R-86-805 - 1/9/1986ATTEST:
J�j NNE LAND, City Secretary
RESOLUTION NO. /OS7e
WHEREAS, Tonkawa Springs Incorporated and Greenwood Hills, Inc.
presently have a contract to purchase water from the City of Round
Rock; and
WHEREAS, Tonkawa Springs Incorporated and Greenwood Hills, Inc.
are in the process of conveying their water system to Tal Tex, Inc.; and
WHEREAS, the parties to the conveyance request that the Council
of the City of Round Rock, Texas approve the assignment of the water
contract to Tal Tex, Inc., Now Therefore, ,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS
That the City Council hereby consents to the assignment of the
water contract between the City of Round Rock and Tonkawa Springs
Incorporated and Greenwood Hills, Inc. to Tal Tex, Inc.
RESOLVED this 9t day of
, 1986.
MIKE ROBINSON, Mayor
City of Round Rock, Texas
ASSIGNMENT
STATE OF TEXAS §
§
COUNTY OF WILLIAMSON §
WHEREAS, TONKAWA SPRINGS, INC. and GREENWOOD HILLS, INC.
entered into a water supply contract with the City of Round Rock
attached hereto as Exhibit "A" and incorporated herein for all
purposes; and
WHEREAS, TONKAWA SPRINGS, INC. and GREENWOOD HILLS, INC. has
entered into an agreement to sell their water system to TAL /TEX,
INC.; and
NOW THEREFORE, in consideration of the mutual promises and
agreements herein contained, including the recitals set forth
hereinabove, the parties agree as follows:
TONKAWA SPRINGS, INC. and GREENWOOD HILLS, INC. for and in
consideration of Ten and No /100 Dollars ($10.00) and other
valuable consideration do hereby transfer and assign to TAL /TEX,
INC., all rights, title and interest of GREENWOOD HILLS, INC.
and TONKAWA SPRINGS in and to the said contract attached hereto.
TAL /TEX, INC. agrees to be fully bound on said contract to
the same and fully extent as if its name appeared in such
contract in lieu of TONKAWA SPRINGS, INC., and GREENWOOD HILLS,
INC.
Executed this
3l day of _Clcl„(AFQ,, 198.
ASSIGNOR: ASSIGNEE:
TO 'A A SPRINGS', INC. TAL /TEX, INC.
B y By:
GREENWOOD HIL O, INC.
By:
Ray Yates, Pf
Attest:
arey, Pre ident
L/J Al AI
J =nne Land, Cit Secretary
y of Round Rock, Texas
Terry Tuttl
Mike Robinson, Mayor
ident
APPROVED:
City of Round Rock, Texas
By:
2/?
THE STATE OF TEXAS
$XH'I&IT''A" '
WATER SUPPLY CONTRACT
COUNTY OF WILLIAMSON §
Whereas, the City of Round Rock, Texas, hereinafter called
"City ", owns and operates a potable water supply system,
hereinafter called "System "; and,
Whereas, City adopted Ordinance No. 269 on January 8,
1976, and No. 271 on January 15, 1976, which ordinances esta-
blished conditions for the City to provide water and sewer
service in areas outside the City limits; and,
Whereas, the Tonkawa Springs - Great Oaks Water System,
comprised of Tonkawa Springs Incorporated, and Greenwood Hills,
Inc., hereinafter collectively called "Purchaser ", desires to
purchase water from City; and,
Whereas, the City finds that it can sell water to Pur-
chaser for residential and commercial purposes outside the City
without impairing services within the City; and,
Whereas) Purchaser desires to make a connection to City's
system and receive water from City to serve Tonkawa Springs and
Great Oaks subdivisions, situated outside the corporate limits
of City;
NOW, THEREFORE, the parties hereto do agree and contract
as follows:
I. QUALITY AND TREATMENT
1.1 Local, State, and Federal Standards. The City shall
furnish potable water at the Point of Delivery which has been
treated by chlorination and such other treatment as may in the
future be directed by the city of Round Rock in order to meet
the applicable potable water quality standards of the Texas
Department of Health Resources, the Environmental Protection
Agency, or any other local, state, or federal agency which has
jurisdiction to establish such standards.
2/P
II. QUANTITY, MEASUREMENT AND BILLING
2.1 Supply. City agrees to furnish to Purchaser at
Point of Delivery such quantities of water as may be required
by Purchaser, not to exceed 200,000 gallons per day peak flow;
provided, however, that City shall not be obligated to supply
water to Purchaser until two (2) hours after receipt of written
notice from Purchaser that Purchaser requires City to supply
water; provided, however, that in the event of an emergency,
purchase may be made without notice, with notice to be given
within forty -eight (48) hours after purchase commences; and
further provided, that City shall not be obligated to supply
water to Purchaser (or shall not be obligated to provide water
in the quantity requested by Purchaser) if City's governing
body shall adopt a resolution finding that City is unable to
provide such service because of the needs of other users City
is obligated to serve. "Point of Delivery" means the point at
which water passes through a meter and, thereafter, is owned
and controlled by Purchaser, his successors or assigns.
If mandatory water rationing of any type is adopted by the City
Council of the City of Round Rock at any time during the term
of this contract, it is agreed that the quantities of water to
be supplied to Purchaser will be reduced so as not to exceed
125,000 gallons per day peak flow during the term of said
rationing. The goal of the City's drought management plan is
to limit consumption by means of mandatory rationing to 175
gallons per person per day. The 125,000 gallon figure is
equivalent to that level of consumption based on the number of
customers currently served by Purchaser. It is agreed that
Purchaser will pay to City the sums listed below, as liquidated
damages, for each day that use exceeds amounts allowed under
this Contract. City agrees to read the meter daily during any
such rationing period and inform Purchaser daily of any viola-
tions. The schedule for use in excess of allowable limits
during mandatory rationing is as follows:
- 2 -
cif
First Violation - written warning only
Second Violation - $500.00
Third and Subsequent Violations - $1,000.00 each.
If voluntary water rationing of any type is adopted by the
city Council of the City of Round Rock at any time during the
term of this contract, it is agreed that the quantities of
water to be supplied to Purchaser will be reduced so as not to
exceed 150,000 gallons per day peak flow during the term of
saia rationing. it is agreed that Purchaser will pay to City
the sums listed below, as liquidated damages, for each day that
use exceeds amounts allowed under this Contract. City agrees
to read the meter daily during any such rationing period and
inform Purchaser daily of any violations. The schedule for use
in excess of allowable limits during voluntary rationing is as
follows:
First Violation - written warning only
Second Violation - $250.00
Third and Subsequent Violations - $500.00 each
2.2 Metering Equipment. Purchaser, at his sole expense, shall
install at the Point of Delivery the necessary metering
equipment, and required devices of standard type to properly
measure the quantity of water delivered to Purchaser. There-
after, Purchaser shall calibrate such metering equipment at a
reasonable time after a request to do so by City, but not less
frequently than once every twelve (12) months. A meter regis-
tering not more that three percent (3 %) above or below the test
result shall be deemed to be accurate. If the meter fails to
register for any period, the amount of water furnished during
such period shall be deemed to be the amount of water delivered
in the corresponding period immediately prior to the failure,
unless the City and the Purchaser shall agree upon a different
amount. The metering equipment register shall be read on or
- 3 -
about the first day of each month after commencement of service
and again upon termination of service.
2.3 Billing Procedure. City will submit to Purchaser an
itemized statement of the amount of water determined to be
consumed by Purchaser at the Point of Delivery during the
preceding month and a statement of the charges therefor. The
statement dates, due dates, late fees, notice provisions and
disconnect provisions shall all be in accordance with the
ordinances of City and more particularly, Chapter 10, Section
4.D., Code of Ordinances, City of Round Rock, Texas. After
water has ceased to be supplied, the City, at its discretion,
may notify the Purchaser of its intention to declare this
Contract forfeited and null and void. Upon such notice,
Purchaser shall have thirty (30) days to pay all delinquent
charges and penalties in order to reinstate water supply prior
to final action by the City in declaring this Contract for-
feited and null and void.
III. CONDITIONS OF SERVICE
3.1 Rates. Purchaser shall pay City for the water
delivered under this Contract in accordance with the outside
city limits rate, hereinafter called "OCL Rate ", established by
ordinance of the City. Provided, however, such rates to be
supplied under this Contract shall never exceed two times the
lowest inside city limits rate, hereinafter called "ICL Rate ",
per thousand gallons of water delivered to a single residential
customer.
3.2 Purchaser's Delivery of Water. Purchaser is ex-
pressly authorized to resell the water delivered hereunder both
to retail customers and such retail may be a residential or
commercial user.
3.3 Inspection of System. Purchaser shall
permit
personnel of the City to conduct periodic inspections of the
Purchaser's system and permit meter reading personnel of the
City to conduct periodic readings of Purchaser's meters if such
readings are deemed necessary by the City. Purchaser shall
- 4 --
ljbb
have the right to accompany City on such inspection.
3.4 Sanitary Control Agreement. Purchaser shall permit
personnel of City to enter upon the property of any and all of
Purchaser's retail or wholesale customers which are served by
water from City, for the purpose of inspecting any and all
connections made by such customers to Purchaser's water lines.
Should the City have reasonable grounds to believe that any
condition exists which might result in contamination of City's
water supply, or jeopardize City's certification by the State
Department of Health Resources, then City shall notify Purchaser
and Purchaser shall immediately correct any such conditions. In
the event Purchaser fails to correct such condition within
forty -eight (48) hours, the City at it sole discretion, may cease
delivering water under this Contract until such condition is
corrected to the satisfaction of City. Nothing herein shall be
construed to impose upon the City the duty and obligation to make
any inspection or to regulate the quality of water beyond City's
metering points to Purchaser. The Purchaser shall be solely
responsible for the operation, maintenance, regulation, and
employment of all facilities beyond the metering points, and the
regulation of the use of all water received by it at the metering
points.
3.5 Operation of Purchaser's System. Purchaser agrees to
operate its system, and to require any customers of Purchaser to
operate their system, in accordance with all applicable regula-
tions of the City, the Texas Department of Health Resources, and
the Federal Environmental Protection Agency.
3.6 Quality of Water Beyond Point of Delivery. Purchaser
agrees to maintain the quality of water beyond the Point of
Delivery and provide necessary chlorination or other treatment so
as to maintain the quality of water throughout Purchaser's
service area, and Purchaser agrees to submit samples of such
water in accordance with the requirements of the Texas Department
of Health resources.
- 5 -
2/s
IV. DESIGN AND CONSTRUCTION
4.1 Connection to System. City agrees to provide for
connection to Purchaser's system at the Point of Delivery with
a four (4) inch line. Purchaser shall bear the costs of such
connection.
V. GENERAL CONDITIONS
5.1 Terms. The term of this Contract shall be for
ninety (90) days from the date hereof; provided, however, this
contract shall be automatically renewed until terminated by
City pursuant to Section 2.1 herein. If City elects to ter-
minate this agreement pursuant to Section 2.1 herein, City
shall not terminate service until Purchaser has had reasonable
time, which shall be a period not less than thirty (30) nor
more than sixty (60) days, in which to procure alternate
service.
5.2 Force Majeure. In case, by reason of force majeure,
either party hereto shall be rendered unable to carry out its
obligations, fully or in part, under this agreement, other than
the obligation of the Purchaser to make the payment required
under the terms hereof, then, if such party shall give notice
and full particulars of each force majeure in writing to the
other par ty within a reasonable time after occurrence of the
event of cause relied on, the obligation of the party filing
such notice, so far as it is affected by such force majeure,
shall be suspended during the continuance of the inability then
claimed, but for no longer period, and such party shall en-
deavor to remove or overcome such inability with all reasonable
dispatch. The term "force majeure" as employed herein shall
mean, but without limitation, acts of God, strikes, lockouts,
or other industrial disturbances, acts of the public enemy,
war, orders of any kind of the government of the United States,
of the State of Texas, or any civil or military authority,
insurrections, riots, epidemics, landslides, lightning, earth-
quakes, fires, hurricanes, storms, floods, washouts, droughts,
arrests, restraint of government and people, civil distur-
bances, explosions, breakage or other accidents to machinery,
- 6 -
2/F
pipelines or canals, partial or entire failure of water supply
hand inability on the part of the City to deliver water here-
under, or of the Purchaser to receive water hereunder, or on
account of any other causes not reasonable within the control
of the party claiming such inability. The settlement of
strikes and lockouts shall be entirely within the discretion of
the party having the difficulty, and the above requirement that
any force majeuere shall be remedied with all reasonable
dispatch, shall not require the settlement of strikes and
lockouts as acceding to the demands of the opposing party or
parties when such course is unfavorable, in the judgment of the
party having the difficulty. In the event of an extended
shortage of water, or the supply of water available to the City
is otherwise diminished over an extended period of time, this
Contract may be terminated by City on the terms provided in
Section 2.1 and Section 5.1.
5.3 Regulatory Agencies. Purchaser will comply with
all applicable statutes, rules, and regulations as may now
exist and as may be promulgated by the city, the State of Texas
and its administrative agencies, and the Federal Government and
its administrative agencies. Purchaser and City will collabor-
ate in obtaining any permits or certificates as may be required
to comply with any such laws, rules, or regulations.
5.4 Notice of Violation. In the event that either the
City or the Purchaser shall violate any of the terms of this
Contract, the aggrieved party shall promptly notify the other
party of the violation. In the event such violation is not
cured within fifteen (15) days after the receipt of such
notice, the party sending the notice at its discretion, may
notify the other party of its intention to declare this Con-
tract forfeited and null and void. Upon receipt of such
notice, the deliquent party shall have fifteen (15) days to
cure such violation prior to final action by the other party
declaring this Contract forfeited and null and void. Any
notice requirement under the terms of this agreement shall be
- 7 -
2/F
in writing and shall be delivered by certified mail in accord-
ance with Section 6.7, herein.
5.5 Waiver. No failure on the part of either party to
this Contract to require the performance by the other party of
any portion of this Contract shall in any way affect either
party's right to enforce such provision, nor shall any waiver
by either party be taken or held to be a waiver of any other
provision. No rights under this agreement may be waived and no
modification or amendment to this agreement may be made except
by written amendment executed by the parties.
5.6 Headings. All headings in this Contract have been
inserted for convenient reference only and shall not in any
manner be construed as modifying, amending, or affecting in any
way the express terms and provisions hereof.
5.7 Notice. All notices required under this Contract
shall be sent by certified mail, return receipt requested, as
follows:
TEST:
Notices to Purchaser: Tonkawa Springs Incorporated and
Greenwood Hills, Inc.
11607 N. Lamar
Austin, Texas 78753
Notices to City: Bob Bennett
City Manager
City Hall
214 E. Main Street
Round Rock, Texas 78664
EXECUTED THIS g /TO DAY OF P'A/YYlfl2/tiJ , 1984.
J` anne Land, City Secretary
By
J
- 8 -
TONKAWA SPRINGS INCORPORATED
116x7 N. Lamar
Aus xas 78753
y, Pres
GREEN
BY
Ray Ya
dent
resident
CITY OF ROUND ROCK, TEXAS
By ��:t4
Mike Robinson, Mayor
LAW OFFICES OF
JOE B. McMASTER. P.C.
JOE B. M MASTER
LEE NORTON OAIN
CYNTHIA WHITLOW
JOHN B MCMASTER
Mr. Don Wolf
City Attorney
Round Rock City Hall
214 E. Main
Round Rock, Texas 78664
Dear Mr. Wolf
CW: df
McMASTER & BAIN
ATTORNEYS AT LAW
114 WEST EIGHTH STREET, POST OFFICE BOX 627
GEORGETOWN, TEXAS 78626
December 24, 1985
Pursuant to our phone conversation today, I am sending you a
copy of the Water Supply Contract between Tonkawa Springs -Great
Oaks Water System and the City of Round Rock. As I mentioned,
Tonkawa Springs, Inc. and Greenwood Hills Inc. are in the process
of conveying their water system to Tal Tex, Inc.. The address of
the corporation is P.O. Box 525, Leander, Texas 78641. The
President of the corporation is Terry Tuttle. The Water Supply
Contract needs to be assigned to Tal Tex, Inc.. Would you please
bring this matter before the City Council at the next meeting on
January 9th? We wish the City to approve the assignment.
Please let me know if you need any further information.
Thank you for your time and cooperation.
Very truly yours,
(il cT
Cynthia Whitlow
AREA CODE 512
TELEPHONE 863 -0531
255 -3709
2,t4
TEXAS
ATTEST:
/WY] /KB alq 4
NNE LAND, City Secretary
RESOLUTION NO. .4 1 44-0 ) --
WHEREAS, Tonkawa Springs Incorporated has requested to
purchase water from the City of Round Rock, and
WHEREAS, the Council wishes to sell water to Tonkawa Springs
Incorporated pursuant to the terms and conditions of the attached
contract, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
That the Mayor of the City of Round Rock, Texas, is hereby
authorized and directed to execute on behalf of the City, a Water
Supply Contract with Tonkawa Springs Incorporated, a copy of such
contract being attached hereto and incorporated herein for all
purposes. p
RESOLVED this 1 r7 Tn day of , 19 At
MIKE ROBINSON, Mayor
City of Round Rock, Texas
2/F
THE STATE OF TEXAS
§
COUNTY OF WILLIAMSON §
WATER SUPPLY CONTRACT
Whereas, the City of Round Rock, Texas, hereinafter called
"City ", owns and operates a potable water supply system,
hereinafter called "System "; and,
Whereas, City adopted Ordinance No. 269 on January 8,
1976, and No. 271 on January 15, 1976, which ordinances esta-
blished conditions for the City to provide water and sewer
service in areas outside the City limits; and,
Whereas, the Tonkawa Springs - Great Oaks Water System,
comprised of Tonkawa Springs Incorporated, and Greenwood Hills,
Inc., hereinafter collectively called "Purchaser ", desires to
purchase water from City; and,
Whereas, the City finds that it can sell water to Pur-
chaser for residential and commercial purposes outside the City
without impairing services within the City; and,
Whereas, Purchaser desires to make a connection to City's
system and receive water from City to serve Tonkawa Springs and
Great Oaks subdivisions, situated outside the corporate limits
of City;
NOW, THEREFORE, the parties hereto do agree and contract
as follows:
I. QUALITY AND TREATMENT
1.1 Local, State, and Federal Standards. The City shall
furnish potable water at the Point of Delivery which has been
treated by chlorination and such other treatment as may in the
future be directed by the city of Round Rock in order to meet
the applicable potable water quality standards of the Texas
Department of Health Resources, the Environmental Protection
Agency, or any other local, state, or federal agency which has
jurisdiction to establish such standards.
II. QUANTITY, MEASUREMENT AND BILLING
2.1 Supply. City agrees to furnish to Purchaser at
Point of Delivery such quantities of water as may be required
by Purchaser, not to exceed 200,000 gallons per day peak flow;
provided, however, that City shall not be obligated to supply
water to Purchaser until two (2) hours after receipt of written
notice from Purchaser that Purchaser requires City to supply
water; provided, however, that in the event of an emergency,
- purchase may be made without notice, with notice to be given
within forty -eight (48) hours after purchase commences; and
further provided, that City shall not be obligated to supply
water to Purchaser (or shall not be obligated to provide water
in the quantity requested by Purchaser) if City's governing
body shall adopt a resolution finding that City is unable to
provide such service because of the needs of other users City
is obligated to serve. "Point of Delivery" means the point at
which water passes through a meter and, thereafter, is owned
and controlled by Purchaser, his successors or assigns.
If mandatory water rationing of any type is adopted by the City
Council of the City of Round Rock at any time during the term
of this contract, it is agreed that the quantities of water to
be supplied to Purchaser will be reduced so as not to exceed
125,000 gallons per day peak flow during the term of said
rationing. The goal of the City's drought management plan is
to limit consumption by means of mandatory rationing to 175
gallons per person per day. The 125,000 gallon figure is
equivalent to that level of consumption based on the number of
customers currently served by Purchaser. It is agreed that
Purchaser will pay to City the sums listed below, as liquidated
damages, for each day that use exceeds amounts allowed under
this Contract. City agrees to read the meter daily during any
such rationing period and inform Purchaser daily of any viola-
tions. The schedule for use in excess of allowable limits
during mandatory rationing is as follows:
- 2 -
2/P
First Violation - written warning only
Second Violation - $500.00
Third and Subsequent Violations - $1,000.00 each.
If voluntary water rationing of any type is adopted by the
City Council of the City of Round Rock at any time during the
term of this contract, it is agreed that the quantities of
water to be supplied to Purchaser will be reduced so as not to
exceed 150,000 gallons per day peak flow during the term of
said rationing. It is agreed that Purchaser will pay to City
the sums listed below, as liquidated damages, for each day that
use exceeds amounts allowed under this Contract. City agrees
to read the meter daily during any such rationing period and
inform Purchaser daily of any violations. The schedule for use
in excess of allowable limits during voluntary rationing is as
follows:
First Violation - written warning only
Second Violation - $250.00
Third and Subsequent Violations - $500.00 each
2.2 Metering Equipment. Purchaser, at his sole expense, shall
install at the Point of Delivery the necessary metering
equipmen ? and required devices of standard type to properly •
measure the quantity of water delivered to Purchaser. There-
after, Purchaser shall calibrate such metering equipment at a
reasonable time after a request to do so by City, but not less
frequently than once every twelve (12) months. A meter regis-
tering not more that three percent (3%) above or below the test
result shall be deemed to be accurate. If the meter fails to
register for any period, the amount of water furnished during
such period shall be deemed to be the amount of water delivered
in the corresponding period immediately prior to the failure,
unless the City and the Purchaser shall agree upon a different
amount. The metering equipment register shall be read on or
- 3 -
2/P
about the first day of each month after commencement of service
and again upon termination of service.
2.3 Billing Procedure. City will submit to Purchaser an
itemized statement of the amount of water determined to be
consumed by Purchaser at the Point of Delivery during the
preceding month and a statement of the charges therefor. The
statement dates, due dates, late fees, notice provisions and
disconnect provisions shall all be in accordance with the
ordinances of City and more particularly, Chapter 10, Section
4.D., Code of Ordinances, City of Round Rock, Texas. After
water has ceased to be supplied, the City, at its discretion,
may notify the Purchaser of its intention to declare this
Contract forfeited and null and void. Upon such notice,
Purchaser shall have thirty (30) days to pay all delinquent
charges and penalties in order to reinstate water supply prior
to final action by the City in declaring this Contract for-
feited and null and void.
III. CONDITIONS OF SERVICE
3.1 Rates. Purchaser shall pay City for the water
delivered under this Contract in accordance with the outside
city limits rate, hereinafter called "OCL Rate ", established by
ordinance of the City. Provided, however, such rates to be
supplied under this Contract shall never exceed two times the
lowest inside city limits rate, hereinafter called "ICL Rate ",
per thousand gallons of water delivered to a single residential
customer.
3.2 Purchaser's Delivery of Water. Purchaser is ex-
pressly authorized to resell the water delivered hereunder both
to retail customers and such retail may be a residential or
commercial user.
3.3 Inspection of System. Purchaser shall permit
personnel of the City to conduct periodic inspections of the
Purchaser's system and permit meter reading personnel of the
City to conduct periodic readings of Purchaser's meters if such
readings are deemed necessary by the City. Purchaser shall
- 4 -
ljbb
have the right to accompany City on such inspection.
3.4 Sanitary Control Agreement. Purchaser shall permit
personnel of City to enter upon the property of any and all of
Purchaser's retail or wholesale customers which are served by
water from City, for the purpose of inspecting any and all
connections made by such customers to Purchaser's water lines.
Should the City have reasonable grounds to believe that any
condition exists which might result in contamination of City's
water supply, or jeopardize City's certification by the State
Department of Health Resources, then City shall notify Purchaser
and Purchaser shall immediately correct any such conditions. In
the event Purchaser fails to correct such condition within
forty -eight (48) hours, the City at it sole discretion, may cease
delivering water under this Contract until such condition is
corrected to the satisfaction of City. Nothing herein shall be
construed to impose upon the City the duty and obligation to make
any inspection or to regulate the quality of water beyond City's
metering points to Purchaser. The Purchaser shall be solely
responsible for
employment of all
regulation of the
points.
3.5 Operation of Purchaser's System. Purchaser agrees to
operate its system, and to require any customers of Purchaser to
operate their system, in accordance with all applicable regula-
tions of the City, the Texas Department of Health Resources, and
the Federal Environmental Protection Agency.
3.6 Quality of Water Beyond Point of Delivery. Purchaser
agrees to maintain the quality of water beyond the Point of
Delivery and provide necessary chlorination or other treatment so
as to maintain the quality of water throughout Purchaser's
service area, and Purchaser agrees to submit samples of such
water in accordance with the requirements of the Texas Department
of Health resources.
the operation, maintenance, regulation, and
facilities beyond the metering points, and the
use of all water received by it at the metering
- 5 -
2/P
IV. DESIGN AND CONSTRUCTION
4.1 Connection to System. City agrees to provide for
connection to Purchaser's system at the Point of Delivery with
a four (4) inch line. Purchaser shall bear the costs of such
connection. -
V. GENERAL CONDITIONS
5.1 Terms. The term of this Contract shall be for
ninety (90) days from the date hereof; provided, however, this
contract shall be automatically renewed until terminated by
City pursuant to Section 2.1 herein. If City elects to ter-
minate this agreement pursuant to Section 2.1 herein, City
shall not terminate service until Purchaser has had reasonable
time, which shall be a period not less than thirty (30) nor
more than sixty (60) days, in which to procure alternate
service.
5.2 Force Maleure. In case, by reason of force majeure,
either party hereto shall be rendered unable to carry out its
obligations, fully or in part, under this agreement, other than
the obligation of the Purchaser to make the payment required
under the terms hereof, then, if such party shall give notice
and full particulars of each force majeure in writing to the
other par ty within a reasonable time after occurrence of the
event of cause relied on, the obligation of the party filing
such notice, so far as it is affected by such force majeure,
shall be suspended during the continuance of the inability then
claimed, but for no longer period, and such party shall en-
deavor to remove or overcome such inability with all reasonable
dispatch. The term "force majeure" as employed herein shall
mean, but without limitation, acts of God, strikes, lockouts,
or other industrial disturbances, acts of the public enemy,
war, orders of any kind of the government of the United States,
of the State of Texas, or any civil or military authority,
insurrections, riots, epidemics, landslides, lightning, earth-
quakes, fires, hurricanes, storms, floods, washouts, droughts,
arrests, restraint of government and people, civil distur-
bances, explosions, breakage or other accidents to machinery,
- 6 -
2/F
pipelines or canals, partial or entire failure of water supply
hand inability on the part of the City to deliver water here-
under, or of the Purchaser to receive water hereunder, or on
account of any other causes not reasonable within the control
of the party claiming such inability. The settlement of
strikes and lockouts shall be entirely within the discretion of
the party having the difficulty, and the above requirement that
any force majeuere shall be remedied with all reasonable
dispatch, shall not require the settlement of strikes and
lockouts as acceding to the demands of the opposing party or
parties when such course is unfavorable, in the judgment of the
party having the difficulty. In the event of an extended
shortage of water, or the supply of water available to the City
is otherwise diminished over an extended period of time, this
Contract may be terminated by City on the terms provided in
Section 2.1 and Section 5.1.
5.3 Regulatory Agencies.
Purchaser will comply with
all applicable statutes, rules, and regulations as may now
exist and as may be promulgated by the city, the State of Texas
and its administrative agencies, and the Federal Government and
its administrative agencies. Purchaser and City will collabor-
ate in obtaining any permits or certificates as may be required
to comply with any such laws, rules, or regulations.
5.4 Notice of Violation. In the event that either the
City or the Purchaser shall violate any of the terms of this
Contract, the aggrieved party shall promptly notify the other
party of the violation. In the event such violation is not
cured within fifteen (15) days after the receipt of such
notice, the party sending the notice at its discretion, may
notify the other party of its intention to declare this Con-
tract forfeited and null and void. Upon receipt of such
notice, the deliquent party shall have fifteen (15) days to
cure such violation prior to final action by the other party
declaring this Contract forfeited and null and void. Any
notice requirement under the terms of this agreement shall be
- 7 -
c• 2JF
in writing and shall be delivered by certified mail in accord-
ance with Section 6.7, herein.
5.5 Waiver. No failure on the part of either party to
this Contract to require the performance by the other party of
any portion of this Contract shall in any way affect either
party's right to enforce such provision, nor shall any waiver
by either party be taken or held to be a waiver of any other
provision. No rights under this agreement may be waived and no
modification or amendment to this agreement may be made except
by written amendment executed by the parties.
5.6 Headings. All headings in this Contract have been
inserted for convenient reference only and shall not in any
manner be construed as modifying, amending, or affecting in any
way the express terms and provisions hereof.
5.7 Notice. All notices required under this Contract
shall be sent by certified mail, return receipt requested, as
follows:
TEST:
Notices to Purchaser:
Notices to City:
Tonkawa Springs Incorporated and
Greenwood Hills, Inc.
11607 N. Lamar
Austin, Texas 78753
Bob Bennett
City Manager
City Hall
214 E. Main Street
Round Rock, Texas 78664
EXECUTED THIS p? OF �.�'.P�YYI.YJ�FhJ , 1984.
S` anne Land, City Secretary
By
J
TONKAWA SPRINGS INCORPORATED
11617 N. Lamar
Au �� - xas 78753
D HILLS, INC.
BY UY Z
Ray Ya <president
GREEN
- 8 -
ent
CITY OF ROUND ROCK, TEXAS
By
Mike Robinson, Mayor
•
144
August 14, 1986
(7)
Councilmen Culpepper
Councilwoman Lee
Mayor Pro -tem Heiligenstein
Noes: None
ACTION: The motion carried unanimously.
88. Consider appointments to the Sister City Committee. Four appointments
need to be made to the Sister City Committee. These appointments are not
scheduled until August 28, 1986 but staff wanted to ask Council to announce
this at a public meeting. The four places to be considered are currently held
by Carolyn McHugh, Fred Howard, Mary Newton and Betty Mathews. Of the four
only Betty Mathews has expressed a desire to be reappointed.
RESOLUTIONS:
(9A "Consider a author izing the Mayor
contract with Tat - Tex. This item was tabled at the last meeting in order to
give staff, the contract review committee and participants time to negotiate
the contract. Negotiations are still underway to make the contract in line
with the City's other water contracts. The contract review committee
recommended the cancellation of the current contract and rewrite another water
contract.
MOTION: Councilman King moved to take this item off the table at this
time. Councilman Culpepper seconded the motion.
VOTE: Ayes: Councilman King
Councilman Correa
Councilman Jean
Councilman Culpepper
Councilwoman Lee
Mayor Pro -tem Heiligenstein
Noes: None
ACTION: The motion carried unanimously.
Jim Nuse went over staff reasons for cancellation and rewriting of the
contract.
MOTION: Councilman King moved to terminate the existing contract with
Tel - Tex. Councilman Jean seconded the motion.
VOTE: Ayes: Councilman King
Councilman Correa
Councilman Jean
Councilman Culpepper
August 14, 1986
need to document the easement.
Councilwoman Lee
Mayor Pro -tem Heiligenstein
Noes: None
ACTION: The motion carried unanimously.
98. Consider a resolution authorizing the Mayor to execute a Public
Utility Easement. This easement will place the Southwest Interceptor through a
drainage Channel in Chisholm Valley. This area is dedicated park land and we
RESOLUTION NO.
WHEREAS, the City of Round Rock is expanding its sewer collection system in
Southwest Round Rock; and
WHEREAS, it is in the best interest of the City of Round Rock to provide an
easement for utilities, Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS
That the Mayor be and is hereby authorized and directed to execute a Public
Utility Easement, a copy of such agreement being attached hereto and
incorporated herein for all purposes.
RESOLVED this 14th day of August, 1986.
ATTEST:
MIKE ROBINSON, Mayor
City of Round Rock, Texas
JOANNE LAND, City Secretary
MOTION: Councilman Culpepper moved to adopt the resolution. Councilman
Correa seconded the motion.
VOTE: Ayes: Councilman King
Councilman Correa
Councilman Jean
Councilman Culpepper
Councilwoman Lee
Mayor Pro -tem Heiligenstein
Noes: None
ACTION: The motion carried unanimously.
9C. Consider a resolution authorizing the Mayor to enter into a contract
with Staker Paving Company for the 1986 Street Maintenance Project. The
project is the annual Sealcoat /Overlay contract. The contractor's
qualifications have been checked and staff recommends the contract be awarded
to Staker for their bid total of $110,000.
RESOLUTION NO.
WHEREAS, the City has duly advertised for bids for the 1986 Street
Maintenance Project; and
WHEREAS, Staker Paving Company, submitted the lowest and best bid; and
(8)
145
. s ti
January 9, 1986
VOTE: Ayes: Councilman Heiligenstein
Councilman Howell
Councilman Correa
Councilman Jean
Councilman Culpepper
Councilwoman Lee
Mayor Robinson
Noes: None
ACTION: The motion carried unanimously.
11C. Consider bids and a resolution authorizing the purchase of shelving and
study carrels for the Library. Dale Ricklefs made the staff presentation. R. J.
Sheppard and Associates submitted a bid for $18,182 for shelving and two study carrels.
The cost includes installation and rearrangement of present shelving. Total cost
comes under the budgeted amount for this phase of library expansion. Also, having
checked with RRISD who has worked with this library furniture representative in the
past, staff feels comfortable in recommending that a contract be entered into as
written in the bid specifications. Council requested that this item be tabled to
later in the meeting in order to allow staff and Council to review the specifications
before Council action is taken.
MOTION: Councilwoman Lee moved to table this item to later in the meeting.
The motion was seconded by Councilman Culpepper.
VOTE: Ayes: Councilman Heiligenstein
Councilman Howell
Councilman Correa
Councilman Jean
Councilman Culpepper
Councilwoman Lee
Mayor Robinson
Noes: None
ACTION: The motion carried unanimously.
=11' 7"" a authorizing- -the ass g ent t f- - the - Tonkawa_Spiingsp
(W3fer_Contrac.t.,.to Tal"Tex, nc. Mayor Robinson read the necessary resolution
as follows:
RESOLUTION NO.
� 17
WHEREAS, Tonkawa Springs Incorporated and Greenwood Hills, Inc.
presently have a contract to purchase water from the City of Round
Rock; and
WHEREAS, Tonkawa Springs Incorporatd and Greenwood Hills, Inc.
are in the process of conveying their water system to Tal Tex, Inc.; and
7
Janaury 9, 1986
WHEREAS, the parties to the conveyance request that the Council
of the City of Round Rock, Texas approve the assignment of the water
contract to Tal Tex, Inc., Now Therefore,
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS
That the City Council hereby consents to the assignment of the
water contract between the City of Round Rock and Tonkawa Springs
Incorporated and Greenwood Hills, Inc. to Tal Tex, Inc.
RESOLVED this 9th day of January, 1986.
ATTEST:
MIKE ROBINSON, Mayor
City of Round Rock, Texas
JOANNE LAND, City Secretary
Don Wolf made the staff presentation. Wolf explained that the terms of the
contract are not changing only the ownership of the system. Wolf gave background
information concerning the new owners of the system. Councilman Howell said he felt
now might be a good time to modify the terms of the contract if need be. Sam Huey
expressed some concern with the rate structure.
MOTION: Councilwoman Lee moved to table this resolution to January 23, 1986.
The motion was seconded by Councilman Howell.
VOTE: Ayes: Councilman Heiligenstein
Councilman Howell
Councilman Correa
Councilman Jean
Councilman Culpepper
Councilwoman Lee
Mayor Robinson
Noes: None
ACTION: The motion carried unanimously.
11E. Consider a resolution ratifying the Mayor's signature of acceptance letter
for the South Fire Station Site. Tom Kouri has donated approximately one acre of
land to be used for the site of our south fire station. This item ratifys the Mayor's
acceptance of the property. The resolution was read by Mayor Robinson:
RESOLUTION NO.
WHEREAS, In 1985 Tom Kouri prepared a gift deed and letter of
acceptance by which he gave, granted and conveyed to the City of
Round Rock a certain parcel of real estate; and
WHEREAS, Mr. Kouri prepared these documents after the regular
December City Council meeting dates; and
WHEREAS, Mayor Mike Robinson executed the letter of acceptance
and
WHEREAS, it is necessary for the Council of the City of Round
Rock to ratify the Mayor's act; Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS
That the City Council of the City of Round Rock, Texas hereby
ratifies the Mayor's execution of a letter of acceptance of a site
for a fire station and access road given, granted and conveyed by
Mr. Tom Kouri.
RESOLVED this 9th day of January, 1986.
ATTEST:
.4Om .AND, City Secretary
MIKE ROBINSON, Mayor
City of Round Rock, Texas