (BDN)
January 07, 2000
SAM, Inc Job No 99227-07
e common line of said 198 101 acre tract and the remainder of said Tract
OINT OF BEGINNING and containing 0 392 acre of land, more or less
THE STATE
COUNTY OF W
KNOW ALL MEN BY THESE PRESENTS
That I, Robe
descnptxm is true and
was determined by a su
rofessional Land Surveyor, do hereby certify that the above
nowledge and belief and that the property descnbed herein
and during December, 1999 under my direction and supervision
WITNESS MY HAN n, Travis County, texas th the th day o anuary, 2000
/At✓
SURVEYING AND MAPPING, I
4029 Capital Of Texas Hwy , So
Austin, Texas 78704
Robert J Roy
Registered Pr • essional L-nd Surveyor
No 5159 - State of Texas
a=07'49'41"
1105 92' r
L=151 10' . S 72'50'17" E
13'38'11" E 35.06'
CH=15098' 1,
1 11:
1 i-
1 %v,
1
1
1
i
1
1
GRAPHIC SCALE
CAMCO LAND, LTD
REMAINDER OF TRACT 4
VOL 2491, PG 303
0 R W C. Tx
f I�
• I 1'
1 1
f If
WA
392 ACRE
EMENT
TEXAS POWER & LIGHT COMP
30' WIOE ELECTRIC EASEM
VOL 1389, PG .315
0 R W.0 Tx
TEXAS UTILITIES ELECTRIC COMP
ROADWAY EASEMENT
VOL 1389. PG 312
ORWCTx
1 8010'46" W 1NG BAStS)
.•'14 87' 1z EiVkl " E 418 25so
EO'a° E 442 )
IC -
SCE
omit1' 1 20 DO'
.A" 1 1,
1 If LENNAR HOMES OF TEXAS LANG
! 1; & CONSTRUCTION. LTD
1 1; CALLED 198.101 ACRES
DOC % 199980346
1 1, OPR.WCTx
1 1i
I 1,
1 1.:
MS41_ 12166211lcr
xw Nw,oe " n
nm -o
/ o11Tc, Oilcffa000
Pi1R1ET0! R -ROT
an CNiCh GR. W( , TA. .1SO4ER
flti omAL 70.3
fK7DNCTO rN*R}R.ROR
=WOW. R.R. 6Or70"[
�C1A7iNIRa fx1R7f.b"4
�.1 ... f.,OO'
i
1
DETAIL "A"
SCALE.1' 1'
1
1
o 1 ASK)
1(BE R N�
t4 8010'46" E
1 0721
I P.O 13.
1
1
TEXAS POWER & LIGHT COMPANY
CALLED 2 411 ACRES
VOL 1389, PG 309
ORWCTx
1 70N ROD FOUND
C LA D POINT
NNING
RDS OF
TY, TEXAS
O P R W C Tx. 0 I PUC1 R OROS OF
WILLI
NT , TEXAS
AIN/11.
^HOIMLAPPR MI >
400 A UACL - Tt 6••w1.. -
"_d. e... 1..._.1..,• w.*..r,. w
&MO TOM 1662,.
•... OU3 &OW
IMAM --AM OM
s'
ACCOMP N EL
NOTE o
PAGE \ 0
T
6
FILE5 AND RECEED
OFFICIAL PUBLIC
REE ARDS
jcuvr Al m►�
01-25-2000 02:54 Fit 2000004943
MILLER $17.00
NANCY E. RIOTER .COUNTY CLERK
WILLIAMSON COUNTY, TEXAS
fea Pon*
E �
_ xt,{ we r4- Lud Pe.v . 9eev.
(,. r'o'c 'rS�{
Lc-ar tea-, 71C 7e g f 6 _ole
OF TEXAS
LIAMSON
THA
G
TEN
BY THE
WHICH IS
EXPRE
DO GRANT
ENVIRONME
EASEMENT FOR
OF WATER UNE
LAND, TO -WMT.
}
}
}
2000004942 5 ID 9
2
Lennar Homes of Texas Parcel
WATER EASEMENT
"FN1680"
KNOW All BY THESE PRESENTS;
LAND & CONSTRUCTION, LTD., ACTING HEREIN BY AND THROUGH JAMES
REFERRED TO AS GRANTORS, FOR AND IN CONSIDERATION OF THE SUM OF
R GOOD N40 VALUABLE CONSIDERATION, TO GRANTORS IN HAND PAID
R CREEK MUNICIPAL UTILITY DISTRICT, THE RECEIPT AND SUFFICIENCY
ED AND CONFESSED, AND FOR WHICH NO LIEN OR ENCUMBRANCE,
HAVE THIS DAY GRANTED AND CONVEYED AND BY THESE PRESENT
MEADOWS OF CHANDLER CREEK MUNICIPAL UTILITY DISTRICT, c/o ST
S8 7 =, WHOSE ADDRESS NS 2809 LONGHORN BLVD , AUSTIN, TEXANS, 78758; AN
OPERATION, MAINTENANCE. REPLACEMENT, NT, UPGRADE, AND REPAIR
" • ° �'I `- STRUCTURES IN. UPON, AND ACROSS THE FOLLOWING DESCRIBED
ALL THAT 0.320 as CE
COUNTY OF WILLIAMSON,
PART HEREOF FOR ALL PU
DESCRIPTION OF SAID PROP
TO HAVE AND TO HOLD THE
UTIUTY DISTRICT AND ITS SUCCES
TIMES TO ENTER SAID PREMISES.
OPERATING, MAINTAINING, REPLACIIN
FOR MAKING CONNECTIONS THERE
E OR PARCEL OF LAND, LYING AND BEING SITUATED IN THE
, DESCRIBED N EXHIBIT W ATTACHED HERETO AND MADE A
REFERENCE IS HEREBY MADE FOR A MORE PARTICULAR
MEADOWS OF CHANDLER CREEK MUNICIPAL
S, TOGETHER WITH THE PRIVILEGE AT ANY AND ALL
T THEREOF, FOR THE PURPOSE OF CONSTRUCTING,
ING, AN . ` •AIRING SAID WATER IMPROVEMENTS, AND
IN WITNESS THEREOF GR4NTORS HAVE CAU
2-5}` DAY OF a a 4 2000
GRANTORS• T 2 &
BY:
THE STATE OF
COUNTY OF
Ltr �I P•- I4 or) L4O cor-►s*
ACKNOWLED
}
}
KNOW ALL MEN BY THE
BEFORE ME, THE UNDERSIGNED. A NOTARY PUBLIC IN AND FOR
PERSONALLY APPEARED JAMES GIDDENS, KNOWN TO ME TO
SUBSCRIBED TO THE FOREGOING INSTRUMENT AND SHE ACKNO
THE SAME FOR THE PURPOSE AND CONSIDERATIONS THESE EXPRES
GIVEN UNDER MY HAND AND SEAL OF OFFICE, ON THIS THEd5 DAY OF
IRS
NOTARY PUBUC
W COMMISSION EXPIRES ON 2/21D 3
TO BE EXECUTED ON THIS
STATE, ON THS DAY
WHOSE NAME IS
T HE EXECUTED
2000,A.D.
Homes of Texas Land & Construction, Ltd
e
Easement
rine
D
G
PORT
HOMES
OFFICIA
ON THE ATT
PARTICULA
F N 1680 (BDN)
January 07, 2000
SAM, Inc Job No 99227-07
LE WIDTH STRIP OF LAND TOTALLING 0 320 ACRE, LOCATED IN THE
SURVEY ABSTRACT NO 267, WILLIAMSON COUNTY, TEXAS, BEING A
98 101 ACRE TRACT OF LAND DESCRIBED IN THE DEED TO LENNAR
STRUCTION, LTD , RECORDED IN DOCUMENT NUMBER 199980346,
ILLIAMSON COUNTY, TEXAS, SAID 0 320 ACRE TRACT, AS SHOWN
0 BE USED FOR A WATERLINE EASEMENT AND BEING MORE
BY METES AND BOUNDS AS FOLLOWS
BEGINNING at
the southwest co o
deed to Cameo Land
Texas, said point also
%-inch ton rod found
line of that called 2 411 acre
in Volume 1389, Page 309,
198101 acre tract and the
distance of 44215 feet,
point
� e : and
Lt
the east nght-of-way line of F M 1460 (80 feet wide), said point being
r of that certain 275 214 acre tract of land described as Tract 4 in the
e 2491, Page 303, Official Records of Williamson County,
er of the remainder of said Tract 4, and from which point, a
, a distance of 0 72 feet, and a Y2 -inch iron rod found in the west
bed in the deed to Texas Power & Light Company, recorded
ilkamson County, Texas, for a common angle point in said
ct 4 .cre tract bears, N 80" 10' 46" E (bearing basis), a
THENCE N 80° 10' 46" E, with the
198101 acre tract, a distance of 23 8
herein,
e remainder of said Tract 4 acre remainder and said
culated point or the northeast comer of the tract described
THENCE leaving said common line and crossing sa
distances
1 S 09° 43' 19" W, a distance of 4
2 S 05° 43' 00" W, a distance of 187 87
nght-of-way line of Chandler Creek Bou
Page 831. Official Records of Williamson
rod found for a point of curvature on th
Boulevard bears a chord beanng and distance of
THENCE with the north nght-of-way line of said Chandler Creek
distances
tract, the following two (2) courses and
lculated angle point, and
culated point on the curving north
de), as recorded in Volume 2473,
and from which point, a %-inch iron
line of said Chandler Creek
' E. 7 41 feet,
I : ng two (2) courses and
1 with the arc of a curve to the nght, a distance of 2 a central angle of
69° 05' 11", having a radius of 20 00 feet and a cho • be- , � •° 36' 41" W, a
distance of 22 68 feet to a 1A -inch iron rod found for a poi
2 N 83° 00' 45' W. a distance of 19 66 feet to a cut -"X" found
nght-of-way line of said F M 1460,
THENCE with the arc of a curve to the right, a distance of 17011 feet through a c
having a radius of 5689 58 feet and a chord which bears, N 08° 51' 56" E, a dista
calculated point of tangency (remains of concrete monument found),
i can« a =nth curving east
Page 1 of 3
1°42'47",
oa
Homes of Texas Land & Construction, Ltd
e
Easement
T
of
F N 1680 (BDN)
January 07, 2000
SAM. Inc Job No 99227-07
distance of 399 08 feet to the POINT OF BEGINNING and containing 0 320 acre
THE ST
COUNTY OF
That
description is
was determined b
KNOW ALL MEN BY THESE PRESENTS
a Registered Professional Land Surveyor, do hereby certify that the above
of my knowledge and belief and that the property described herein
the ground dunng December, 1999 under my direction and supervision
WITNESS
C't;etstin, Travis County, Texas th the 7 day • January, 2000
ir
or
SURVEYING AND MAPPIN
4029 Capital Of Texas Hwy
Austin, Texas 78704
Robert J Roy
Registered Pro essional Land Surveyor
No 5159 - State of Texas
1 1'
r
1 1!
1 11
1 1'
1 1! N 8010'46" E
8r
1
1
1
P.
1
W 1
Ilkm�
Or?.
o►
O rot O-
N
N '"1 Jia
°'1 12
a 1 11
CO 'o
zf lie, PROPOSED
E
CURVE TABLE
Curve f
Dog a
Ramus
Length
Chord flooring
Chord
C1
21'24' 17'
20 00'
7 45'
S 71'49'25' E
7 41'
C2
69'05'11'
24 00'
24 12'
S 26'36'41' E
22 68'
CJ
01.42'47'
5689 58'
170 11'
S 08'51'56' W
17010'
CAMCO LANG, LTD
REMAINDER OF TRACT 4
VOL 2491, PG 303
ORWCTx
eays•�.E442321
�N p46° ,41828,.
N (BEARING E.. 418
20 00'
XAS UTIUTIES ELECTRIC COMPANY
ROADWAY EASEMENT
VOL 1389, PG 312
ORWCTx
TEXAS POWER do UG+/T COMPANY
CALLED 2 411 ACRES
VOL 1389, PG 309
ORWCTK
' d ' ♦' 2 • 1 '
GRAPHIC SCALE
00
z
OETAIL 'A'
SCALE.1'at'
TEXAS POWER & LIGH COMPANY
30' WIDE ELECTRIC EASEMENT
VOL 1389, PG 315
0 R W.C.Tx.
LENNAR HOMES
& CONSTRUC
CALLED 198 101 ACRE
DOC f 199980346
OPR WCTx
1
1
CO 1 1t3G gists)
N4 6010' 46" E
1 0 72' 1
• r
r
41-
rZr P.O.B.
1
1
CHANDLER {REEK BOUL
VOL 24 73, PG 831 VARO
ORWCTx
, REL
.101 NONE&
61110 01
WRY( R.1 PDX
NAT, TY . LE. Yta. tk I10411
retosoolo toss
I0.00011. nu.»..oN
TWA 4104.* m.o. mamma
DIMIARIN 0W
fGIL— 1 -.KW
aoir
LEGEND
" IRON ROD FOUND
T IN CONCRETE FOUND
D POINT
NNING
ORDS OF
TY, TEXAS
r
4!‘11SA10,C.
sumversa. AND PAAPPIINMI INC
P.
ORWCTx
OPRWC.Tx 0 I PuRa OROS OF
WILLIAMSr\CJNT , TEXAS
.1** Cwn,Y ,r Torr M...rr" 4
Mow Mm PIROOVOM11.1. Ouro. Mum OK
IyK,I Taw "MG
p,ty Ws,n
I" two 110-1.te
EMAIL .MOSILAP . CWR COM
5K -C To
ACCOMP SEL
NOTE
PAGE
FILE REfMED
OFFICIAL PUBLIC RECORDS
01-25-2000 02:54 PPI 2000004942
MILLER $17.00
NANCY E. RISTER /COUNTY CLERK
WILLIAMSON COUNTY, TEXAS
APTE1G itecolzpir40
PLEA% CZE WP -14
Sou reef- Laud Deg Sevw.
® ;, o. $o?c 1944
Leaceier TK
7,V C tf 6 -- oef B 4
ATTACHMENT "I"
Inclusion in Highway Construction Contract
Not applicable to this Standard Utility Agreement.
o
co
.1-
N--
2
L.L.
Form ROW -U-40
Rev. 3/2004
GSD -EPC
Page 1 of 1
District: Austin
Federal Project No.: N/A
ROW CSJ No.: 2211-02-014
SIGNATURE AUTHORITY
U -No. U1-1150
County: Williamson
Highway No.: FM 1460
Contract No.:
WHEREAS, the City of Round Rock, hereinafter called the Owner, deems it necessary and proper to enter into
an agreement with the State of Texas, whereby the Texas Department of Transportation will cause the relocation
of various facilities operated by the City of Round Rock, which are in conflict with the Texas Department of
Transportation's proposed improvements on US 79 from Williamson County Road 195 to 1,000 Feet East of
Williamson County Road 110.
NOW THEREFORE, be it resolved by the above named Owner that Nyle Maxwell or his successor, is hereby
authorized and directed to sign the utility agreement or any other necessary documents required to complete the
utility relocation on behalf of the above named Owner.
Passed, approved, and adopted this ohday of Sep,' , 20069
IN WITNESS WHEREOF, the parties hereto have affixed their signatures.
ATTEST:
Owner: Coy y OF Roum0 ROGk)
B
Title:
Date:
Authorized Signature
tra yor-
gjasla ODIC
Acknowledgement
State of Texas
County of u...�RrvN.SO
This instrument was acknowledged before me on Oci oB ., a-0cX0
by .1i<,
est
Nota Public's 'Signat re
Form ROW -U-35
Rev. 12/2004
Replaces Form 13-15-35, D-15-131, 0-15.132, 0-15 133, 0-15-134 and D-15-137
GSD -EPC
Page 1
STANDARD UTILITY AGREEMENT
District: Austin
Federal Project No.: N/A
ROW CSJ: 2211-02-014
Highway Project Letting Date: November 2007
U -Number: U1-1150
County: Williamson
Highway: FM 1460
From: 2.958 Miles North of US 79
To: US 79
This Agreement by and between the State of Texas, acting by and through the Texas Transportation
Commission, ("State"), and the 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;
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: install six (6) inch, eight (8) inch and 16
inch waterlines including fire hydrants, valves, casings, bends, tees, plugs and sleeves from Highway Station
365+98 to Highway Station 433+64 at a minimum depth of 42 inches; install a 24 inch split casing around existing
twelve (12) inch sanitary sewer line at Highway Station 411+02; plug existing and remove and dispose of a 20
inch sanitary sewer force main from Highway Station 421+53 to Highway Station 450+00; 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.
The State and Utility agree that all conduct under this agreement, including but not limited to the adjustment,
removal and relocation of the facility, the development and reimbursement of costs, any environmental
requirements, and retention of records will be in accordance with 23 CFR 645, Subparts A & B and all other
applicable federal and state laws, rules and regulations. Utility agrees to supply, upon request by the 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. Bilis for work hereunder will be submitted to State not later than 90 days after
completion of the work.
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.
Form ROW -U-35
Rev. 12/2004
Page 2
Alternatively, State agrees to pay Utility an agreed lump sum of $0.00 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
proceed with the necessary adjustment, removal, and/or relocation. Utility agrees to proceed in such a manner
that will not result in avoidable delay or interference with the State's highway construction. Should Utility by its
actions cause interference or delay resulting in the imposition of damages upon the State by a third party, Utility
agrees to indemnify the State for said damages.
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, 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 -1A, 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 of this agreement or a written change or extra work order approved by the State.
The Utility agrees to provide "as -built" plans to the State within ninety (90) days of completion of the adjustment
or relocation.
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.
The Utility by execution of this agreement does not waive any of the rights which Utility may have within the
limits of the law.
It is expressly understood that the Utility conducts the adjustment, removal, or relocation at its own risk, and that
the Utility agrees to indemnify and hold the State harmless for damage to existing facilities caused by the
Utility's conduct.
The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the
party represented.
Form ROW -U-35
Rev. 12/2004
Page 3
UTILITY
Utility:City of Rou d Roc
By:
Title: ayor
Date: 41-entio01, 02.5, O(nap
EXECUTION RECOMMENDED:
Austin, Texas District *
THE STATE OF TEXAS:
Executed and approved foi :'. tt . ex�j
Transportation Commission for theltaf • ,ani}''
effect of activating and/or carrying ot►f.e.m8c,,
established policies or work programs'heretotip
approved and authorized by the 3T
Transportation Commission.
By:
Date:
**
* 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.
ATTACHMENT "A"
Plans, Specifications, and Estimated Costs
1
V
1 1
•
F �
W o i o
8
\
_ /
8
k
fi
1
w2
(.3
0
CC
0
¢
0
G
6
/5
Y
e9
-67".demIgi
@
!
(
okE3N1, man
17,
i
.74
8
m
$
\\/■ A! / £
!$2\ \\
oe2NIS 3NI,&ivrt
#C 'sem ¥n
OF ROUND ROCK
b
Q
qa
b§
\\
8
■
00.06£ NIS , &an
o kEvs3N11 aaW
-e
a
\
0
%
CITY OF ROUND
-
8
8
\ �
#m*roe 31mf1/4
—
4
\
Q� #/
1 1 ¥»` /
#— EVs », n>n
X
!!||'
8
4;
tfY-
jam\
f
■
1
8
1
/
k
1
\|
A 6
}j
cor
CITY OF ROUND ROCK
q
b\
\6"TAPPING SLEEVE
CUT AND PLUG SEE NOTE 4
EXIST.IS-WATER LINE / REMOVE 4 DISPOSE OF
/ 1 16"WATER LINE LF 20"O.I.FORCE MAIN
PROP.S'SIDEWALK TYPICAL
♦ 34 Sy
ASPHALT
7 / ♦♦ PAVEMENT REPAIR
Cn
16"TAPPING VALVE // ♦♦♦ CUT4AND 5PLUG E%IST. LER CR gqR 71St �—
c �1 ♦/16"aS•BENO ♦♦ 20"D.I.FORCE MAIN
EXIST.R.O.w.—♦ '`?;`_ ♦.a--_--�� �o STA.422.41.50-RT 50 25 0INSTSO 100
- - _ n' y ♦ --�— 1.16"R6"TEE
immummil
-
R J ;
S L FUTURE 24' xl FIRE HYDA SCALE FEET
♦ v
GATE VALVE
1-
C FUTURE _ - �__57et___..._ ♦ �E T O
FM 1460 r -------- -_-, _ _• _uA�o-ABANDON IN PL o
------ - _ ��♦- — NOTES:
d _� USLm'r� _�_ --:71 I. SEE SHEET 5 OF 26 FOR NOTES.
+ J - - J-"i• ,si s uu
�.J O.rt_. f'P- r ..__-.I�.. -�/i.,./!J♦` 0,rM •_S \0.=5= - y 2.INSTALL
WATER
EE.HYDRANTS.
AC EIN LINEO TRIULTBTNISC PRIOR
i TO ABANDONING EXISTING
8"WATER IN.
J
'�' x r.._ n I I I•� 3.CODitdNATE ANY SHUT DOWN OF THE
e"•-"' _ KI CUT 4 PLUG _ E ISTwG WATER LINES wrtH tHE T. Ef
,s FUTURE 36"STM a E%IST.1P G 'QJ `-- = ROUND ROCK PUBLIC WORKS DEPARTMENT.
J l•'� _ v'' Iu,SEE NOTE 4
I 4.
tAPNO
P-EEESLALL A
STEEL TS4GE INE„4ENECSAL
EXIST,IS-
OUlLtT;
EL
UY FUTURE 42”STM O REMAIN /ZZ�Z 'Y,I REIIgBIE MgryUFgC iU 3490 MJ" DROVED EOV�.
L�EtlQ - �� Q c 5.REMOVE AND PLUG AS 16"WATER
'',s REMOVE 4 DISPOSE OF LINE ONCE illE NEIN LINE SECTION IS TESTED
--•,0 30 if EXIST.M"-11. AND PLACED N SERVICE.
EXIST.WATER LINES AND APPURTENANCES 28 SY ASPHKT 6.FINE HYDRANT LEADS AND NEW LINES
PROP.WATER LINES AMD APPURTENANCES ADJUSTMENTS PAVEMENT REPAIR CROS THE EXISTING 16"WATER
Cut 4 PLUG
6' ExIST.5•NI.SEWER LINES 1 STA.420.75,u•RT BOTH ENDS E%STSR L BSTINSTALLED UNDER THE
PROP,SAN.SEWER ADJUSTMENTS TAP INTO EXIST,IS" /L SEE NOTE 5
EXIST,R.O,w. c INSTALL:
— PROP.R,O.W. 225 LFW/L
1-16".I6'TAPPING SLE VE
N 1.16"tAPPNG VALVE
BENCHMARK NORTHNo 1.45•BEND
EASTNG ELEV, DESCRIPTION I �.w SEE NOTES
iBMR3 10187127,753140941.67 705.95 ENTRANCE�TONCnURCHEOf CHANDLER OCREEK. 11
CUT
1 1 I
.ROW CSJ NO.:2211-02-0I4
WILLINASCN COUNTY
FM 1460
FROM:2.958 MILES NORTH OF US 79
T :U 79
SOTPRTEITRFUTURE,R FSHED F-
710 _ • Y-:1.99. - 11
go
/ r,f OIIIGIML OMVIVGt
- ... .. .-.- .. vERE SICNE e Arq SE4L[D
C LANTANA DR
50 FT TING;
EXIS
700 C FM 14,60 a yll •Ay1. Nit.b Bv»e1N
- _.. ...
-....•.-.-- ....- ^o. REvu o-.au.2l AUWti 2BBi
- FUTURE C FM 1160: \: � � -- /� 1 '
/ ...... D O Chiang,Patel& Ya by,Inc.
CITY
ROUND H..•9.,, i
- -, — — --_
OUND ROCK
EXISTING GROUND >p fM 1460
- s. - ST1,420.71- �/. _ UTILITY PLAN & PROFILE
CONNECT To WIL STA.412.00 TO STA.423.00
C-693 6-.. ..112.00 41.1. - - KRB wu,.�
00 u4:Do .-415.66 _....._.-. _ ... ... ........ -......4 ... _ nRl CRROt59
«uu
a 16.00 41]•00 ♦16.00 419.00 --
_.._. X20.00 X21.00.-... ♦23.00 a2.3.00 ,:.�.o NOM
RB
_._ )OF 11 a.ri�•oe n II or 7e
Y5
6
fg
4
O
cz
J
O
QL
O
ti
U
8
00*£b1. 'NUS 3M1 H31.04
8
add'
og
Ot
!
(
a.tt VIS 31.41,&.1.W4
29.
« �
}
21
}
S
o �VIS 3NI1 &.LVVI
§
52
ci
0
4,11
(|§
\f
!
|
I
�!
k
/}
/|
\
FM 1460 UTILITY RELOCATIONS
ROUND ROCK, TEXAS
100`6 OPINION OF PROBABLE CONSTRUCTION COST
(TEM
NO.
ESTIMATED
QUANTITY
UNIT
DESCRIPTK)N
EST. UNIT PRK:E
1123/2004
100% OPCC -�
ESTIMATE
BASE BID
1
1
LS
MOBIUZATION
540,000.00
140,000.00
2
1
LS
TESTING
13,000.00
13,000.00
3
90
LF
BORE & INSTALL 30' STEEL CASING
1300.00
127,000.00
4
100
LF
BORE & INSTALL 24' STEEL CASING
1275.00
127,500.00
5
200
IF
BORE & INSTALL 18' STEEL CASING
1265.00
153,000.00
6
1
EA
24' x 6' TAPPING SLEEVE AND TAP
56,000.00
16,000.00
7
3
EA
16' x 16' TAPPING SLEEVE AND TAP
67.500.00
122,500.00
8
1
EA
16' x 12' TAPPING SLEEVE AND TAP
14,000.00
14,000.00
9
50
LF
24' SPLIT CASING INSTALLED ON EXISTING
12' SANITARY SEWER UNE
1200.00
510.000.00
10
60
18' SPLIT CASING INSTALLED ON EXISTING
8' WATER LINE
- 5150.00
69.000.00
11
1978
IF
16' CLASS 200 DUCTILE IRON WATER UNE
160.00
5118,680.00
12
136
IF
1Y C-900 DR -14 WATER LINE
150.00
56,800.00
13
270
LF
8' C-900 DR 14 WATER UNE
645.00
612.150.00
14
117
LF
6' DUCTILE IRON WATER LINE FOR FIRE
HYDRANT LEAD
*40.00
$4,680.00
15
3
EA
16' GATE VALVE
15,000.00
115.000.00
16
4
EA
8' GATE VALVE
51.500.00
56.000.00
17
7
FIRE HYDRANT, 6' GATE VALVE AND
ASSEMBLY
52,500.00
617,500.00
18
1
Eq.
TRANSFER FIRE HYDRANT LEAD TO NEW
16' WATER
1750.00
6750.00
19
1
EA
2' AIR RELEASE VALVE AND METER BOX
ASSEMBLY
62,500.00
52,500.00
20
6
TN
DUCTILE IRON FITTINGS FOR WATER PIPE
*2.500.00
615,000.00
21
170
LF
REMOVE AND DISPOSE OF EXISTING 16'
DUCTILE IRON WATER LINE
S12_00
*2.040.00
22
2915
LF
REMOVE ANO DISPOSE OF EXISTING 20'
DUCTILE IRON FORCE MAIN
515.00
643,725.00
23
app
LF
REMOVE MD DISPOSE OF EXISTING 8'
WATERLINE
*10.00
13,000.00
24
1
EA
REMOVE AND DISPOSE OF AIR RELEASE
VALVE AND MANHOLE
51,500.00
51,500.00
25
3
EA
REMOVE AND DISPOSE OF FIRE HYDRANT
ASSEMBLY
6300.00
6900.00
26
3
EA
2' BLOW OFF ASSEMBLY
61,500.00
54.500.00
27
2
EA
TRANSFER 2' WATER SERVICE TO NEW
WATER UNE
6750.00
11,500.00
28
2
EA
TRANSFER r WATER SERVICE TO NEW
WATER UNE
*500.00
*1,000.00
29
291
SY
ASPHALT PAVEMENT REPAIR
620.00
65.820.00
30
- 2166
LF
TRENCH SAFTEY
12.00
54.332.00
31
1
LS
TRENCH SAFTEY SYSTEM DESIGN
62.000.00
12,000.00
32
1
LS
EROSION CONTROL
65,000.00
55.000.00
33
1
LS
TRAFFIC CONTROL
65.000.00
*5.000.00
TOTAL =
6481,377.00 11
Consulting Engineer Estimate
DESCRIPTION
FIRM
Utility Adjustrnents
Expenses
Subconsultants
Chiang, Patel & Yetby, Inc.
Chiang, Patel & Yerby Inc.
TOTAL COST
111,186
1230
120,408
131,824
Inland CiM Associates, Inc.
TOTAL:
ATTACHMENT "B"
Utility's Accounting Method
❑ Actual Cost Method of Accounting
The utility accumulates cost under a work order accounting procedure
prescribed by the Federal or State regulatory body; and the utility 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.
Alternative Method of Accounting
The utility accumulates costs under an accounting procedure developed by
the utility and approved by the State; and the utility proposes to request
reimbursement for actual direct and indirect costs; and the utility owner is
a municipality.
ATTACHMENT "C"
Utility's Schedule of Work and Estimated Date of Completion .
Start Date: March 22, 2007
Duration: 18 Weeks
Estimated Completion Date: July 26, 2007
ATTACHMENT "D"
Statement Covering Contract Work
Form ROW -U-48
Rev. 12/2004
Replaces Form D-15-48
GSD -EPC
Page 1 of 1
STATEMENT COVERING UTILITY CONSTRUCTION CONTRACT WORK
(AS APPEARING IN ESTIMATE)
District: Austin
County: Williamson
Federal Project No.: N/A
U -No. U1-1150
ROW CSJ No.: 2211-02-014
Highway No.: FM 1460
I, Nyle Maxwell, a duly authorized and qualified representative of the 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 appears in the estimate to which this statement is attached.
It is more economical and/or expedient for Owner to contract this adjustment, or Owner is not adequately staffed
or equipped to perform the necessary work on this project with its own forces to the extent as indicate on the
estimate.
Procedure to be Used in Contracting Work
A. Solicitation for bids is to be accomplished through open advertising and contract is to be awarded to the
lowest qualified bidder who submits a proposal in conformity with the requirements and specifications
for the work to be performed.
0 B. Solicitation for bids is to be accomplished by circulating to a list of pre -qualified contractors or known
qualified contractors and such contract is to be awarded to the lowest qualified bidder who submits a
proposal in conformity with the requirements and specifications for the work to be performed. Such
presently known contractors are listed below:
1.
2.
3.
4.
5.
0 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.)
❑ 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).
0 E. The utility plans and specifications, with the consent of the State, will be included in the construction
contract awarded by the State.
Signature
Title
agjacdo
Date
ATTACHMENT "E"
Utility Joint Use Acknowledgement
Form ROW-U-JUAA
Rev. 12/2004
Replaces Forms D -15-24A and D -15-80A
GSD -EPC
Page 1 of 2
UTILITY JOINT USE ACKNOWLEDGEMENT
REIMBURSABLE UTILITY ADJUSTMENT
U -Number: U1-1150
District: Austin County: Williamson
Federal Project No.: N/A Highway: FM 1460
ROW CSJ: 2211-02-014 From: 2.958 Miles North of US 79
Projected Highway Letting Date: November 2007 To: US 79
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 the City of Round Rock, ("Owner"), 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 interest vested in Owner in the event the current
facilities are retained, altered, modified, added to, or constructed on additional facilities presently located within the
above described area. This interest is retained provided that if existing facilities are to be altered or modified, or
new facilities constructed within said area, the Owner agrees to notify TxDOT at least 30 days prior to the
beginning of construction, and to furnish necessary plans showing location, type of construction and methods to
be used for protection of traffic. If, in the opinion of TxDOT, such alteration, modification or new construction is in
conflict with the current highway or planned future highway improvements could endanger the traveling public
using said highway, or be contrary to the recitals as set out above, TxDOT shall have the right to prescribe such
regulations as deemed necessary to rectify the problem. These regulations shall not, however, extend to the
requiring of the placement of intended overhead lines underground or the routing of any lines outside of the area
of joint usage above described.
If Owner's facilities are located along a controlled access highway, Owner 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 Owner'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 Owner 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 Owner 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 Owner for the convenience andsafety of highway traffic.
Except as expressly provided herein, the Owner's rights of access to the through -traffic roadways and/or ramps
shall be subject to the same rules and regulations as apply to the general public.
If Owner's facilities are located along a non -controlled access highway, the Owner's rights of ingress and egress
to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general
public.
Form ROW-U-JUAA
Rev. 12/2004
Page 2 of 2
Participation in actual costs incurred by the Owner 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.
If applicable, Owner will, by written notice, advise the State of the beginning and completion dates of the
adjustment, removal, or relocation, and, thereafter, agrees to prosecute such work diligently, and to conclude said
adjustment, removal, or relocation by the stated completion date. At the completion of the adjustment, removal, or
relocation, the Owner will deliver a set of "as -built" plans to the State.
The Owner and the State, by execution of this Acknowledgement , do not waive or relinquish any right that they
may have under the law.
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.
In the event the Owner fails to comply with the requirements as set out herein, the State may take such action as
it deems appropriate to compel compliance.
It is expressly understood that the Owner conducts the adjustment, removal, and/or relocation at its own risk, and
that the Owner agrees to indemnify and hold the State harmless for damage to existing facilities caused by the
Owner's conduct.
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.
Owner: Ci of Round Rock o EXECUTION RECOMMENDED:
By:
Utility Name
Title:
Date: Q j aila0DLO
District Engineer, Austin District
Texas Department of Transportation
THE STATE OF TEXAS
Certified as being executed for the purpose and •'
effect of activating and/or carrying out the orders,
established policies or work programs heretofore
approved and authorized by the Texas
Transportation Commission.
By:
Director, Right of Way Division
Date:
14'1°14
ATTACHMENT "F"
Eligibility Ratio
iTTD
ROW CSJ No. 2211-02-014
Williamson County
FM 1460
From: 2.958 miles north of US 79
To: US 79
From Utility Relocation Plans:
Quantity (L.F.)
Sheet No. x of 11 PublicLivate
1 0 0
2 633 154
3 0 1022
4 110 0
5 479 0
6 1361 0
7 457 0
8 2860 0
9 2200 0
10 755 0
11 0 0
TOTAL = 8855 1176
Private L.F.= 1176
Public L.F.= 8855
Grand Total L.F.= 10031
Length of line in an easement = 1176
Total length of line = 10031
Eligiblity Ratio = length of line in an easement 1176
total length of lige 10031
Eligibility Ratio =
ATTACHMENT "G"
Betterment Calculation and Estimates
Betterment Ratio
ROW CSJ No. 2211-02-014
Williamson County
FM 1460
From: 2.958 miles north of US 79
To: US 79
I ITEM NO.
DESCRIPTION
l UNIT
IN-KIND REPLACEMENT
1
BETTERMENT
QTY
UNIT PRICE
COST
QTY
UNIT PRICE
COST
1
MOBILIZATION
LS
1
*40,000.00
$40,000.00
1
$40,000.00
*40,000.00
2
TESTING
LS
1
*3,000.00
*3,000.00
*27 000.00
1
90
*3 000.00
*300.00
*3 000.00
*27,000.00
3
BORE & INSTALL 30' STEEL CASING
LF
90
*300.00
4
BORE & INSTALL 24" STEEL CASING
LF
100
*275.00
*265.00
$6,000.00
*27,500.00
*53,000.00
*6,000.00
100
200
1
*275.00
*265.00
*6,000.00
*27,500.00
*53,000.00
*6,000.00
5
BORE & INSTALL 18" STEEL CASING
LF
200
6
24" x 6" TAPPING SLEEVE AND TAP
EA
1
7
16' x 16" TAPPING SLEEVE AND TAP
EA
3
*7,500.00
*22 500.00
3
$7,500.00
*22,500.00
8
16* x 12" TAPPING SLEEVE AND TAP
EA
1
$4 000.00
$4 000.00
1
*4.000.00
$4,000.00
9
24" SPLIT CASING INSTALLED EXISTING
STALLEO ONIF
12" SANITARY SEWER LINE
50
*200.00
*10,000.00
50
*200.00
*10.000.00,
10
18" SPLIT CASINGN EXISTING
INSTALLED O
8" WATER UNE
LF
60
*150.00
*9,000.00
60
*150.00
*9,000.00
11
16" CLASS 200 DUCTILE IRON WATER LINE
IF
1978
*60.00
*118,680.00
1978
$60.00
*118,680.00
12
12" 0-900 DR -14 WATER LINE
LJ=
136
$50.00
$45.00
*6,800.00
$12,150.00
136
270
$50.00
$45.00
$40.00
*6,800.00
*12,150.00
*4,680.00
13
8" C-900 DR -14 WATER LINE
LF
270
14
6" DUCTILE IRON WATER LINE FOR FRE
HYDRANT LEAD
LF
117
$40.00
$4,680.00
117
15
16" GATE VALVE
EA
3
$5,000.00
$15,000.00
3
*5,000.00
*15,000.00
16
8' GATE VALVE
FIRE HYDRANT, 6" GATE VALVE AND
ASSEMBLY
EA
EA
4
7
*1,500.00
$2.500.00
*6,000.00
*17,500.00
4
7
*1,500.00
*2,500.00
*6,000.00
*17.500.00
17
18
TRANSFER FIRE HYDRANT LEAD TO NEWEA
16" WATER
1
*750.00
*750.00
1
*750.00
*750.00
19
AIR RELEASE VALVE AND METER BOX
ASSEMBLY
EA
1
*2.500.00
*2.500.00
1
*2.500.00
*2,500.00
20
DUCTILE IRON FITTINGS FOR WATER PIPE
TN
6
*2,500.00
*12.00
*15,000.00
*2,040.00
6
170
*2,500.00
*12.00
*15,000.00
*2,040.00
21
REMOVE AND DISPOSE OF EXISTING 16"
DUCTILE IRON WATER UNE
LF
170
22
REMOVE AND DISPOSE OF EXISTING 20'
DUCTILE IRON FORCE MAIN
LF
2915
*15.00
*43,725.00
2915
*15.00
*43.725.00
23
REMOVE AND DISPOSE OF EXISTING 8"
WATER LINE
LF
300
*10.00
*3.000.00
300
*10.00
*3,000.00
24
REMOVE AND DISPOSE OF AIR RELEASE
VALVE AND MANHOLE
EA
1
*1,500.00
*1,500.00
1
*1,500.00
*1.500.00
25
REMOVE AND DISPOSE OF FIRE HYDRANTEA
ASSEMBLY
3
$300.00
*900.00
3
$300.00
*900.00
26
2" BLOW OFF ASSEMBLY
EA
3
*1,500.00
$4,500.00
3
*1,500.00
*4,500.00
27
TRANSFER 2" WATER SERVICE TO NEW
WATER LINE
EA
2
*750.00
*1,500.00
2
$750.00
*1.500.00
28
TRANSFER? WATER SERVICE TO NEW
WATER LINE
EA
2
$500.00
$1,000.00
2
*500.00
*1.000.00
29
ASPHALT PAVEMENT REPAIR
SY
291
*20.00
*5,820.00
291
$20.00
*5,820.00
30
TRENCH SAFTEY
IF
2166
*2.00
$4,332.00
2166
*2.00
$4,332.00
31
TRENCH SAFTEY SYSTEM DESIGN
LS
1
*2,000.00
*2,000.00
1
*2,000.00
$2,000.00
32
EROSION CONTROL
LS
1
$5 000.00
$5 000.00
1
$5,000.00
*5,000.00
33
TRAFFIC CONTROL
LS
1
$5 000.00
*5.000.00
1
5 000.00
5 000.00
TOTALS: $481,377.00 1
$481,377.00
Betterment Ratio = Non -Betterment =
Betterment
(481377-4813771 =
481377
ATTACHMENT "H"
Proof of Property Interest
OF TEXAS
THA
0
CREEK
AND CONF
HAVE TH DAI
MEADOWS OF
ADDRESS IS
OPERATION,
STRUCTURES IN,
SON
AU., 'THAT 0.392 ac C
COUNTY OF WILLIAMS N,
PART HEREOF FOR ALL
DESCRIPTION OF SAID PROP
}
}
}
2000004943 5 ID S
CAMPO Land LTD Parcel
WATER EASEMENT
TN1S79"
KNOW ALL BY THESE PRESENTS;
LTD., ACTING HEREIN BY AND THROUGH DAVID J TROTTER, BEING HEREAFTER
ORS, FOR AND IN CONSIDERATION OF THE SUM OF TEN DOLLARS (SI 0.00) AND
LE CONSIDERATION, TO GRANTORS IN HAND PAID BY MEADOWS OF CHANDLER
CT, THE RECEIPT AND SUFFICIENCY WHICH IS HEREBY ACKNOWLEDGED
FOR H NO LIEN OR ENCUMBRANCE, EXPRESSED OR IMPLIED, IS RETAINED,
ONVEYED ANO BY THESE PRESENT DO GRANT AND CONVEY UNTO
COAL UTILRY DISTRICT, do ST ENVIRONMENTAL SERVICES, WHOSE
BLVD., AUSTIN, TX 78T58; AN EASEMENT FOR THE CONSTRUCTION,
, UPGRADE, AND REPAIR OF WATER UNE IMPROVEMENTS AND
THE FOLLOWING DESCRIBED LAND, TO T:
OR PARCEL OF LAND, LYING AND BEING SITUATED IN THE
ESCRIBED IN EXHIBIT ATTACHED HERETO AND MADE A
CH REFERENCE IS HEREBY MADE FOR A MORE PARTICULAR
TO HAVE AND TO HOLD THE
UTiLITYDISTR,CTAND ITS SLJC
TIMES TO ENTER SAID PREMI
OPERATING, MAINTAINING, REPLA
FOR MAKING CONNECTIONS TH
Y TO THE MEADOWS OF CHANDLER CREEK MUNICIPAL
TOGETHER WITH THE PRIVILEGE AT ANY AND ALL
OF, FOR THE PURPOSE OF CONSTRUCTING,
, AND REPAIRING SAID WATER IMPROVEMENTS, AND
IN WITNESS THEREOF GRANTORS HA
4.0 DAY OF .3 z., , 2000.
CAUSED T • INS NT TO BE EXECUTED ON THIS
BY: RS: , r1d;'
` o`(r�.
THE STATE OF
COUNTY OF
II o64 c - V.?
}
}
1
ACKNO
KNOW ALL MEN BY
BEFORE ME, THE UNDERSIGNED, A NOTARY PUSUC IN AND F
PERSONALLY APPEARED DAVID J. TROTTER, KNOWN TO ME T
SUBSCRIBED TO THE FOREGOING INSTRUMENT AND SHE ACKNO
THE SAME FOR THE PURPOSE AND CONSIDERATIONS THESE
GWEN UNDER MY HAND ANL) SEAL OF OFFICE, ON THIS THEA DAY OF
STATE, ON THIS DAY
WHOSE NAME IS
THAT FIE EXECUTED
NOTARY PUB -
MY COMMISSION EXPIRES ON / 4,709/Acra,,
+ittaaZIAUID +SXAS1 wao
, 20O0/ .D
39
c
rli
Land, Ltd
ne Easement
DESCRI • ON
GEOR
PORT1O OF
TO CAMC
WILUAMS
TO BE USED F
METES AND BO
IAB
T
• LA s
O ••U
it•
it
C
A
L
S
T
SF
a
F N 1679 (BDN)
January 07, 2000
SAM, Inc Job No 99227-07
L WIDTH STRIP OF LAND TOTALLING 0 392 ACRE, LOCATED IN THE
VEY ABSTRACT NO 267, WILLIAMSON COUNTY, TEXAS, BEING A
214 ACRE TRACT OF LAND DESCRIBED AS TRACT 4 IN THE DEED
ORDED IN VOLUME 2491, PAGE 303, OFFICIAL RECORDS OF
S, SAID 0 392 ACRE TRACT, AS SHOWN ON THE ATTACHED SKETCH,
EASEMENT AND BEING MORE PARTICULARLY DESCRIBED BY
�+ ight-of-way line of F M 1460 (80 feet wide), said point being
10 re tract of land descnbed in the deed to Lennar Homes of Texas
• ument Number 199980346, Official Public Records of Williamson
t est comer of the remainder of said Tract 4, and from which
E, a distance 010 72 feet, and a Ya -inch iron rod found in
I- d in the deed to Texas Power & Light Company,
Iramson County, Texas, for a common angle point
gym• o .mid T : 4 bears, N 80° 10' 46" E (bearing basis), a distance
the
0
BEGINNING at a cal
the northwest comer of
Land & Construction, Ltd , reco -
County, Texas, said point al . bei
point, 2112 -inch iron rod found • a
the west line of that called 2 411
recorded in Volume 1389, Page
In said 198 101 acre tract and the r
of 44215 feet,
lat• • -.in •
oat ca -•
1
THENCE with the east right-of-way line
the following two (2) courses and distances
1 N 09° 43' 19" E, a distance of
point, a 1A -inch iron rod found
F M 1460 bears, N 80° 16' 41"
d
ct
idFM 1
•.1
03
ra
ng
calc
of cu
a dista
2 with the arc of a curve to the right, a
07° 49' 41", having a radius of 1105 9
distance of 150 98 feet to a calculated
herein,
d
west line of the tract descnbed herein,.
ated point of curvature, and from which
ature on the west nght-of-way line of said
- + 00 feet, and
THENCE leaving the east right-of-way kne of said F M 1460 an
three (3) courses and distances
c
..
1 S 72° 50' 17" E, a distance of 35 06 feet to a calculate
10 feet through a central angle of
ord which bears, N 13° 38' 11' E, a
• comer of the tract described
ng
2 S 18° 28' 19" W, a distance of 148 39 feet to a calculat
"..1.7
an
9 1 acre tract, the following
p
n9Ie
3 S 09° 43' 19" W, a distance of 55146 feet to a calculat
198 101 acre tract, being the south line of the remainder
described herein,
Page 1 of 3
-
d
h line of said
the tract
Land, Ltd F N 1679 (BDN)
re January 07, 2000
Easement SAM, Inc Job No 99227-07
THENC
4, a dis
e common line of said 198 101 acre tract and the remainder of said Tract
O(NT OF BEGINNING and containing 0 392 acre of land, more or Tess
THE STATE
COUNTY OF W
KNOW ALL MEN BY THESE PRESENTS
That I, Robe
descnption is true and
was determined by a su
rofessionai Land Surveyor, do hereby certify that the above
nowledge and belief and that the property described herein
and during December, 1999 under my direction and supervision
WITNESS MY HAN w'SEA at n, Travis County, Texas th the th day o anuary, 2000
/'✓
SURVEYING AND MAPPING, I
4029 Capital Of Texas Hwy , So
Austin, Texas 78704
Robert J Roy
Registered P • essional . nd Surveyor
No 5159 - State of Texas
a=07'49'41" i
1105 92' i
L=15110' . S 72'50'17" E
—N 13'38'11" E '35.06'
CH=150 98' I `10,
f
I ;1-
il
.13
1 l�
1 P o
1
GRAPHIC SCALE
CAMCO LANG, LTD
REMAINDER OF TRACT 4
VOL 2491, PG 303
0 R WC.Tx
WA
392 ACRE
EMENT
1
22 30'
TEXAS POWER do LIGHT COMP
30' WMOE ELECTRIC EASEM
VOL. 1389, PC .315
0 R W.0 Tx
1
OETAJL "A"
.SCUF.1" s'
1
1
Ep4LWNG BASIS)
1 tt4 80'10' 46"
1 D 721
�: P.O.B.
1
1
TEXAS POWER dc UGHT COMPANY
CALLED 2 411 ACRES
VOL 1389, PG 309
ORWCTx
TEXAS UTILITIES ELECTRIC COMP
ROADWAY EASEMENT
VOL 1389. PG 312
ORWCTx
14 0 46 Ems'
44 331
i .
20 00
L.ENNAR HOMES OF TEXAS LANO
do CONSTRUCTION, LTD
CALLED 198.101 ACRES
DOC f 199980346
OPR.WCTx
END
ON
ROD FOUND
0 POINT
P.
ORWCTx
NNING
ROS OF
TY. TEXAS
OS OF
, TEXAS
0PRWCTx.
WILLI
DLwnis CAFTC
pm -n
01/trrh0oo
J - .
CJL WAIN zA.,
M1M.11011
ILL .1.,(
Anrc
IILIXIALTha SMA
..,, W.,......,.. w...,.. So
...d. e.", `may: Ott. 14.• IN
M
1- w
bo . C-. M CON
S
ACCOM
NOTE
PAGE
V0EL
3C
FILED
` IAL PUBLIC RECORDS
ND MB
01-25-200Q 02:54 PM 2000004943
MILLER $17.00
NANCY E. RISTER 'COUNTY CLERK
WILLIAMSON COUNTY' TEXAS
AMP, Peep poiNo
_
,_%,144$41€4. L%L4 Pe -v . 9ev'v.
LCt t44 e -r 77c 7e6 sf 6 - 0'?e 4
OF TEXAS
UAMSON
TEN
BY THE
WHICH IS
DO GRANT
ENVIR
EASEMENT FOR
OF WATER UNE
LAND, TO -WIT.
2000004942 5 pg 3
Lennar Homes of Texas Parcel
WATER EASEMENT
"FN1680°
KNOW ALL BY THESE PRESENTS;
LAND & CONSTRUCTION, LTD., ACTING HEREIN BY AND THROUGH JAMES
REFERRED TO AS GRANTORS, FOR AND 14 CONSIDERATION OF 11-E SUM OF
R 0000 AND VALUABLE CONSIDERATION, TO GRANTORS IN HAND PAID
• • R CREEK MUNICIPAL UTIUTY DISTRICT, THE RECEIPT AND SUFFICIENCY
•
• • ED AND CONFESSED, AND FOR WHICH NO LEN OR ENCUMBRANCE,
ikLh• HAVE THS DAY GRAWrED AND CONVEYED AND BY THESE PRESENT
MEADOWS OF CHANDLER CREEK MUNICIPAL UTILITY DISTRICT, c!o ST
'. WHOSE ADDRESS NS 2809 LONGHORN BLVD , AUSTIN, TEXAS, 78758; AN
� �• 1,. , OPERATION, MAINTENANCE, REPLACEMENT, UPGRADE, AND REPAIR
STRUCTURES IN, UPON, AND ACROSS THE FOLLOWING DESCRIBED
ALL THAT 0.320 ac CE
COUNTY OF WIWAMSON,
PART HEREOF FOR ALL PU
DESCRIPTION OF SAID PROP
TO HAVE AND TO HOLD THE
UTILITY DISTRICT AND ITS SUCCES
TIMES TO ENTER SAID PREMISES.
OPERATING, MAINTAINING, REPLACIN
FOR MAKING CONNECTIONS THERE
OR PARCEL OF LAND, LYING AND BEING SITUATED IN THE
DESCRIBED N EXHIBIT 'A' ATTACHED HERETO AND MADE A
REFERENCE IS HEREBY MADE FOR A MORE PARTICULAR
MEADOWS OF CHANDLER CREEK MUNICIPAL
S, TOGETHER WITH 11-E PRIVILEGE AT ANY AND ALL
T THEREOF, FOR THE PURPOSE OF CONSTRUCTING,
ING. AN' ' ` •AIRING SAID WATER IMPROVEMENTS, AND
IN WIT ESS THEREOF GROITORS HAVE CAU
* DAY OF L o , 2000
GRANTORS•��
8Y;
-7 LIv,4r4 P/` NOr^(.) LpAo t c +11
ACKNOWLED
TO BE EXECUTED ON THIS
THE STATE OF
COUNTY OF
)
}
)
KNOW ALL MEN BY TH
BEFORE ME, THE UNDERSIGNED, A NOTARY PUBLIC IN AND FOR
PERSONALLY APPEARED JAMES GIDDENS, KNOWN TO ME TO
SUBSCRIBED TO THE FOREGOING INSTRUMENT AND SHE ACICNO
THE SAME FOR THE PURPOSE AND CONSIDERATIONS THESE EXPRES
GIVEN UNDER MY HAND AND SEAL OF OFFICE, ON THIS TH5 DAY OF
STATE, 014 THIS DAY
WHOSE NAME 18
T HE EXECUTED
NOTARY PUBUC
MY COMMISSION EXPIRES ON 212/03
2000,A.D.
Homes of Texas Land & Construction, Ltd
e
dine Easement
D
G
PORT
HOMES
OFFICIA
ON THE ATT
PARTICULA
F N 1680 (BON)
January 07, 2000
SAM, Inc Job No 99227-07
LE WIDTH STRIP OF LAND TOTALLING 0 320 ACRE, LOCATED IN THE
SURVEY ABSTRACT NO 267, WIWAMSON COUNTY, TEXAS, BEING A
98 101 ACRE TRACT OF LAND DESCRIBED IN THE DEED TO LENNAR
STRUCTION, LTD , RECORDED IN DOCUMENT NUMBER 199980346,
ILLIAMSON COUNTY, TEXAS, SAID 0 320 ACRE TRACT, AS SHOWN
0 BE USED FOR A WATERLINE EASEMENT AND BEING MORE
BY METES AND BOUNDS AS FOLLOWS
BEGINNING at
the southwest cor : o
deed to Cameo Land
Texas, said point also
Winch won rod found
line of that called 2 411 acre
in Volume 1389, Page 309,
198 101 acre tract and the
distance of 44215 feet,
point
ind
the east nght-of-way line of F M 1460 (80 feet wide), said point being
r of that certain 275 214 acre tract of land descnbed as Tract 4 in the
e 2491, Page 303, Official Records of Williamson County,
er of the remainder of said Tract 4, and from which point, a
, a distance of 0 72 feet, and aYr-inch iron rod found in the west
bed in the deed to Texas Power & Light Company, recorded
dkamson County, Texas, for a common angle point in said
et 4 . ere tract bears. N 80° 10' 46" E (bearing basis), a
THENCE N 80° 10' 46" E, with the
198 101 acre tract, a distance of 23 8
herein,
e remainder of said Tract 4 acre remainder and said
culated point or the northeast comer of the tract described
THENCE leaving said common line and crossing s. ; 198)21 ac - tract, the following two (2) courses and
distances
1 S 09° 43' 19' W, a distance of 4 a 7 61 feet to . •- (Quieted angle point, and
2 S 05° 43' 00" W, a distance of 187 87
right-of-way kne of Chandler Creek Bou
Page 831, Official Records of Williamson
rod found for a point of curvature on th
Boulevard bears a chord beanng and distance of
THENCE with the north right -of --way kne of said Chandler Creek
distances
culated point on the curving north
de), as recorded in Volume 2473,
, and from which point, a %%-inch iron
line of said Chandler Creek
"E,741feet,
ng two (2) courses and
1 with the arc of a curve to the right, a distance of 2
69° 05' 11", having a radius of 20 00 feet and a cho
distance of 22 68 feet to a A -inch iron rod found for a poi
2 N 83° 00' 45" W. a distance of 1966 feet to a cut -"X" found
right-of-way line of said F M 1460,
THENCE with the arc of a curve to the right, a distance of 17011 feet through a c
having a radius of 5689 58 feet and a chord which bears, N 08° 51' 56" E, a dista
calculated point of tangency (remains of concrete monument found),
a central angle of
°36'41"W,a
d
curving east
Page 1 of 3
1° 42' 47",
oa
Homes of Texas Land & Construction, Ltd F N 1680 (BDN)
e January 07, 2000
Easement SAM. Inc Job No 99227-07
of
THE ST
COUNTY OF
That , - . + : J - . a Registered Professional Land Surveyor, do hereby certify that the above
description t of my knowledge and belief and that the property described herein
was determined b - s «ey + .: - o the ground dunng December, 1999 under my direction and supervision
WITNESS .i ► -fitstin, Travis County, Texas Hi the 7 day January, 2000
distance of 399 tib feet to the POINT OF BEGINNING and containing 0 320 acre
KNOW ALL MEN BY THESE PRESENTS
SURVEYING AND MAPPIN
4029 Capital Of Texas Hwy
Austin, Texas 78704
Robert J Roy
Registered Pro essional Land Surveyor
No 5159 - State of Texas
Page 2 of 3
1
1
11.0.
E
ET
1 1'
! 1 . N 8010'46" E
87.
1
1
1C
A 1 1i
:cool 1;k
I"&4‘ o !11°
0 M1 1,�
;"1 1;3
-f
0 1 !1
/-WATERUNE 4! 1a PROPOSEQE
CURVE TABLE
Curve %
Dello
Radus
Length
Chard Haorinq
Chard
Ci
2120'1T
20 00'
7 45'
S 71'49'25' E
7 41'
C2
69±17'11'
20 00'
24 12'
S 2616'41' E
22 68'
C3
0142'47
5689 58'
17011'
S 08'51'56' 111
17010'
CAMCO LAND, LTD
REMA?NDER OF TRACT 4
VOL 2491, PG 303
ORWCTx
ee
E
'OG'
� ._
80'1 ,..46_ 418 213.
-
OARING BASIS)
20 00'
XAS UTIUTIES ELECTRIC COMPANY
ROADWAY EASEMENT
VOL 1389, PG 312
OR WCTx
2
z
PIELEC h
J01 IIWICR.
aam
TEXAS POWER & UGH COMPANY
30' WIDE ELECTRIC EASEMENT
VOL 1389. PG 315
0R1N.C,Tx.
LENNAR HOMES i TEXAS
do CONSTRUC r L
CALLED 198 101 ACRE
DOC iX 199980346
0PRWCTic
CHANDLER
vol.z 3 cREpG 831 VaRD
OR WC Tx
M7�7
CMAl10lL! LR(.fIC
WJ*Y(TORI UJ- ear
'MITT MU. CA. Wis. T.A. roam'
P(tpgOlp tom
itt10MOTL IIIRA-OOq
rrc,llaAlr a0. MEW1OYF
mama Aden orc
KAM 1':100'
TEXAS POWER & UGIT COMPANY
CALLED 2 411 ACRES
HOt. 1389. PC 309
ORWCTR
4
1
GRAPHIC SCALE
DETAIL 'A'
SCALE.1*•1'
•I P.O.D.
Lti
1
1
LEGEND
" IRON ROD FOUND
T IN CONCRETE FOUND
ULA 0 POINT
1
NNING
RDS OF
TY, TEXAS
OPRWC.Tx 0 IPUEM R
WILLIAV SQN\GNT
1 lC r T
.u* GnrK r 7r ti tho r.. 6F
Nowa ._ •___Rau aim ICS
wy au -em
r 4111 TY/I 14
TUC ram. (alb ab•- UI
■UMMYWIs A110 MAMMY. INC ..N«ana„c n,. can
OROS OF
TEXAS
ACCOMP
NOTE
PAGE
EL
6
FILED AND RECOROED
OFFICIAL PUBLIC RECORDS
01-25-2000 02:54 PH 2000004942
NANCY E. HRLSER 00N0
YTCLERK
WILLIAMSON COUNTY, TEXAS
AMA. P CptzmtG
wrz/saN 717
Sottt nre 4- Laud De- a SevV
4.o. fsox 194
Leaugtex ?X
7Q6146- o'8q
ATTACHMENT "I"
Inclusion in Highway Construction Contract
Not applicable to this Standard Utility Agreement.