Loading...
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.