HomeMy WebLinkAboutRES 032712-R - ROW TxDot FM1460RESOLUTION NO. 03 an
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
GEORGETOWN, TEXAS ("CITY") AUTHORIZING AN
"AGREEMENT FOR RIGHT OF WAY PROCUREMENT" WITH THE
TEXAS DEPARTMENT OF TRANSPORTATION ("TxDOT")
CONCERNING THE CITY'S COST PARTICIPATION IN THE RIGHT
OF WAY ACQUISITION AND UTILITY RELOCATION AND/OR
ADJUSTMENT FOR IMPROVEMENTS TO FM 1460 FROM QUAIL
VALLEY DRIVE TO NORTH OF WESTINGHOUSE ROAD,
WILLIAMSON COUNTY, TEXAS; AND ESTABLISHING AN
EFFECTIVE DATE.
WHEREAS, Texas Transportation Code Sections 201.103 and 222.052 establish
that TxDOT shall design, construct, and operate a system of highways in cooperation
with loca governments; and
WHEREAS, Texas Transportation Code Section 201.209 authorizes TxDOT and
the City to enter into agreements in accordance with Texas Government Code Chapter
791; and
WHEREAS, TxDOT has deemed it necessary to make certain highway
improvements on FM 1460 from Quail Valley Drive to North of Westinghouse Road
and this section of highway improvements will necessitate the acquisition of certain
right of way and the relocation and adjustment of utilities, call the "Project"; and
WHEREAS, 43 Texas Administrative Code Section 15.55 defines the City's cost
participation in acquiring the right of way and relocating or adjusting ehgible utilities
for the proper improvement of the State Highway System; and
WHEREAS, TxDOT has submitted the attached Agreement for Right of Way
Procurement to provide for the City's participation in the Project and the City desires to
enter into the agreement and
Resolution No 0-5Qila
Authorizing Agreement for Right of Way Procurement with TxDOT re FM 1460 Improvement
Project (Quail Valley Drive to North of Westinghouse Road)
Page 1 of 2
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF GEORGETOWN, TEXAS, THAT:
SECTION 1. The facts and recitations contained in the preamble of this
resolution are hereby found and declared to be true and correct, and are incorporated
by reference herein and expressly made a part hereof, as if copied verbatim. The City
Council further finds that the adoption of this resolution is not inconsistent or in conflict
with any 2030 Comprehensive Plan Policies.
SECTION 2. The City Council of the City of Georgetown finds it to be in the
best interest of the citizens of Georgetown to authorize the Agreement for Right of Way
Procurement attached hereto as Exhibit "A" and made a part hereof and the City has no
objection thereto.
SECTION 3. The Mayor is herby authorized to sign this Resolution and the
subject Agreement for Right of Way Procurement and the City Secretary is authorized
to attest thereto, on behalf of the City of Georgetown.
This resolution shall be effective immediately upon adoption.
RESOLVED this 31 day of ', Gwen , 2012.
ATTFST•
THE CITY OF GEORGETOWN:
B
E. Brettle, City Secretary George G. Garver, Mayor
A • ROVED AS TO FORM:
Bridget Chapman, ting City Attorney
Resolution No. O Pi
Authorizing Agreement for Right of Way Procurement with TxDOT re FM 1460 Improvement
Project (Quail Valley Drive to North of Westinghouse Road)
Page 2 of 2
STATE OF TEXAS
COUNTY OF TRAVIS•
County
District
ROW CSJ
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
221.1.02-019
2211-02-017
AGREEMENT FOR RIGHT OF WAY PROCUREMENT
THIS AGREEMENT is made by and between the State of Texas, acting through the Texas
Department of Transportation, called the "State', and Georgetown, Texas, acting through its
duly authorized officials, called the "Local Government."
WITNESSETH
WHEREAS, Texas Transportation Code §§ 201 103 and 222.052 establish that the State shall
design, construct, and operate a system of highways in cooperation with local governments;
and
WHEREAS, Texas Transportation Code § 201.209 authorizes the State and a Local
Government to enter into agreements in accordance with Texas Government Code, Chapter
791; and
WHEREAS, the State has deemed it necessary to make certain highway improvements on
Highway No. FM 1460 from Quail Valley Drive to North of Westinghouse Road, and this
section of highway improvements will necessitate the acquisition of certain right of way and the
relocating and adjusting of utilities, called the "Project"; and
WHEREAS, 43 Texas Administrative Code §15.55 defines the Local Government's cost
participation in acquiring the right of way and relocating or adjusting eligible utilities for the
proper improvement of the State Highway System; and
WHEREAS, the Governing Body of the Local Government has approved entering into this
agreement by resolution or ordinance dated , 20, which is attached to and
made a part of this agreement as Attachment A. A map showing the Project location appears
in Attachment B, which is attached to and made a part of this agreement.
NOW THEREFORE, the State and the Local Government do agree as follows:
Page 1 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
AGREEMENT
Williamson
Austin 14
2211-02-019
2211-02-017
Agreement Period
This agreement becomes effective when signed by the last party whose signing makes the
agreement fully executed This agreement shall remain in effect until the Project is
completed or unless terminated as provided below.
2. Termination
This agreement shall remain in effect until the project is completed and accepted by all
parties, unless:
A. The agreement is terminated in writing with the mutual consent of the parties;
B The agreement is terminated by one party because of a breach, in which case any cost
incurred because of the breach shall be paid by the breaching party; or
C. The Project is inactive for thirty-six (36) months or longer and no expenditures have
been charged against federal funds, in which case the State may in its discretion
terminate this agreement.
3. General
A. The Local Government agrees to proceed with acquisition of right of way and the State
agrees to reimburse the Local Government for its share of the cost of the right of way,
providing the acquisition and reimbursement are accomplished according to the
provisions outlined in this agreement.
B. The State and the Local Government agree that acquisition of this right of way shall be
in accordance with the Texas Department of Transportation Right of Way Manual and
all applicable federal and state laws governing the acquisition of real property
C. It is understood that the terms of this agreement shall apply to new right of way,
authorized and requested by the State, which is needed and not yet dedicated, in use,
or previously acquired in the name of the State or Local Government for highway,
street, or road purposes This agreement shall also apply, with regard to any existing
right of way, to outstanding property interests not previously acquired and to eligible
utility adjustments not previously made, as authorized and requested by the State.
D. It is further understood that if unusual circumstances develop in the right of way
acquisition and they are not clearly covered by the terms of this agreement, those
unusual circumstances or problems will be resolved by mutual agreement between the
State and the Local Government.
4. Local Project Sources and Uses of Funds
A. The total estimated cost of the Project is shown in Attachment C, Project Budget
Estimate, which is attached to and made a part of this agreement. The expected cash
contributions from the Federal or State government, the Local Governments, or other
parties are shown in Attachment C. The State will pay for only those project costs that
Page 2 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
have been approved by the Texas Transportation Commission. If Federal funding is
included, the State and the Federal Government will not reimburse the Local
Government for any work performed before the federal spending authority is formally
obligated to the Project by the Federal Highway Administration. After federal funds
have been obligated, the State will send to the Local Government a copy of the formal
documentation showing the obligation of funds including federal award information
The Local Government is responsible for 100% of the cost of any work performed under
its direction or control before the federal spending authority is formally obligated.
B. If the Local Government will perform any work under this contract for which
reimbursement will be provided by or through the State, the Local Government must
complete training before federal spending authority is obligated. Training is complete
when at least one individual who is working actively and directly on the Project
successfully completes and receives a certificate for the course entitled Local
Government Project Procedures Qualification for the Texas Department of
Transportation. The Local Government shall provide the certificate of qualification to
the State. The individual who receives the training certificate may be an employee of
the Local Government or an employee of a firm that has been contracted by the Local
Government to perform oversight of the Project. The State in its discretion may deny
reimbursement if the Local Government has not designated a qualified individual to
oversee the Project.
C. The Project cost estimate in Attachment C shows how necessary resources for
completing the Project will be provided by major cost categories. These categories may
include but are not limited to: (1) costs of real property and (2) costs of utility work
D. The State will be responsible for securing the Federal and State share of the funding
required for the development of the local Project. If the Local Government is due funds
for expenses incurred, these funds will be reimbursed to the Local Government on a
cost basis.
E The Local Government will be responsible for ail non-federal or non -state participation
costs associated with the Project including any overruns in excess of the approved
local project budget unless otherwise provided for in this agreement or approved
otherwise in an amendment to this agreement.
F. in the event any existing, future, or proposed Local Government ordinance,
commissioner's court order, rule, policy, or other directive, including, but not limited to,
outdoor advertising or storm water drainage facility requirements, is more restrictive
than State or federal regulations, or any other locally proposed change, including, but
not limited to, plats or re -plats, results in any increased costs to the State, then the
Local Government will pay one hundred percent (100%) of all those increased costs,
even if the applicable county qualifies as an Economically Disadvantaged County
(EDC). The amount of the increased costs associated with the existing, future, or
proposed Local Government ordinance, commissioner's court order, rule, policy, or
other directive will be determined by the State at its sole discretion.
Page 3 of 15 Revised 02/22/2012
(Non -Standard Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
G. If the Local government is an EDC and if the State has approved adjustments to the
standard financing arrangement, this agreement reflects those adjustments.
H. Payment under this contract beyond the end of the current fiscal biennium is subject to
availability of appropriated funds. If funds are not appropriated, this contract shall be
terminated immediately with no liability to either party.
I. The Local Government is authorized to submit requests for reimbursement by
submitting the original of an itemized invoice in a form and containing all items required
by the State no more frequently than monthly, and no later than ninety (90) days after
costs are incurred. If the Local Government submits invoices more than ninety (90)
days after the costs are incurred and if federal funding is reduced as a result, the State
shall have no responsibility to reimburse the Local Government for those costs.
5. Location Surveys and Preparation of Right of Way Data
The State, without cost to the Local Government, will perform the necessary preliminary
engineering and title investigation in order to supply to the Local Government the data and
instruments necessary to obtain acceptable title to the desired right of way.
6. Determination of Right of Way Values
The Local Government agrees to make a determination of property values for each right of
way parcel by methods acceptable to the State and to submit to the State a tabulation of
those values, signed by the appropriate Local Government representative The tabulation
shall list the parcel numbers ownership, acreage, and recommended compensation.
Compensation shall be shown in the component parts of land taken, itemization of
improvements taken, damages (if any) and the amounts by which the total compensation
will be reduced if the owner retains improvements. This tabulation shall be accompanied
by an explanation to support the determined values, together with a copy of information or
reports used in arnving at all determined values. This work will be performed by the Local
Government at its expense without cost participation by the State. The State will review
the data submitted and may base its reimbursement on the values that are determined by
this review The State, however, reserves the right to perform at its own expense any
additional investigation, including supplemental appraisal work by State employees or by
employment of fee appraisers, deemed necessary for determination of values to constitute
the basis for State reimbursement. The parties may waive the requirement that the Local
Government submit to the State property value determinations for any part of the required
right of way by a writing signed by both parties. In instances of a waiver the State, in its
discretion, will make a determination of values to constitute the basis for State
reimbursement.
7. Negotiations
The State will notify the Local Government as soon as possible as to the State's
determination of value. Negotiation and settlement with the property owner will be the
Page 4 of 15 Revised 02/22/2012
(Non -Standard --Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
ccsJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
responsibility of the Local Government without participation by the State; however, the
Local Government will notify the State immediately prior to closing the transaction so that a
current title investigation may be made to determine if there has been any change in the
title. The Local Government will deliver properly executed instruments of conveyance that,
together with any curative instruments found to be necessary as a result of the State's title
investigation, will properly vest good and indefeasible title in the State for each right of way
parcel involved. The Local Government will also deliver to the State an owner's policy of
title insurance for each parcel, except as otherwise specifically approved by the State.
Upon payment to the property owner of the agreed purchase price, the Local Government
is authorized and directed to secure for the State possession of each parcel in accordance
with all applicable Federal and State laws governing relocation assistance, notices to
vacate and forcible detainer. The costs incidental to negotiation, recording the right of way
instruments and securing possession of the parcels will be the responsibility of the Local
Government. The cost of title insurance closing services and all costs of relocation
assistance as authorized by applicable Federal and State laws will be the responsibility of
the State.
8. Administrative Settlements
After the offer has been delivered to the property owner, and prior to the Special
Commissioners' Hearing, the property owner may deliver one written counteroffer
("Administrative Settlement Proposal") to the Local Government. The Local Government
will evaluate the Administrative Settlement Proposal and make a recommendation of
approval or disapproval to the State. The State will consider the Administrative Settlement
Proposal and the Local Government's recommendation and make a final determination of
approval or disapproval in accordance with current State procedures. The State's approval
of the Administrative Settlement Proposal is only for purposes of closing the purchase of
the property prior to the Special Commissioners' Hearing. If a closing of the purchase
does not occur prior to the hearing, the State's approval is automatically, without further
action, withdrawn, and the State will participate only in the original approved value. In the
event the State does not approve the Administrative Settlement Proposal, and the Local
Government elects to purchase the property at a value greater than the original approved
value, the State s participation in the purchase price will apply only to the original approved
value, and the Local Government will pay one hundred percent (100%) of the costs that
exceed the original approved value, even if the applicable county qualifies as an EDC.
9. Condemnation
Condemnation proceedings will be initiated at a time selected by the Local Government
and will be the Local Government's responsibility at its own expense except as follows.
The Local Government will obtain from the State without cost current title information and
engineering data at the time condemnation is to be initiated. Except as set forth elsewhere
in this agreement, the Local Government will concurrently file condemnation proceedings'
Page 5 of 15 Revised 02/22/2012
(Non -Standard --Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
and a notice of its pendens for each case in the name of the State, and in each case the
judgment of the court will decree title and possession to the property condemned to the
State. The Local Government may, as set forth in Article 11 (Excess Takings) and where it
is determined to be necessary, enter condemnation proceedings in its own name. Property
acquired in the Local Government's name for the State must comply with requirements set
forth in the engineering data and title investigation previously furnished to the Local
Government by the State when the Local Government conveys the property to the State.
10. Court Costs, Costs of Special Commissioners' Hearings and Appraisal Expense
Court costs and costs of Special Commissioners' Hearings assessed against the State or
Local Government in condemnation proceedings conducted on behalf of the State and
fees incident to those hearings will be paid by the Local Government Those costs and
fees with the exception of recording fees, will be eligible for ninety percent (90%), or the
applicable EDC-adjusted percent, State reimbursement under the established
reimbursement procedure provided that they are eligible for payment by the State under
existing law. Where the Local Government uses the State's appraisers employed on a fee
basis in Special Commissioners' Hearings or subsequent appeals the cost of the appraiser
for updating the report, preparing new reports, preparing for court testimony,. and appearing
in court to testify in support of the appraisal will be paid direct by the Local Government
but will be eligible for ninety percent (90%), or the applicable EDC-adjusted percent, State
reimbursement under established procedure provided prior approval for the appraiser has
been obtained from the State. The fee paid to the appraiser by the Local Government
shall be in accordance with the fee schedule set forth in the appraiser's contract for
appraisal services with the State.
11. Excess Takings
In the event the Local Government desires to acquire land in excess of that requested by
the State for right of way purposes the State's cost participation will be limited to the
property needed for its purposes. If the Local Government elects to acquire the entire
property, including the excess taking, by a single instrument of conveyance or in one
eminent domain proceeding, the property involved will be acquired in the name of the Local
Government and that portion requested by the State for right of way will be separately
conveyed to the State by the Local Government. When the property is acquired by
negotiation, the State's participation will be based on the State's approved value of that
part of the property requested for right of way purposes provided that the approved value
does not exceed the actual payment made by the Local Government When the property
is acquired by condemnation, the State's participation will be in the proportionate part of
the final judgment amount computed on the basis of the relationship of the State's
approved value to the State s predetermined value for the whole property.
Page 6 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211.02-017
12. Improvements
A. Property owners will be afforded an opportunity in the negotiations to retain any or all of
their improvements in the right of way taking. In anticipation of the owner's desiring to
retain improvements, the State's approved value will include the amounts by which the
upper limit of State participation will be reduced for the retention. It is further agreed
that the upper limit for the State's participation in the Local Government's cost for an
improved parcel will be reduced as shown in the State's approved value where the
owner retains an improvement that is to be moved by either the Local Government or
the owner. If improvements are in whole or part, a part of the right of way taking and
are not retained by the owner, title is to be secured in the name of the State.
B. The State will participate in the acquisition of a structure severed by the right of way line
if the part of the house building, or similar structure that lies outside the right of way
cannot be reconstructed adequately or there is nothing but salvage left, provided that
the State's value IS established on this basis and provided that title to the entire
structure is taken in the name of the State. The State shall dispose of all improvements
acquired. The net revenue derived by the State from the disposition of any
improvements sold will be credited to the cost of the right of way procured and shared
with the Local Government.
Relocation of Utilities
If the required right of way encroaches on an existing utility located on its own right of way
and the proposed highway construction requires the adjustment, removal, or relocation of
the utility facility the State will establish the necessity for the utility work. State
participation in the cost of making the necessary change, Tess any resulting increase in the
value to the utility and Tess any salvage value obtainable, may be obtained by either the
"actual cost" or "lump sum" procedures. Reimbursement under 'actual cost' will be made
subsequent to the Local Government's certification that the work has been completed and
will be made in an amount equal to ninety percent (90%), or the applicable EDC-adjusted
percent, of the eligible items of cost as paid to the utility owner after the completion of an
audit. The "lump sum' procedure requires that the State establish the eligibility of the utility
work and enter into a three -party agreement with the owners of the utility facilities and the
Local Government. This agreement must set forth the exact lump sum amount of
reimbursement. The utility will be reimbursed by the Local Government after proper
certification by the utility that the work has been done, and the reimbursement will be
based on the prior lump sum agreement. The State will reimburse the Local Government
in an amount equal to ninety percent (90%), or the applicable EDC-adjusted percent, of the
firm commitment as paid to the utility owner. Reimbursement is subject to the provision
that the individual lump sum agreement approved value shall not exceed S20,000, except
as specifically approved by the State. In those cases where a single operation is estimated
to exceed $20 000, the transaction will be brought to the attention of the State for
determination of proper handling based upon the circumstances involved. The firm
Page 7 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
commitment to the utility will be an appropriate item of right of way. The adjustment,
removal, or relocation of any utility line on publicly owned right of way by sufferance or
permit will not be eligible for State reimbursement. The term "utility" under this agreement
shall include publicly, privately, and cooperatively owned utilities
14. Fencing Requirements
A. The Local Government may handle fencing through one of the following methods.
1 The Local Government may pay the property owner for existing right of way fences
based on the value those fences contribute to the part taken and damages for an
unfenced condition resulting from the right of way taking, in which case the estimated
value of those right of way fences and damages will be included in the recommended
value and the approved value; or
2 The Local Government may perform the fencing on the property owner's remaining
property.
B. When the Local Government performs right of way fencing as a part of the total right of
way consideration, neither the value of existing right of way fences nor damages for an
unfenced condition will be included in the recommended value or the approved value.
State participation in the Local Government's cost of constructing right of way fencing
on the property owner's remainder may be based on either the actual cost of the
fencing or on a predetermined lump sum amount. The State will be given credit for any
salvaged fencing material and will not participate in any overhead costs of the Local
Government.
C. If State participation is to be requested on the lump sum basis, the State and the Local
Government will reach an agreement prior to the actual accomplishment of the work as
to the necessity, eligibility, and a firm commitment as to the cost of the entire fencing
work to be performed This is subject to the provision that the lump sum approved cost
shall not exceed $20 000, except as specifically approved by the State. In the event
the cost of the fencing is estimated to exceed $20 000, the transaction will be brought
to the attention of the State for determination of proper handling based on the
circumstances involved.
15. Basis for Reimbursement Calculation
A. The State will reimburse the Local Government for right of way acquired after the date
of this agreement in an amount not to exceed ninety percent (90%), or the applicable
EDC-adjusted percent, of the cost of the right of way acquired in accordance with the
terms and provisions of this agreement. The State's reimbursement will be in the
amount of ninety percent (90%), or the applicable EDC-adjusted percent, of the State's
predetermined value of each parcel, or the net cost of each parcel, whichever is less.
All requests by the Local Government for reimbursement shall comply with the then
current reimbursement submission requirements set forth in the Texas Department of
Transportation Right of Way Manual.
Page 8 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County Williamson
District Austin 14
ROW CSJ # 2211-02-019
CCSJ # 2211-02-017
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
B. If condemnation is necessary and title is taken under Article 9 (Condemnation), the
participation by the State shall be based on the final judgment, conditioned on the State
having been notified in writing prior to the filing of the suit and on prompt notice being
given as to all action taken under the suit. The State shall have the right to become a
party to the suit at any time for all purposes, including the right of appeal at any stage of
the proceedings. All other items of cost shall be borne by the State and the Local
Government as provided in other sections of this agreement.
C. If a lump sum fencing or utility adjustment agreement has been executed, the State will
reimburse the Local Government in the amount of ninety percent (90%), or the
applicable EDC-adjusted percent, of the predetermined lump sum cost of the right of
way fencing or utility adjustment.
D. If the Local Government prefers not to execute a lump sum agreement for either
fencing or utility adjustments, the State will reimburse on the actual cost of that fencing
or those adjustments. The Local Government's request for reimbursement will be
supported by a breakdown of the labor, materials, and equipment used.
16. Amendments
Amendments to this agreement due to changes in the character of the work, terms of the
agreement, or responsibilities of the parties relating to the Project may be enacted through
a mutually agreed upon, written supplemental agreement.
17. Notices
All notices to either party by the other required under this agreement shall be delivered
personally or sent by certified or U.S mail, postage prepaid, to the following addresses:
Local Government:
State:
Director of Right of Way Division
Texas Department of Transportation
125E 11 th Street
Austin, Texas 78701
All notices shall be deemed given on the date delivered or deposited in the mail, unless
otherwise provided by this agreement. Either party may change the above address by
sending written notice of the change to the other party. Either party may request in writing
that notices shall be delivered personally or by certified U.S mail and that request shall be
honored and carried out by the other party.
Page 9 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
18. Remedies
This agreement shall not be considered as specifying the exclusive remedy for any
agreement default, but all remedies existing at law and in equity may be availed of by
either party to this agreement and shall be cumulative.
19. Legal Construction
If one or more of the provisions contained in this agreement shall for any reason be held
invalid, illegal, or unenforceable in any respect, that invalidity, illegality, or unenforceability
shall not affect any other provisions and this agreement shall be construed as if it did not
contain the invalid, illegal, or unenforceable provision
20. Responsibilities of the Parties
The State and the Local Government agree that neither party is an agent, servant, or
employee of the other party and each party agrees it is responsible for its individual acts
and deeds as well as the acts and deeds of its contractors, employees, representatives,
and agents.
21. Compliance with Laws
The parties shall comply with all federal, state, and local laws, statutes, ordinances, rules
and regulations, and the orders and decrees of any courts or administrative bodies or
tribunals in any manner affecting the performance of this agreement. When required, the
Local Government shall furnish the State with satisfactory proof of this compliance..
22. Sole Agreement
This agreement constitutes the sole and only agreement between the parties and
supersedes any prior understandings or written or oral agreements respecting the subject
matter of this agreement.
23. Ownership of Documents
Upon completion or termination of this agreement, all documents prepared by the State
shall remain the property of the State. All data prepared under this agreement shall be
made available to the State without restriction or limitation on their further use. All
documents produced or approved or otherwise created by the Local Government shall be
transmitted to the State in the form of photocopy reproduction on a monthly basis as
required by the State. The originals shall remain the property of the Local Government. At
the request of the State, the Local Government shall submit any information required by
the State in the format directed by the State.
Page 10 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
24. Inspection of Books and Records
The Local Government shall maintain all books, papers, accounting records, and other
documentation relating to costs incurred under this agreement and shall make those
materials available to the State and if federally funded, the Federal Highway
Administration (FHWA) or their duly authorized representatives for review and inspection at
its office during the contract period and for four (4) years from the date of completion of
work defined under this agreement or until any impending litigation, or claims are resolved.
Additionally, the State and FHWA and their duly authorized representatives shall have
access to all the governmental records that are directly applicable to this agreement for the
purpose of making audits, examinations, excerpts, and transcriptions.
25, State Auditor
The state auditor may conduct an audit or investigation of any entity receiving funds from
the State directly under this agreement or indirectly through a subcontract under this
agreement Acceptance of funds directly under this agreement or indirectly through a
subcontract under this agreement acts as acceptance of the authority of the state auditor,
under the direction of the legislative audit committee, to conduct an audit or investigation in
connection with those funds An entity that is the subject of an audit or investigation must
provide the state auditor with access to any information the state auditor considers relevant
to the investigation or audit.
26. Procurement and Property Management Standards
The parties shall adhere to the procurement standards established in Title 49 CFR §18.36
and with the property management standard established in Title 49 CFR §18 32.
27. Civil Rights Compliance
The parties to this agreement shall comply with the regulations of the U.S. Department of
Transportation as they relate to nondiscrimination (49 CFR Part 21 and 23 CFR Part 200)
and Executive Order 11246 titled "Equal Employment Opportunity," as amended by
Executive Order 11375 and supplemented in the Department of Labor Regulations (41
CFR Part 60).
28. Applicability of Federal Provisions
Articles 29 through 34 only apply if Federal funding is used in the acquisition of right of way
or the adjustment of utilities.
29. Office of Management and Budget (OMB) Cost Principles
In order to be reimbursed with federal funds the parties shall comply with the Cost
Principles established in OMB Circular A-87 that specify that all reimbursed costs are
allowable, reasonable, and allocable to the Project.
Page 11 of 15. Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
30. Disadvantaged Business Enterprise (DBE) Program Requirements
A. The parties shall comply with the DBE Program requirements established in 49 CFR
Part 26
B The Local Government shall adopt, in its totality, the State's federally approved DBE
program.
C. The Local Government shall set an appropriate DBE goal consistent with the State's
DBE guidelines and in consideration of the local market project size, and nature of the
goods or services to be acquired. The Local Government shall have final decision -
making authority regarding the DBE goal and shall be responsible for documenting its
actions.
D. The Local Government shall follow all other parts of the State's DBE program
referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the
Adoption of the Texas Department of Transportation's Federally -Approved
Disadvantaged Business Enterprise by Entity and attachments found at web address
http://txdot.gov/business/business outreach/mou.htm.
E The Local Government shall not discriminate on the basis of race, color, national origin,
or sex in the award and performance of any U S Department of Transportation (DOT) -
assisted contract or in the administration of its DBE program or the requirements of 49
CFR Part 26 The Local Government shall take all necessary and reasonable steps
under 49 CFR Part 26 to ensure non-discrimination in award and administration of
DOT -assisted contracts. The State's DBE program, as required by 49 CFR Part 26 and
as approved by DOT, is incorporated by reference in this agreement. Implementation
of this program is a legal obligation and failure to carry out its terms shall be treated as
a violation of this agreement. Upon notification to the Local Government of its failure to
carry out its approved program, the State may impose sanctions as provided for under
49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under
18 USC 1001 and the Program Fraud Civil Remedies Act of 1986 (31 USC 3801 et
seq.).
F Each contract the Local Government signs with a contractor (and each subcontract the
prime contractor signs with a sub -contractor) must include the following assurance:
The contractor, sub -recipient, or sub -contractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The contractor
shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of DOT -assisted contracts. Failure by the contractor to carry out these
requirements is a material breach of this agreement, which may result in the termination
of this agreement or such other remedy as the recipient deems appropriate.
31. Debarment Certification
The parties are prohibited from making any award at any tier to any party that is debarred
or suspended or otherwise excluded from or ineligible for participation in Federal
Assistance Programs under Executive Order 12549, "Debarment and Suspension." By
Page 12 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
executing this agreement, the Local Government certifies that it is not currently debarred,
suspended, or otherwise excluded from or ineligible for participation in Federal Assistance
Programs under Executive Order 12549 and further certifies that it will not do business with
any party that is currently debarred suspended, or otherwise excluded from or ineligible for
participation in Federal Assistance Programs under Executive Order 12549 The parties to
this contract shall require any party to a subcontract or purchase order awarded under this
contract to certify its eligibility to receive federal funds and, when requested by the State, to
furnish a copy of the certification.
32. Lobbying Certification
In executing this agreement, each signatory certifies to the best of that signatory's
knowledge and belief that:
A. No federal appropriated funds have been paid or will be paid by or on behalf of the
parties to any person for influencing or attempting to influence an officer or employee of
any federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any federal
contract, the making of any federal grant, the making of any federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal
amendment, or modification of any federal contract, grant, loan, or cooperative
agreement
B If any funds other than federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency,
a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with federal contracts, grants, loans, or cooperative
agreements, the signatory for the Local Government shall complete and submit the
Federal Standard Form-LLL, "Disclosure Form to Report Lobbying,' in accordance with
its instructions.
C. The parties shall require that the language of this certification shall be included in the
award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and
contracts under grants, loans, and cooperative agreements) and all sub -recipients shall
certify and disclose accordingly. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by Title 31 USC §1352 Any person
who fails to file the required certification shall be subject to a civil penalty of not less
than $10,000 and not more than 5100,000 for each failure.
33. Federal Funding Accountability and Transparency Act Requirements
A. Any recipient of funds under this agreement agrees to comply with the Federal Funding
Accountability and Transparency Act and implementing regulations at 2 CFR Part 170,
including Appendix A. This agreement is subject to the following award terms:
http://edocket.access.gpo.gov/2010/pdf/2010-22705.pdf and
http://edocket, access.g po. gov/2010/pdf/2010-22706. pdf.
Page 13 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
B. The Local Government agrees that it shall:
1. Obtain and provide to the State a Central Contracting Registry (OCR) number
(Federal Acquisition Regulation, Part 4, Sub -part 4.1100) if this award provides for
more than $25,000 in Federal funding. The CCR number may be obtained by visiting
the CCR web -site whose address is https://www.bpn.gov/ccr/default.aspx;
2. Obtain and provide to the State a Data Universal Numbering System (DUNS) number,
a unique nine -character number that allows the Federal government to track the
distribution of federal money. The DUNS number may be requested free of charge
for all businesses and entities required to do so by visiting the Dun & Bradstreet on-
line registration website http://fedgov.dnb.com/webform; and
3. Report the total compensation and names of its top five (5) executives to the State if:
i. More than 80% of annual gross revenues are from the Federal government, and
those revenues are greater than S25,000,000; and
ii. The compensation information is not already available through reporting to the
U.S. Securities and Exchange Commission.
34. Single Audit Report
A. The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98-
502, ensuring that the single audit report includes the coverage stipulated in OMB
Circular A-133
B. If threshold expenditures of $500,000 or more are met during the Local Government's
fiscal year the Local Government must submit a Single Audit Report and Management
Letter (if applicable) to TxDOT's Audit Office, 125 E 11th Street, Austin, TX 78701 or
contact TxDOT's Audit Office at http://www.txdot.gov/contact us/audit.htm.
C. If expenditures are less than $500,000 during the Local Government s fiscal year, the
Local Government must submit a statement to TxDOT s Audit Office as follows: "We
did not meet the $500 000 expenditure threshold and therefore, are not required to
have a single audit performed for FY
D. For each year the project remains open for federal funding expenditures, the Local
Government will be responsible for filing a report or statement as described above The
required annual filing shall extend throughout the life of the agreement unless
otherwise amended or the project has been formally closed out and no charges have
been incurred within the current fiscal year.
35. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this
agreement on behalf of the entity represented.
36. Supplemental (nonstandard) Special Provisions
The additional special provisions set out in Attachment D which is attached to and made a
part of this agreement, shall be applicable to this specific project only.
Page 14 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
•
County
District
ROW CSJ #
CGSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
THIS AGREEMENT IS EXECUTED by the State and the Local Government in duplicate.
THE LOCAL GOVERNMENT
Signature
Typed or Printed Name
Title
Date
THE STATE OF TEXAS
John P Campbell, P.E
Director, Right of Way Division
Texas Department of Transportation
Date
Page 15 of 15 Revised 02/22/2012
(Non -Standard —Requires Special Attachment D & ROW Division Approval for use)
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
ATTACHMENT A
RESOLUTION OR ORDINANCE
Williamson
Austin 14
2211-02-019
2211-02-017
Page 1 of 1
Attachment A
UTILITIES LOCATED WITHIN
PROJECT LIMITS
ONCOR
ATT
SUDDENLIHK
LONESTAR - GAS
GTE - FtO.C.
CAPROCK - F.O.C.
MCLEOD - F.O.C.
YERIZON - F.O.•C.
COX - CAN
CITY OF GEORGETOWN LIMITS
WATER
WASTEWATER LIMITS
LIMITS
LEGEND
a TYPE T CONCRETE tbiaRXRt fOAVD
fa IRON t,00 SEt Y/ MOOT AluomAA RAP 70
REPLACED B7 TYPE 11 IIEM»tRT SET
O 4 + TROA BDD tow MESS OTNERNISE
WED TO OE BTAUCE° BY
TYPE 11 LIONWE 11 SET
• lit • WON Rio FOCI&
O JE IfieX I2OQ FOLOID VspLASTIC CAP
CO JS • IRON PIPE CoWNO
a Tom/ maAu»j M f�M/ cAP
✓• PR NAIL FOur°
44 TUf6A0 SPIRE FOUND CO
4a CaTTON GIN SPIIIC=E SET
O Comm GIN SPINDLE POtm°
'Ht;1E CAMPLATET paw
PEKE FAST MONO •
O 3'G• E040<EIE 1414JKNt room
q GOREENN EUE
t el RECOFRTYtW RDOORJATI01
J LIVE OREM
N LAND WOO
PaiNT OFp EDINIIIPG
P.o.a. POINT OF REPERE✓CE
N,T,S, trot TO SEAtE
LT.O. T. PEED MEMOS
TRAY .T. C,T. RM. PSA4ERTTY REWtDS
TRAY 5 COU4tt. TEXAS
T.O.T. OFFIONL PUOLIC WORDS
.T, C. T, PLAT n&CORNY, TEXAS
TRAYIS CWNTY, TEXAS
3- -
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
ATTACHMENT B
LOCATION MAP SHOWING PROJECT
STATE OF TEXAS
DDEPAl4:TRDENT OF TRANS!ORTATDON
PLAN O]F PIRO'OSEDD I::DG)1DT-01F•WAy
P.M. 11460
PROJECT L IMI TS: From: Quo Val Iey Drive
To: North of Old Settlers 8oulevord
22f1-02-013-North of Westinghouse Road to North of Old Settlers
2211-02-021-North of Chondler Road to North of Old Settlers
2211-02-017-0uoll Valley to North of Westinghouse
Williamson County
Length of Project+ 5.88 Mlles
CSJ+ 2211-02-016F 2211-02-019.'
glti -
- RFVISI01151
II CSJBT?Mi MI 6
- r CSJ: 2211-02-0 9�
/..__-__.... ....__-e-
/; i 1
▪ 1
CSJ:
CSJ:
CSJ:
Williamson
Austin 14 •
2211-02-019
2211-02-017
Net
ROW
tiFa. � 4 B
. "i
BEARINGS ARE BASED ON THE TEXAS STATE PLANE
DINATE SYSTEM, CENTRAL ZONE, NAD 83
EQUATIONS;
NO RIGHT OF WAY
STATION 592+72.22
NONE
REQUIRED
TO 621+14.55
J
v.� L,ll.i.
t y+1
4....
t6 14211f,Nd:LT''
t_)
1
1
ti
Recommended nnfar Acquisition:
-`-
REVIEW SURVEYOR
DATE
Rec
nded far Acquisition:
OW ADMINISTRATOR
D E
Recommended for Acquisition:
SIt�INEER
r.F.
44As
DATE
Completed Acquisition Finol Approval:
DISTRICT ENGINEER
DATE
SHEET NO.
INDEX OF SHEETS
DESCRIPTION
1 COVER SHEET
2 CONTROL MAP
3 PARCEL INDEX SHEET
4 ROW PLAN
5 ROW PLAN
6 ROW PLAN
7 ROW PLAN
a ROW PLAN
9 ROW PLAN
0 ROW PLAN
ROW PLAN
2 ROW PLAN
3 ROW PLAN
4 ROW PLAN
5 ' ROW PLAN
6 ROW PLAN
7 ROW PLAN
8 ROW PLAN
9 ROW PLAN
20 ROW PLAN
21 ROW PLAN
22 ROW PLAN
23 ROW PLAN
24 ROW PLAN
25 ROW PLAN
26 ROW PLAN
27 ROW PLAN
DOP4592+72.22 TO 604+00,00
604+00.00 TO 616.00.00
616+00.00 TO 630+00,00
630+00.00 TO 645+00.00
645+00.00 TO 659+00.00
659+00100 TO 674+00.00
674+00,00 TO 689+00.00
689.00.00 TO 702+00.00
702+00.00 TO 717+00.00
717+00.00 10. 724.00.00
724+00.00 TO 737+00.00
737+00.00 TO 751+00.00
751'00 00 TO 760000,00
760.00 00 TO 774+00.00
774,00 00 TO 7aa.00,00
708+00 00 TO 802.00,00
802+00 00 TO 816+00,00
812+59 96 TO 815+35.98
816+00 00 TO 830+00.00
830+00 'OD TO 645400,00
845+00 00 TO 857+00,00
857+00 00 TO 872.00,00
872100 00 TO 886•00.00
686+00 00 TO EOP 898.31,10
I NL. AN
GEODETIC
txmsfO,t U.`a 71.002R3
ISM Mall lLlq N'. OM7C TOT
0P0 W. iL ilfil
K EC DIVA FEE ND MOD p•
Kt x MILK*
'n12.S ..
USYN11 O 1M4MW
nrttr ro.
ST/It
[THIS
III 1.0441
nL
TILT.
tt
OF
ell r.A Utz
tandard Contractual Agree ent
Local ovelrnment erforms a ork
Attachment C
escriptron
otal
EstGffid ed
rStateNl articip8tion
el
Partieipatictn
�rv��jn
'Y'e�"�"a£.�6� �>2 if ¢."✓
Cost
, T z
4 5��i^Y h'" $ 3 AW
V ?�'3
fLy$ �e1�„L'^:C �Y ✓^..��.TS'i:
1�
.d
Ce�st
Right
Acquisition
of
Way
1S14,377,457.16
i`90%
512,939,711.44
10%
$1,437,745.72
,Reimbursable
utility
$634,304.00
90%
;
,
$570,873.60
10%
563,430.40
Ad
-Joint
ustments
Bid
-
F
$0
_
!0°la
$0
'0%
$0
Reimbursable
LA'.
LAdjustments
0
0%
$0
0%
0
$0
�0%
$0
%
$0
.{M
�0TY�La�`a
A�
"avfa"';s} u.`, ('. t
$
tY5 ^„"V
s
e-..as..p"
iskretC
P
a
S" "'''t"`x
,F.as*-
C'c
�"#V
�0 °"`�'351
^'° v �c4+'.c e+r1x
t »,..ax
F+u-
8
...., ,xy.
D'` *'"5^
4-,-
�,'q.
4+sb. 3
,ra
4
E u,..
l40$1
S"
s
J
3
xw'
s
5011�7612
-SF'r ri"3.�$^
> t7
This is an estimate. The final amount of Local Government participation will be
based on actual costs.
Notwithstanding anything to the contrary set out above or in the other
provisions of the Agreement for Right of Way Procurement to which this
Attachment C is attached, all reimbursements paid to the Local Government
under either negotiated deeds, possession and use agreements, awards of
special commissioners, or final judgments are subject to final audit, which is to
be based upon the maximum amount of reimbursement to be paid by the State
to the Local Government not to exceed ninety percent (90%) of the cost of the
right of way acquired in accordance with the terms and provisions of the
Agreement for Right of Way Procurement and attachments. In the event a final
judgment in an eminent domain proceeding provides for a lower amount of
compensation than did the Award of Commissioners, the Local Government
agrees to reimburse the State for any excess amounts paid by the State to the
Local Government based upon the higher Award of Commissioners.
Reimbursements paid by the State to the Local Government for parcels
acquired through eminent domain proceedings for amounts exceeding the
State's predetermined value of each parcel, are conditioned upon the State
having been notified in writing prior to the filing of such eminent domain suit and
upon prompt notice being given as to all action taken therein. The State shall
have the right to become a party to the suit at any time for all purposes,
including the right of appeal at any stage of the proceedings.
Rev. 02/02/2012
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
ATTACHMENT D
Williamson
Austin 14
2211-02-019
2211-02-017
1 The Local Government may utilize as part of the acquisition process, Possession and
Use Agreements for Transportation Purposes (TxDOT Form N-7) provided (1), such
forms are not altered, (2) are obtained in accordance with the procedures contained in
the TxDOT Right of Way Manual, (3) updated title commitments are obtained, (4)
payment by the Local Government to the parcel owner identified as the record title
holder in the updated title commitment is made through the title company issuing the
updated title commitment, (5) there are no outstanding liens or encumbrances that have
not been released, and (6), the Agreements are immediately filed for record in the
Official Public Records of Real Property for the county in which the right of way parcel is
located.
2. The State will reimburse the Local Government for the amounts paid to obtain
possession of a specific parcel by a Possession and Use. Agreement (TxDOT Form N-
7) by and on behalf of the State, in the following amounts: (1) Seventy percent (70%)
of the consideration paid as stated in the Possession and Use Agreement, upon being
furnished by the Local Government of a Request for Reimbursement in accordance
with TxDOT's Right of Way manual together with written verification of compliance with
the requirements set out in Paragraph 1 above, to include a signed copy of the
Possession and Use Agreement, verification of recording of the Possession and Use
Agreement, copy of updated title commitment, and verification of payment to the record
title holder of the consideration as stated in the Possession and Use Agreement; (2)
Twenty percent (20%) of the consideration paid as stated in the Possession and Use
Agreement after either a final closing of the parcel by negotiated Deed, or upon the
Local Government obtaining an Award of Special Commissioners pursuant to an
eminent domain proceeding upon being furnished by the Local Government of a
Request for Reimbursement in accordance with TxDOT's Right of Way manual, to
include a signed copy of the Award of Commissioners, verification of deposit by the
Local Government into the registry of the court of any additional amounts by which the
Award of Commissioners exceeded the amount originally paid under the Possession
and Use Agreement (and which original amount paid under the Possession and Use
Agreement was allowed as deduction credit against the Award of Commissioners under
the terms of the Possession and Use Agreement), and a copy of updated title
commitment. The Local Government may also submit a request for reimbursement for
90% of the amount by which the Award of Special Commissioners exceeded the
amount originally paid under the Possession and Use Agreement and which excess
amount was deposited into the registry of the court by submitting the same
documentation referenced above verifying the amount of the Award of Commissioners
and the deposit of the excess amount into the registry of the court, or the Local
Page 1 of 2 Attachment D
County
District
ROW CSJ #
CCSJ #
Federal Project #
Federal Highway Administration
CFDA #
Not Research and Development
Williamson
Austin 14
2211-02-019
2211-02-017
Government may elect to wait to submit a request for reimbursement for such excess
amount until a final judgment (including a judgment in absence of objections) has been
obtained. All reimbursements paid by the State to the Local Government based upon
the amount of an Award of Commissioners, shall be subject to final audit based upon
the amount of the final judgment, in accordance with the provisions for such final audit
set out in Attachment C, above.
3. For right of way parcels where condemnation was initiated by the Local Government
(and a Possession and Use Agreement was not obtained), the Local Government may
elect to either wait . to submit a request for reimbursement until a final judgment
(including a judgment in absence of objections) has been obtained, or may submit a
Request for Reimbursement in accordance with TxDOT's Right of Way manual upon
the Local Government obtaining an Award of Special Commissioners pursuant to an
eminent domain proceeding, with such Request for Reimbursement to include a signed
copy of the Award of Commissioners, verification of deposit by the Local Government
into the registry of the court of the amount of the Award of Special Commissioners, and
a copy of updated title commitment. Reimbursements based upon an Award of
Commissioners would be for ninety percent (90%) of the amount of the Award, subject
to final audit based upon the amount of the final judgment, in accordance with the
provisions for such final audit set out in Attachment C, above.
Page 2 of 2 Attachment D
P.O. DRAWER i5426 • AUSTIN, TEXAS 78761-5426 •
February 27, 2012
Austin District 14
FM .1460 a Williamson County
City of Georgetown
RCSJ: 2211-02-019
CCSJ: 2211-02-017
Limits: Fmm: Quail Valley Drive
To: North of Westinghouse Road
Mayor George Garver
City of Georgetown
113 East 8th Street
Georgetown Texas 78626-5801
Dear Mayer Garver:
0
This letter concerns the acquisition of additional land needed to improve highway FM
1460 from Quail Valley Drive to North of Westinghouse Road, in Williamson County.
The improvements . will require acquisition of thirty (30) parcels located North of
inghouse Road, comprised of approximately 99.272 acres (43,242,88 square
As you may be aware there are two types of ways for the Local Government to
participate in their obligation portion of the project. The first type, the City of
Georgetown is to handle the acquisition of right of way. The State would reimburse
90% of the nght of way costs upon delivery of acceptable conveyance instruments to
the State.
The second option is the City of Georgetown to contribute an amount equal to 10% of
the estimated cost of right of way and utility adjustments This is, where TxDOT
handles the right of way acquisition and utility adjustments for the Local Government
(LG) The following is an estimate of costs the City would participate in if this method of
contribution is utilized.
THE TEXAS PLAN
REDUCE CONGESTION • ENHANCE SAFETY • EXPAND ECONOMIC OPPORTUNITY •IMPROVE AIR ALFTY
INCREASE THE VALUE OF OUR TRANSPORTATION ASSETS
• An Equal Opportunity Employer
City of Georgetown Page 2
Mayor George Garver
Total Estimated Cost (Right of Way and Utiilties) $15,6'i 1,761.16
City of Georgetown's 10% $'i,501,176.12
Blank contracts for .the execution are attached, along with a right of way map for the
project. Please review and consider the information, and contact us when a decision is
reached. In order for eligibility of reimbursement for 9O% of the acquisition costs our
office will need to release the project. We will need the following to enable a Right of
Way Release to begin the right of way acquisition process:
1. Four (4) executed originals of "Agreement to Contribute Funds -Local Government"
2. Ordinance or Resolution of the City Council (County Commissioners)
3. Grant of signature authority to the person(s) signing the Agreement so stated in the
Resolution or Ordinance
We appreciate your cooperation and look forward to working with you. Please contact
Laura Nelson at (512) 832-7024 if you have any questions or require additional
information.
cerely,
Nelda ' , Eureste
Right of Way Manager
South Region
cc: Carlos Lopez, P E. _ Austin District Engineer
Terry McCoy, P.E. North Austin Office Area Engineer
THE TEXAS PLAN
REDUCE CONGESTION • ENHANCE SAFETY • EXPAND ECONOMIC OPPORTUNI'
INCREASE THE VALUE OF OUR TRANSPORTATION ASSET
PROVE AIR QUALITY
An Equa! Opportunity Employer