CM-09-05-088ROUND ROCK, TEXAS
PURPOSE. PASSION. PROSPERITY.
Mayor
Alan McGraw
Mayor Pro -tem
Joe Clifford
Councilmembers
Rufus Honeycutt
George White
Carlos T. Salinas
Scott Rhode
Kris Whitfield
City Manager
James R. Nuse, P.E.
City Attorney
Stephan L. Sheets
cm- U-per'DB`6
May 15, 2009
Terron Evertson, P.E.
TxDOT - Austin District
P. 0. Drawer 15426
Austin, TX 78761-5426
RE: ROW CSJ 2211-02-020 — Utility Assembly Documents for FM 1460
from 0.4 miles north of Old Settlers to 0.4 miles north of US 79
Dear Mr. Evertson:
As provided by your office, please find enclosed the front page of the
Standard Utility Agreement and the Utility Joint Use Acknowledgement
Reimbursable Utility Adjustment, which include the updated project
information. If you need any further assistance, do not hesitate to
contact Mr. David Bartels at 671-2760.
Sincerely,
es R. Nuse, P.E.
anager
Enclosure
cc: David Bartels, Public Works
CITY OF ROUND ROCK ADMINISTRATION DEPARTMENT, 221 East Main Street • Round Rock, Texas 78664
Phone 512.218.5401 • Fax 512.218.7097 • www.roundrocktexas.gov
w---
Form ROW -U-35
Rev. 12/2004
Replaces Form D-15-35, D-15-131, D-15-132, D-15 133, D-15-134 and D-15-137
GSD -EPC
Page 1
C ?YIP" -
STANDARD UTILITY AGREEMENT
District: Austin
Federal Project No.: N/A
ROW CSJ: 2211-02-020
Highway Project Letting Date: May 2009
U -Number: U12911
County: Williamson
Highway: FM 1460
From: 0.4 miles north of Old Settlers
To: 0.4 miles north of US 79
This Agreement by and between the State of Texas, acting by and through the Texas Transportation
Commission, ("State"), and City of Round Rock, ("Utility"), acting by and through its duly authorized
representative, shall be effective on the date of approval and execution by and on behalf of the State.
WHEREAS, the State has deemed it necessary to make certain highway improvements as designated by the
State and approved by the Federal Highway Administration within the limits of the highway as indicated above;
WHEREAS, the proposed highway improvements will necessitate the adjustment, removal, and/or relocation of
certain facilities of Utility as indicated in the following statement of work: install six (6) inch, eight (8) inch and 16
inch water lines including fire hydrants, valves, casings, bends, tees, plugs and sleeves from highway Station
365+98 to Highway Station 433+64 at a minimum depth of 42 inches; install a 24 inch split casing around existing
twelve (12) inch sanitary sewer line at Highway Station 411+02; plug existing and remove and dispose of a 20
inch sanitary sewer force main from Highway Station 421+53 to Highway Station 450+00; and more specifically
shown in Utility's plans, specifications and estimated costs, which are attached hereto as Attachment "A".
WHEREAS, the State will participate in the costs of the adjustment, removal, and/or relocation of certain facilities
to the extent as may be eligible for State and/or Federal participation.
WHEREAS, the State, upon receipt of evidence it deems sufficient, acknowledges Utility's interest in certain
lands and/or facilities that entitle it to reimbursement for the adjustment, removal, and relocation of certain of its
facilities located upon the lands as indicated in the statement of work above.
NOW, THEREFORE, BE IT AGREED:
The State will pay to Utility the costs incurred in adjustment, removal, and/or relocation of Utility's facilities up to
the amount said costs may be eligible for State participation.
The State and Utility agree that all conduct under this agreement, including but not limited to the adjustment,
removal and relocation of the facility, the development and reimbursement of costs, any environmental
requirements, and retention of records will be in accordance with 23 CFR 645, Subparts A & B and all other
applicable federal and state laws, rules and regulations. Utility agrees to supply, upon request by the State,
proof of compliance with the aforementioned laws, rules and regulations prior to the commencement of
construction.
The Utility agrees to develop relocation or adjustment costs by accumulating actual direct and related indirect
costs in accordance with a work order accounting procedure prescribed by State, or may, with the State's
approval, accumulate actual direct and related indirect costs in accordance with an established accounting
procedure developed by Utility. Bills for work hereunder will be submitted to State not later than 90 days after
completion of the work.
When requested, the State will make intermediate payments at not less than monthly intervals to Utility when
properly billed and such payments will not exceed 80 percent (80%) of the eligible cost as shown in each such
billing. In addition, the State will make a payment, before audit, which will bring the total percentage paid to the
Utility up to the 90% eligible cost. Intermediate payments shall not be construed as final payment for any items
included in the intermediate payment.
Form ROW-U-JUAA
Rev. 12/2004
Replaces Forms D -15-24A and D -15-80A
GSD -EPC
Page 1 of 2
C(1 PY
UTILITY JOINT USE ACKNOWLEDGEMENT
REIMBURSABLE UTILITY ADJUSTMENT
District: Austin
Federal Project No.: N/A
ROW CSJ: 2211-02-020
Projected Highway Letting Date: May 2009
U -Number: U12911
County: Williamson
Highway: FM 1460
From: 0.4 miles north of Old Settlers
To: 0.4 miles north of US 79
WHEREAS, the State of Texas, ("State"), acting by and through the Texas Department of Transportation
("TxDOT'), proposes to make certain highway improvements on that section of the above -indicated highway; and
WHEREAS, the the City of Round Rock, ("Owner'), proposes to adjust or relocate certain of its facilities, if
applicable, and retain title to any property rights it may have on, along or across, and within or over such limits of
the highway right of way as indicated by the location map attached hereto.
NOW, THEREFORE, in consideration of the covenants and acknowledgements herein contained, the parties
mutually agree as follows:
It is agreed that joint usage for both highway and utility purposes will be made of the area within the highway right
of way limits as such area is defined and to the extent indicated on the aforementioned plans or sketches. Nothing
in this Acknowledgement shall serve to modify or extinguish any interest vested in Owner in the event the current
facilities are retained, altered, modified, added to, or constructed on additional facilities presently located within the
above described area. This interest is retained provided that if existing facilities are to be altered or modified, or
new facilities constructed within said area, the Owner agrees to notify TxDOT at least 30 days prior to the
beginning of construction, and to furnish necessary plans showing location, type of construction and methods to
be used for protection of traffic. If, in the opinion of TxDOT, such alteration, modification or new construction is in
conflict with the current highway or planned future highway improvements could endanger the traveling public
using said highway, or be contrary to the recitals as set out above, TxDOT shall have the right to prescribe such
regulations as deemed necessary to rectify the problem. These regulations shall not, however, extend to the
requiring of the placement of intended overhead lines underground or the routing of any lines outside of the area
of joint usage above described.
If Owner's facilities are located along a controlled access highway, Owner agrees that ingress and egress for
servicing its facilities will be limited to frontage roads where provided, nearby or adjacent public roads and streets,
or trails along or near the highway right of way lines which only connect to an intersecting road. Entry may be
made to the outer portion of the highway right of way from any one or all access points. Where supports,
manholes or other appurtenances of the Owner's facilities are located in medians or interchange areas, access
from the through -traffic roadways or ramps will be allowed by permit issued by the State to the Owner setting forth
the conditions for policing and other controls to protect highway users. In an emergency situation, if the means of
access or service operations as herein provided will not permit emergency repairs as required for the safety and
welfare of the public, the Owner shall have a temporary right of access to and from the through -traffic roadways
and ramps as necessary to accomplish the required repairs, provided TxDOT is notified immediately when such
repairs are initiated and adequate provision is made by Owner for the convenience and safety of highway traffic.
Except as expressly provided herein, the Owner's rights of access to the through -traffic roadways and/or ramps
shall be subject to the same rules and regulations as apply to the general public.
If Owner's facilities are located along a non -controlled access highway, the Owners rights of ingress and egress
to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general
public.
DATE: May 13, 2009
SUBJECT: City Manager Approval — May 15, 2009
ITEM: Consider executing the front page of the Standard Utility Agreement and the
Utility Joint Use Acknowledgement Reimbursable Utility Adjustment with the
Texas Department of Transportation regarding the FM 1460 Widening Project.
Department:
Staff Person:
Justification:
Transportation Services
Thomas E. Word, Jr., P.E., Chief of Public Works Operations
Due to changes made by TxDOT to the project limits and project timing, the front pages of the
Standard Utility Agreement and the Utility Joint Use Acknowledgement Reimbursable Utility
Adjustment were updated to reflect the following changes -- change the U -Number from "U1-
1150" to "U12911"; change the ROW CSJ from "2211-02-014" to "2211-02-020"; change the
letting date from "September 2007" to "May 2009"; and the project limits from "2.958 Miles
North of US 79 to US 79" to "0.4 miles north of Old Settlers to 0.4 miles north of US 79". Both
documents are part of the Standard Texas Department of Transportation Utility Agreement
previously submitted by the City to TxDOT in 2006.
Funding:
Cost: N/A
Source of funds: 4b Corporation
Outside Resources:
Texas Department of Transportation
Background Information:
A six (6) inch, eight (8) inch and 16 inch waterline and a 20 inch wastewater force main are in
conflict with the widening of FM 1460. A portion of the water lines are located in public utility
easements, so the City is eligible for reimbursement of the costs associated with adjusting,
removing and/or relocating the water lines. The City could be eligible for reimbursement of up
to 90% of allowable costs.
Public Comment: N/A
UPDATED APRIL 2008
I
of Tnompsopien
Form ROW-U-35
Rev. 12/2004
Replaces Form 0-15-35, D-15-131, D-15-132, D-15 133, D-15-134 and D-15-137
GSD-EPC
Page 1
STANDARD UTILITY AGREEMENT
District Austin
Federal Project No.: N/A
ROW CSJ: 2211-02-020
Highway Project Letting Date: May 2009
U -Number: U12911
County: Williamson
Highway: FM 1460
From: 0.4 miles north of Old Settlers
To: 0.4 miles north of US 79
This Agreement by and between the State of Texas, acting by and through the Texas Transportation
Commission, ("State"), and City of Round Rock, ("Utility"), acting by and through its duly authorized
representative, shall be effective on the date of approval and execution by and on behalf of the State.
WHEREAS, the State has deemed it necessary to make certain highway improvements as designated by the
State and approved by the Federal Highway Administration within the limits of the highway as indicated above;
WHEREAS, the proposed highway improvements will necessitate the adjustment, removal, and/or relocation of
certain facilities of Utility as indicated in the following statement of work: install six (6) inch, eight (8) inch and 16
inch water lines including fire hydrants, valves, casings, bends, tees, plugs and sleeves from highway Station
365+98 to Highway Station 433+64 at a minimum depth of 42 inches; install a 24 inch split casing around existing
twelve (12) inch sanitary sewer line at Highway Station 411+02; plug existing and remove and dispose of a 20
inch sanitary sewer force main from Highway Station 421+53 to Highway Station 450+00; and more specifically
shown in Utility's plans, specifications and estimated costs, which are attached hereto as Attachment "A".
WHEREAS, the State will participate in the costs of the adjustment, removal, and/or relocation of certain facilities
to the extent as may be eligible for State and/or Federal participation.
WHEREAS, the State, upon receipt of evidence it deems sufficient, acknowledges Utility's interest in certain
lands and/or facilities that entitle it to reimbursement for the adjustment, removal, and relocation of certain of its
facilities located upon the lands as indicated in the statement of work above.
NOW, THEREFORE, BE IT AGREED:
The State will pay to Utility the costs incurred in adjustment, removal, and/or relocation of Utility's facilities up to
the amount said costs may be eligible for State participation.
The State and Utility agree that all conduct under this agreement, including but not limited to the adjustment,
removal and relocation of the facility, the development and reimbursement of costs, any environmental
requirements, and retention of records will be in accordance with 23 CFR 645, Subparts A & B and all other
applicable federal and state laws, rules and regulations. Utility agrees to supply, upon request by the State,
proof of compliance with the aforementioned laws, rules and regulations prior to the commencement of
construction.
The Utility agrees to develop relocation or adjustment costs by accumulating actual direct and related indirect
costs in accordance with a work order accounting procedure prescribed by State, or may, with the State's
approval, accumulate actual direct and related indirect costs in accordance with an established accounting
procedure developed by Utility. Bills for work hereunder will be submitted to State not later than 90 days after
completion of the work.
When requested, the State will make intermediate payments at not less than monthly intervals to Utility when
properly billed and such payments will not exceed 80 percent (80%) of the eligible cost as shown in each such
billing. In addition, the State will make a payment, before audit, which will bring the total percentage paid to the
Utility up to the 90% eligible cost. Intermediate payments shall not be construed as final payment for any items
included in the intermediate payment.
Form ROW -U-35
Rev. 12/2004
Page 2
Alternatively, State agrees to pay Utility an agreed lump sum of $0.00 as supported by the attached estimated
costs. The State will, upon satisfactory completion of the adjustments, removals, and/or relocations and upon
receipt of a final billing, make payment to Utility in the agreed amount.
Upon execution of this agreement by both parties hereto, the State will, by written notice, authorize the Utility to
proceed with the necessary adjustment, removal, and/or relocation. Utility agrees to proceed in such a manner
that will not result in avoidable delay or interference with the State's highway construction. Should Utility by its
actions cause interference or delay resulting in the imposition of damages upon the State by a third party, Utility
agrees to indemnify the State for said damages.
The State will, upon satisfactory completion of the relocation or adjustment and upon receipt of final billing
prepared in an approved form and manner, make payment in the amount of 90 percent (90%) of the eligible costs
as shown in the final billing prior to audit and after such audit shall make an additional final payment totaling the
reimbursement amount found eligible for State reimbursement.
Unless an item below is stricken and initialed by the State, this agreement in its entirety consists of the following:
1. Standard Utility Agreement;
2. Plans, Specifications, and Estimated Costs (Attachment "A");
3. Utility's Accounting Method (Attachment "B");
4. Utility's Schedule of Work and Estimated Date of Completion (Attachment "C");
5. Statement Covering Contract Work — ROW -U-48 (Attachment "D");
6. Eligibility Ratio (Attachment"F");
7. Betterment Calculation and Estimates (Attachment "G");
8. Proof of Property Interest — ROW -U-1 A, ROW -U-1 B, or ROW -U-1 C (Attachment "H");
9. Inclusion in Highway Construction Contract (if applicable) (Attachment "I"); and
10. Utility Joint Use Acknowledgment — ROW -U-JUA (Attachment "E").
AH attachments are included herein as if fully set forth. In the event it is determined that a substantial change
from the statement of work contained in this agreement is required, reimbursement therefore shall be limited to
costs covered by a modification of this agreement or a written change or extra work order approved by the State.
The Utility agrees to provide "as -built" plans to the State within ninety (90) days of completion of the adjustment
or relocation.
This agreement is subject to cancellation by the State at any time up to the date that work under this agreement
has been authorized and that such cancellation will not create any liability on the part of the State.
The State Auditor may conduct an audit or investigation of any entity receiving funds from the State directly under
this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this
contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the State
Auditor, under the direction of the Legislative Audit Committee, to conduct an audit or investigation in connection
with those funds.
The Utility by execution of this agreement does not waive any of the rights which Utility may have within the
limits of the law.
It is expressly understood that the Utility conducts the adjustment, removal, or relocation at its own risk, and that
the Utility agrees to indemnify and hold the State harmless for damage to existing facilities caused by the
Utility's conduct.
The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the
party represented.
Form ROW -U-35
Rev. 12/2004
Page 3
UTILITY
Utility:City of Round Rock
Date: ki k
EXECUTION RE MM'NDED:
tin, Texas District *
THE STATE OF TEXAS
Executed and approved for the Texas
Transportation Commission for the purpose and
effect of activating and/or carrying out the orders,
established policies or work programs heretofore
approved and authorized by the Texas
Transportation Com . ission.
By:
Date:
* For locally -executed agreements, ROW Administrator recommends execution; otherwise District Engineer (or designee) .
** For locally -executed agreements, District Engineer (or designee) approves and executes; otherwise ROW Division Director.
ATTACHMENT "A"
Plans, Specifications, and Estimated Costs
(Revised October 16, 2007)
Print - Maps
Live Search Maps
F RE E! Use Live Search 411 to find
movie:Tv businesses 2 more 800 -CALL- 411,
EvErov,Eu
Virtual Earth -
44
4 448
444
0
;,,i4ttleinem
2ck
sellers Blvd
4 241
eveave
Lake
Lake Park
sow.,13.(.4
09
N,
yarn
c
44
6.341-33, Pri
00
„
pro a
Lr,
.r.r, 015
Beth
...,,,
Gi.4. StP'k
0-
44 a, ,
..,
S,,.. '''
Pok'9, ''''
,..
I
,..... , R,',, 3
,-,,
ap tir3,,,Por. {-g,IY 5
,T,
9 . ''''.4
„arta P' 11: ,,,,,,,:01,,,
..;
4 -
Valaga
Park
ek
1, t.tig- Ur
Road ',4,g,
g
g.t
gIC
' 8 Palm
E3 -
t —
vviktvisart
Vita Earth'''
1460
• 11121
sa
' .' r ar: % •
; •.', ••••••.••• ,n
ik
It„.1 ..„„:.::.,),k•g!••••.,'.„i•li.::'••••
lt Olti3.:::.,...!.3.:;.11..:,:,....1.,11 .* 1:
I. . 3134061 i
Sdttldirid '`ii".
. .
z Park. at t
tk. tr Palm r art ;
....11131t 9
. rilaitayar - ,
.......:IiJ*:,
3s::,„. a r'dr,,,,,;rapaartErnatirilmooir0
'
7;. in
r.1620lEiiii.,33 :',.• Round Rock
4...„.
:t
T, ry • i'. ' .3P i'
tsr
,41
113
reihr8tirAt'Al
C12008 Morasoft
1-
;`,.., Sg
gg-gg, g g
gt,
g g,
gi
g g
e
OpcO
Cirde
84 0)
400
1 fai,
5 44'
44
,1
Lat AMA Dr
1450
4460 3
B:vd
13,,,bione
2
E Palm VaLiev vd
gAgr
Vaann
Caranank
http://maps.live.com/print.aspx?mkt=en-us&z=-15&s=r&cp=p2nryy6vvwkd&pt=pb
0351)8 048-eeq 0002088 Morosoft
W
0
0
O
W
cn
0
0
W
O
O
0'
O:
W
tn
0
W
N
U;
•
O
W.
O
0
m
co
V
W
O
STA. 347+74.14
EL - 732.48
BEGIN PERMANENT PgVEMENT I
STUB FOR FUTURE ETENSYON,I
VPI STA.
EL.- 731.
2
49+00:00
A
h
r
6
m
0
0
VPI STA. 354+50.00
EL.- 726.94
O S R
g
z
0�
m
0
✓
z
3 0
BEGIN PROJECT TO STA. 35700
m
0)
O
V
O
VPC STA. 348+25.00
VPT STA. 349+75.00
VPC STA. 353+70.00
VPT STA. 355+30.00
mvmvmvm
x A x A x A x
MOI •d0ad
0
MC
Mm
PUS .,ss 3anlnj
"M'O f•doad
06+t5£ 'V1S J. 3AlnO
MATCH LINE
STA 357+00
Z
O
ocia1
z u)r- N
mv�
Pg-
m-120
mm�
MM -13 r N
v n)
go 0
\it
0M -r,
)1,
vN
mm
m
C/
c
m�
110
m
n
0
0
O
0
0
m.
0
W
0)
0
0
0
w
0)
0
0
w
0)
0
0
W.
0'
0
C4
0)
0
w
U
O
w
rn
0)
0
0
W
0)
v
•
0
room
Z
00
-IO)
0 0
J�F
V
0
V
O
VPC STA. 357*25.00
VPT STA. 358+75:00
W
0
0
0
VPI STA. 358*00.00
EL.- 728.34
0
ut
I
UN11089 ONI1SIx3
r-----j----- ..--a
VPI ST4, 366.3n.00'
L.- 71§.62
0
O)
N
0
A
0
0
r
z
c 0
•
00+L5£ "ViS
tPLI* WLHd 3.181
I
.0n18 S2:01113S 010 3
)IMVWHON38
U'0£6ZLLOL
z
9
S
z
£6'L4914t£
MATCH LINE STA. 357+00
mm
-4
C
A
m
am
z
V
N
0
m
i 11
mvmvmvr*)
X ApX73xxix
C° O Z Z D
m f* N •• m� m N
m m - 2C7D1mZSC)
r
m
�., N ZDmr7Zr zD
1 ` Z 6 I-4rmc7 -,8
Z 'Z -i -« D' 1
0 � � 0 0 <2 0< m0
rno A t8-4om<Z�N
m �^ v mo <<nvox
n m m ox��mgr=�
c g pzr z'gm'r-r-oDg�o
m o0 xn pZm
0
CD > <0.<0�-4
m m ozzr-
x
-) c AOWO=m0m
o -I-8< - -'
mr
0 mz m (m 0
v
9
PT 359*63.74
.0
co
m
-4 m
ox
m•
MN)
z
4-
oo+B9£
.'O
:9
-73O
IS Si HaLV"
NOTES:
1. SEE SHEET 1 OF 9 FOR NOTES.
CO0
cD
0,
0
W
V
0
0
0
W
V
O
0
W
V'
N'
0'
0
V
O
O
V
O
09$4 WA 5 m •l 0 d
I
R;5 4i
n g
0
0
V
•
I
I •
•
f'
ONf10210 ONI1SIX3
6002 A841411434 01,..100
D
in
5m
z
m
2
mA
M
03o
O D
03 3C
tri
MATCH LINE STA. 368+00
'M'01:1 '1SIX3
W1S 321n1nJ
MATCH LINE STA. 379+00
'S310N 210.E 6 JO L 1331 -IS 33S 3
Z
O
N
V.
O
c'
o'
0:
0
W
co
O
w
00
N
•
0
0
0'
w'
0
o�
w.
m.
•
0
0
w
CO
V
0
0
w
CO
0
O'
0
W
O
o
0
O O
0)
O
0
V
O
0
V
O
N
' "� 00X
„COm cti
nm m•
z
OHO DN
CO
•r
w of
m gr -
0
VPC STA. 379.95.00
0)
01
•0
O
/ VPI STA. 381.50.Oib
▪ EL.- 709.74
co
V
N
0
VPT ;STA..383.05.00
ST -A. 383.05:00
: VPI STA: 384.30.00:
EL.- 700.50
J VPT STA, 385.55,00
Q o411
00+
00+06
O
-71
cE)
E
m
liLgt VOLA 3d81
-gymmgm
om s,-0
o..
rf
0
4).N O(0V)
N 0c_
2
F z
(/)
QZV) ZN
Z jQ
142
N
C
o N
N
-4W
0V
0
N2 -so
4t0- OD
P1
m-
r mm 4
0 m
z
n
MATCH LINE STA. 379+00
PC 380
ASEMENT (TO BE ACQUIRED BY TXDOT)
r
• z
�wg
M q,
z
• m ,
m m
Z
DDZ
mm
w N
P1
m
z
N
R—
{,
nv
'�u u
u° n
u p 1)
•
IA
cc
-c
2m
384 44.81
MATCH LINE STA. 390+00
* W N z
O
Df2*7C m� �0z0 mr-g m V1 N
OM, pC
0•Zy Z0z 00V1n -I0m V1� f2' A O
N!mv Appyn' -flc - of �Q m
SN mO X:o� DZm.1l C N m o
omi� v,, 0 ,ox 0
2n) 'Nc C=;m�Z�D
-4 C
gD �*0 y��oa�� Co
i=�0 2 m
omA QSz m�0��zm
rnr x-+ zo Az. - m
mm m�� 2mOEN� o
0p -(m -0 0
13=12z
r
Z
(NIS
( N
m -c
O
OmM rm
m in :v)
c) -i mm
m -1
z
-48
O
0
O
0
0
O
C.1
0
O
J
O
O
ONfIOaO ONIISIX3
4 -r-- -----
i
•
00'
0'.
CO
0'
0
w
0
0
0
0
41.
0
0
O
0
(3,o
O-11
0
m
-1
VP0 ST9_39450.00 T
r
(
V STA. 396+70x00
0 •
I O
VPI STA: 395*60.00
VPI STA. 397+95.00
EL.- 686.48
v
id
o -m -p
o rn i0
o
0
27 CO
0
C
00+101P 'V1S 01 00+06£ 'd1S
0
F
m
8
tiN
703
liLlk Wlgd 3d81
1
1
399+20.00
O 340
rf
0 g.
{'N 0'.07
N
Nm rn ogo
2Zfn ZN
Z -/
-10 -<0
N
2x _0
c2 N
N C
.4 V)
cO J
(0
NaVWHON38
Oti'LL869L0
£8'9£OLbL£
0
(0
L.L.
z
2
x
z
0
m
z
0
m
m
MATCH LINE STA. 390+00
NON
Nd
vI
700
1V31dAl N1VM301S •S 'dOad —
10
i
{
11
I� {
1
1
1
cirri
-IC+
P1
m
0
•
• .l
PC 31971+19.84
2
0
N
z m
yrym
l7N
mm
m
M -+
z
rn
°
N
0)
(1)P
D
N0 NJ�Z1n
M \
oo0w_, -1 _
D ti
4.
mo mrn--�. Qx1
owm-1rn'mm 01-,17 O�x ... v iF /
is) pZ-1 co Z*O m� cnm 1
v� 0301 Mo �-C1
3- 0 Of m rij
7-I x ZD m t ' t
f x A
<cn 1 1 w i '�
4.
mm z
m MATCH UNE STA. 401+00
z
4-
0 0
mz
orn>
zf
m23m
omo
010-
g*
cr)P1
-1�
vmi r_
mz
vm
M
'S310N 2:10.J 6 JO L 133HS 33S 'L
0
0
0
0
0
0
0
CAS
4
0
(7
0
0
0
0
O
O
0
0
A.
o•
Co
0
0
0
0
0
0
Cn
N
''1 O
O O
m
V
0
V
0
0
NIS tis 38111N
1V01dA1 N"TVM301S .5 'd021d
1
)l
c)
4 $ R
H
a
0
m
0
Z
3
liLHt AMA 3.181
0
r r
D
m
m
0 5m
2
Onz
a..
A N
31s)
P
3
ppU3m
ZU)
Z
x
4 2cq
u)
c
V(J)
0
V
m
0
O
M • v
Z C c
�m
(
mm
Z
yzz
mm
CI) o
b
X N
O
-1 Z
W
m
A8 032JIfOOV
im
0 X
Al N
-I
z°-)
z-
1
NIS ..Z4 321fllfld
HIS „9* 32Jl1l3
C
NN og
I 0v
SCATVI-� Zmo
z
0
,�
MATCH
LINE STA. 412+00
'S310N 2103 6 JO t 133HS 33S 1
0 0
N
N
✓ to
m 0
N
Or0
m
M o
0
0)
0
0
)00
0
0
0
00
±
0
0
0
®t
0 \
to
• It
09ti1, VIA • 'l'0'
\ Piz
o=
0
0
§
0
0)
00+CZi 'V1S Ol OO+ZIi7 'V1S
,
ttLMt Y181.4 11E11
k
SCLZLL9lol
L9'1t60t1£
a
§X
n
m
oz
2§
0
q(
n�
0>
m2
2
mX
§
Q
0
�
°rn
<
'O
o�l
§-10
2m2
m*
rnK$
m2
§§
)f
mm
]m
0
mm9`K
\k)\(
mm/#A
-o*
•\((q
0-4 q -4
ZMr
-zE4
0 o
x2)2
om 7
'S310N 803 6 JO 133HS 33S 't
0
§
$
0
O
O
V
O
V
O
V
O
6
0�
m
0
m
4.
)It YV HON3B
96'09099LOL
z
x
z
c)
ZL'LSSOi'l£
m
z
0
J
N
00
o
0
m
r
m
0:170 X
x JS- :l7 c
03.3.
m� _ao
z �
o=
�czr
mb _g
02Pm
• mMR
—
m- om
rn
273
NOIldI S30
MATCH LINE STA. 423+00
8Tc
p. v
0°x707_1D �� Oi
O x D4, r f.A:,
�Dd°fr� m /::
m -1-4 •
< m m
VI
mm A GAS TEST "TA +ION
- I
55No�
-4 > 4.013
mp-N me
m"mpA zo
•
N O X
n ill.?mN
N »
mnD 02
=
C-0.1,-,.z
NO-
ZD
C 0 •( -ma
me
n D rC)N
= mZm..1�
om yy<wv O9,
m -1x r m
min < xa
'1 D -i m
,P -4-4
m co r
\ -i = m
\ m m f
\ N r fs.
\ -I 1n r-
\
\ x
X
74
to
Po
M =N•
rm
EXS R.O.W
R
EXIST. R.O.W.
m cn
m7.7.m7.rn, 020 V Zm
'rn-n;-naoD D
r"
-7(r1;"
<
bDmmm>01mrN X-C
mm
-1 -1 02-0 . -Zitil m -mi
m (�0mM
<0DvA<mv_ w XJ0 -ziv
PAzNP N v�
m_1��m c k- mm
r m
M -I =N
=o
gg
K--4 0m
73
1111
?0 Z
om mm
fT
m
O7= m1om-Omvm
x m x 73 x m x
tt-r2
m
53.
0 m m 0
g<m<m
m -
--1
10'
Z
m
0
mm
m4
z
mq
-IN
1.07
N
m
82,
m
D
fqtn
,9 mi• 7'• 74$-1
m vm�Ng PL cnfg
--1 COp�D
m i f • m m
mNmA
m i f m r-
• �xtNm
z b r N
-1 tmZD
• V) -,O 0
o K
M m
0 CO -I Z z
o01 > V m A
«U r0 0 Z z
m� mm c g Pz
<Ao mQ, m m m
m m < x o N m
0"'� -4tn m -< b�,
m0 No
Ow -1 c
▪ -m
x CO
o 0� o m
✓ m ,n z
M 2 2
0
m
Z 0°No-ZD
• bb
mnml�
_10,0;037.
ma_--2w
-nY7`N mm =
m) )-4<Z-u aDNvn pc0
mO7Pi. nI
x-
-CM CO
m -I cocci < * Or
0 m Z .. "1-I
m<m • �X r O
m v7
0) f
mr co r-
-4
OD CA •
-4O D
m4 W
m••LOW
r 04
mO
D m
N
1-
0
MATCH LINE STA. 434+00
W N
'S31ON NOd 6 JO L 133HS 33S 1
z
0
m
0)
0
1r
0
0
w
0
0
0,
V
O
0
n
0
V
O
v
w
0
ONf1089 ONIISIX3
VPI STA. 437+90 00
EL.- 718.05.
o"
O
0
0
4
0
W'
0
o'
A
O
O
O ?,
o
O
OD 0
VPT STA. 438+70.00
ii
I
I I
I
1031'08d GN3 'VIS 01 00+-bci? 'VIS
0)
LOLL* 118I3 3d81
PI ST 44''+'0.00
L.- 717.00
MATCH EXIST. PAVEMENT
b00Z Al1tlf I93A 01g.-4.0
)12NWHON39
LS'404S9LOL
z
-4
x
z
O
Zl'L6L04L£
m
z
0
V
CO
V
CO
m
m
NOI1dIaOS3
MATCH LINE STA. 434.00
S3dId '8 SNOfal l.11ll1fl
'd02:1d
00
mm
po
z,
m
cn
0
z
1V3IdAl )ITIM3OIS .G 'dOad
mvmvmvm
xXIxXIQxM4x
co Q -4. 71.0-71.'71
-0Z3M111(4** yy
C O O Z -4 D
• .. N co• • Mm m
m mf f r r
rnz
m 73XINm
z gP1
N co 0 O
o X ➢D
m
CA -1 Am
fn
00 Z Z
35 A 0
m mm
0 (if vi
0 8
L
-1 C
x N
o� m
z
'S3ION WA 6 AOL 133HS 33S 'L
z
O
z
H0af1H3 1NVN3A00 1SIaH0
Design and Construction
Standards
City of Round Rock
Utilities Criteria Manual
Effective January, 2005
f ROUND ROCK. TE;ikS
PUR!'rD;A R?4Y;tw'.. iSXtSPfMRIY
Design and Construction Standards
City of Round Rock, Texas
General Guidelines
Design and Construction Standards
(DACS)
January, 2005
Utility Criteria Manual
SECTION 1 - WATER AND WASTEWATER
1.1.0. GENERAL
The following information is intended to assist engineers and the general public in the
design and construction of water and wastewater facilities. Information herein is to
provide minimum standards for the City of Round Rock (City) requirements only. Sound
engineering judgment shall be provided to determine if these minimum requirements
must be exceeded for a particular engineering design. All water and wastewater design
and construction must comply with the requirements of the State of Texas, when there
is a conflict between State requirements and those contained herein, the more
restrictive shall govern.
1.2.0. SERVICE EXTENSION PROCEDURE
1.2.1. General Information
This section is intended to provide information needed to obtain water and wastewater
service extension approval.
The service extension is not to be interpreted as a vehicle solely for the purpose of
securing a utility commitment, but rather a procurement of rights to install utility mains,
associated facilities and off-site improvements within the City's Water and Wastewater
Service Area. The Water and Wastewater Service Area is the Impact Fee Boundary for
the Water and Wastewater Utility of the City. It is a set of geographic boundaries within
which water or wastewater service may be provided. Properties must be completely
within the service area before service extension can be approved. These water and
wastewater facilities are not extended through capital improvement programs or other
City initiated projects.
A legal lot is an entire lot as shown in a recorded plat; a legal tract is a parcel of land,
created by warranty deed prior to being subject to the platting regulations of the City
that has remained in the same configuration. Utility service cannot be provided without a
land status determination.
1.2.2. Service Extension Guidelines for Processing
A. All properties not within the full -purpose city limits of Round Rock must petition the
City Council for service.
B. All extension requests within the full -purpose city limits not requiring City cost
participation or the City Engineer or Utility Director without any further action may
approve reimbursement.
C. All service extensions requesting City cost participation or reimbursement must be
submitted to the Utility Director for consideration and must be approved by the
Round Rock City Council.
1-3
C. Valves
1. There shall be a valve restrained to the main of each fire hydrant. These and
all valves sixteen (16) inches and smaller, shall be resilient seated gate valves.
In lines larger than sixteen (16) inches and smaller than thirty six (36) inches,
double disc gate valves are specifically required. In lines thirty six (36) inches
and larger, butterfly valves may be used except in areas described below
where double disc gate valves are specifically required.
2. Valves shall be located at the intersection of two (2) or more mains and shall be
spaced so that no more than thirty (30) customers will be without water during a
shutout. For lines smaller than twenty-four (24) inches, typical spacing should
be five hundred (500) linear feet in high-density areas and twelve hundred
(1,200) linear feet in a residential area, with a maximum spacing of one
thousand five hundred (1,500) linear feet. Mains twenty four (24) inches to
thirty (30) inches shall be valved at intervals not to exceed two thousand
(2,000) linear feet. For lines thirty-six (36) inches and larger, valve spacing will
not exceed two thousand five hundred (2,500) linear feet.
3. At dead ends, gate valves shall be located one (1) pipe length, with a twenty
(20) foot minimum, from the end points of the main. In lines larger than sixteen
(16) inches, these shall be double disc gate valves. The Engineer shall provide
and show drawings for complete restraint for all such valves, pipe extensions
and end caps.
4. Branch piping, both new and future branches, shall be separated from the main
with gate valves. In branches larger than sixteen (16) inches these shall be
double disc valves.
5. For mains twelve (12) inches and smaller, valves at street intersections shall be
located at opposite point of curvature (p.c.) of the curb line. 6. All valves from
six (6) inches to thirty (30) inches shall be gate valves. Gate valves shall be
located on each side of a tee or cross (i.e. each tee will require three (3) gate
valves and each cross will require four (4) gate valves to be installed).
7. Double disc gate valves may be required at locations where, in the judgment of
the City Engineer or Utility Director, complete shut out is critical.
8. The operating nut of any valve shall be between eighteen (18) inches and
twenty four (24) inches below finished grade. Extensions of valve nuts shall be
provided as necessary to meet the depth requirement.
9. Valves with valve extensions and those at pressure zone boundaries shall be
equipped with a locking type debris cap.
10. All horizontal gate valves larger than sixteen (16) inches shall have the
operating bonnet located in a vault. All butterfly valves shall have actuators
enclosed in a vault.
11. Valves having "push on" joints are not permitted for fire hydrant leads and
laterals.
D. Fire Hydrants
1-23
1. Fire hydrants shall be placed at a maximum of five hundred (500) foot intervals
along residential streets and a maximum of three hundred (300) foot intervals
along mercantile streets. Specific fire hydrant locations within a commercial,
industrial, or multi -family site shall be coordinated with the City Fire
Department. Consideration shall be given to accessibility and functionality of
position when locating fire hydrants, and such consideration could shorten the
above stated spacings as required by the City Engineer or Utility Director. Fire
hydrants shall be in conformance with AWWA specifications with outlets and
threading suitable for use with City fire protection equipment.
2. If required by the City Engineer or Utility Director, fire hydrants shall be installed
on both sides of all divided road/highways. Roads/highways where opposing
lanes of traffic are separated by a vertical obstruction shall be considered a
divided road/highway.
3. For dead-end mains with no fire hydrant, an acceptable flushing device shall be
required.
4. No private fire hydrants shall be allowed.
5. The entire fire hydrant assembly shall be restrained joints.
E. Services
1. Water services shall be constructed in accordance with the City's Standard
Details. More than two meters on a single service line will be considered on a
case-by-case basis.
2. Individual meter services will not be taken from transmission lines.
Transmission lines are generally considered to be twenty-four (24) inches in
diameter or larger. Exceptions must be approved by EDSD and the W/WVVUD
at the time of plan submittal. The Professional Engineer shall submit a letter
with this request.
F. Water Meters for Multi -Family and Commercial Customers
A master meter shall be required for all building permits issued by the City for all
multi -family, manufactured home rental community, commercial property, or any
other multiple -use facility, unless otherwise approved by the City in the original
development process. The measurement of the quantity of water, if any, consumed
by the occupants of each individual unit shall be provided by the following:
1. Sub -meters, owned by the property owner or manager, for each dwelling unit or
rental unit.
2. An alternative method approved by the Utility Director.
1.8.3. Wastewater Systems
Connection with a TCEQ approved sanitary sewer system shall be required except
where the City Council determines that such connection would require unreasonable
expenditure of funds when compared with alternate methods of sewage disposal.
Where alternate sewage disposal is permitted, the plans for such system must meet the
requirements of the TCEQ and be approved by the Williamson or Travis County Health
1-24
FM 1460 WATER UTILITY RELOCATIONS - REIMURSABLE ITEMS
ROW CSJ: 2211-02-020
CCSJ: 2211-02-015
CITY OF ROUND ROCK, TEXAS
FINAL OPINION OF PROBABLE CONSTRUCTION COST
ITEM
NO.
ESTIMATED
QUANTITY
UNIT
DESCRIPTION
EST. UNIT PRICE
FINAL OPCC
ESTIMATE
BASE BID
1
1
LS
MOBILIZATION
$52,286.80
$52,286.80
2
1
LS
TESTING
$3,000.00
$3,000.00
3
200
LF
JACKING OR BORING PIPE (18 IN) (STEEL)
$500.00
$100,000.00
4
100
LF
JACKING OR BORING PIPE (24 IN) (STEEL)
$650.00
$65,000.00
5
90
LF
JACKING OR BORING PIPE (30 IN) (STEEL)
$900.00
$81,000.00
6
60
LF
ENCASEMENT PIPE (18 IN) (SPLIT)
$200.00
$12,000.00
7
50
LF
ENCASEMENT PIPE (24 IN) (SPLIT)
$300.00
$15,000.00
8
2166
LF
TRENCH EXCAVATION PROTECTION
$2.00
$4,332.00
9
125
LF
PIPE (6 IN) (DUCTILE IRON) (WATER)
$45.00
$5,625.00
10
285
LF
PIPE (8 IN) (C-900 DR -14) (WATER)
$50.00
$14,250.00
11
165
LF
PIPE (12 IN) (C-900 DR -14) (WATER)
$55.00
$9,075.00
12
1423
LF
PIPE (16 IN) (CL 200) (DUCT IRON) (WATER)
$75.00
$106,725.00
13
6
TON
DUCTILE IRON FITTINGS (WATER)
$4,000.00
$24,000.00
14
5
EA
VALVE (6 IN) (GATE) (FIRE HYDRANT)
$1,600.00
$8,000.00
15
4
EA
VALVE (8 IN) (GATE)
$1,700.00
$6,800.00
16
1
EA
VALVE (16 IN) (GATE)
$5,000.00
$5,000.00
17
1
EA
VALVE (12 IN) (TAPPING)
$3,500.00
$3,500.00
18
3
EA
VALVE (16 IN) (TAPPING)
$5,500.00
$16,500.00
19
1
EA
TAPPING SLEEVE & VALVE (16 IN X 12 IN)
$4,000.00
$4,000.00
20
3
EA
TAPPING SLEEVE & VALVE (16 IN X 16 IN)
$5,000.00
$15,000.00
21
1
EA
TAPPING SLEEVE & VALVE (24 IN X 6 IN)
$6,000.00
$6,000.00
22
1
EA
AIR RELEASE & VACUUM VALVE (2 IN)
$2,750.00
$2,750.00
23
5
EA
FIRE HYDRANT
$2,200.00
$11,000.00
24
1
EA
FIRE HYDRANT (TRANSFER LEAD)
$800.00
$800.00
SUBTOTAL =
$571,643.80
ENGINEERING (SEE SUBTOTALS BELOW) =
$119,120.00
TOTAL =
_
$690,763.80
Consulting Engineer Estimate (See Attached Fee Schedules for Details(
DESCRIPTION
FIRM
TOTAL COST
Utility Adjustments
Chiang, Patel & Yerby, Inc. (CRR0159)
$58,190
Reimbursement Assembly Pkg
Chiang, Patel & Yerby, Inc. (CRR0117)
$15,622
Utility Adjustments Updates
Chiang, Patel & Yerby, Inc. (CRR08107)
$14,970
Subconsultants
SAM, Inc. (CRR0159)
$9,930
Subconsultants
Inland Civil Associates, Inc. (CRR0117)
$20,408
TOTAL:
$119,120
y chgrILA-c-T
ATTACHMENT B
CITY OF ROUND ROCK
FM 1460 RECONSTRUCTION
SERVICES TO BE PROVIDED BY THE ENGINEER
The Engineer shall provide engineering and technical services for the construction of necessary City
of Round Rock water and sanitary sewer facility adjustments and/or relocations located within the
Texas Department of Transportation's proposed FM 1460 Reconstruction Project in Williamson
County. Such services shall be performed in four (4) Phases, namely, (1) Preliminary Design Phase,
(2) Final Design Phase, (3) Bidding Phase, and (4) Construction Phase. The following outlines the
specific tasks to be performed by the Engineer in each phase of services.
Preliminary Design Phase:
1. Review available data and consult with the City of Round Rock (City) to clarify and define
requirements for the Project.
2. Advise the City as to the necessity of providing or obtaining from others additional data or
services.
3. Review existing water and sanitary sewer facilities and identify potential problems or
conflicts arising from roadway reconstruction.
4. Consult with the City, reviewing preliminary reports, clarifying and defining the project
requirements, and reviewing available data.
5. Perform a limited design survey for one week of field crew time to obtain general
topographical data in the areas of anticipated water and/or sanitary sewer facility adjustments
and/or replacements.
6. Prepare preliminary construction plan drawings including plan and profile sheets at plan scale
of one (1) inch equal to fifty (50) feet horizontally and profile at one (1) inch equal to five
(5) feet vertically. Show on preliminary drawings existing and proposed topographical
features and improvements within and outside the right-of-way necessary for the design of
the project. Also, the drawings will show approximate locations of the existing utilities
within the project site or right-of-way and anticipate the design, if appropriate, of a solution
to minimize conflicts.
7. Prepare a list of possible specifications.
8. Prepare and furnish revised opinions of probable total project costs.
9. Furnish the City four (4) copies of the preliminary documents.
Final Design Phase:
1. Prepare final construction drawings showing the character and extent of the project based on
the accepted preliminary design documents.
2. Prepare specifications.
3. Prepare a project erosion control plan.
4. Prepare and furnish a revised opinion of probable total project costs based on the final
drawings and specifications.
5. Furnish the necessary engineering data required to apply for regulatory permits from local
or state authorities. Prepare said applications and meet with local or state authorities as
required to obtain permits.
6. Prepare basic documents related to construction contracts for review and approval by the
City. These may include contract agreement forms, general conditions and supplementary
conditions, invitations to bid, instructions to bidders, insurance and bonding requirements,
and preparation of other contract related documents.
7. Furnish the City four (4) copies of the final documents.
Bidding Phase:
1. Furnish to the City twenty-five (25) copies of drawings, specifications, and other contract
documents.
2. Issue addenda as appropriate to interpret, clarify, or expand the bidding documents.
3. Prepare for and conduct bid opening.
4. Prepare bid tabulation sheets, and provide assistance to the City in evaluating bids.
Construction Phase:
I. Prepare for and conduct a preconstruction conference and issue a Notice to Proceed on behalf
of the owner.
2.
Review shop drawings and erection drawings submitted by the contractor for compliance
with design concepts.
3. Review laboratory, shop, and mill test reports on materials and equipment submitted by the
contractor for compliance with the constmction documents.
4. Provide one set of construction stakes delineating the Project as to line arid grade, appropriate
bench mark information and cut sheets for pipelines for which profile elevations have been
drawn.
5. Make periodic visits to the site (approximately two visits per month) to observe the progress
and quality of the work, and to determine in general if the work is proceeding in accordance
with the Contract.
6. Issue instructions from the owner to the contractor, issue necessary interpretations and
clarifications of contract documents, prepare routine change orders for making correction of
errors or omissions by the Engineer and make recommendations as to the acceptability of the
work.
7. Review payment estimates and recommend approval or other appropriate action to the City.
8 Observe, performance tests and initial operation of the project.
9. Prepare record drawings in an electronic format from information submitted by the
contrac tor.
(IA y c bprMt T
CITY OF K - ;SND ROCK
FEE ESTIMATE
0
0
§
0
'■�2�i&2■
A4
zi4\2
3
{
\\
j
2^
)}
2
„
—
§==;
J
2;
t`())k
//I§i;
a
_
i■26
[
Lump Sum
Lump Sum
/
.
ka
(Automobile Expenses
Parking, Tolls, Etc.
Long Distance Telephone
Compute:, Word Processor
r. //\&
P. ;2
\$�/2¥
/)//\/
■
�.
Et
Total
A
&
.
§
a
a
I Staff Engineer
510 nrr
&.
/ V.;
}
`
q
-
7k§&.\r;
Sts.
--
w -
a-
a_
2
§
7
7§§7
\
w
Q
s,..)
)
�
-
/
(Prepare preliminary drawings
Prepare list of possible specifications
Prepare opinion of p:otiable const coit]
§
&
}
\
w
.m
0
0
§
0
co
$
+
C. TOTAL COST = LABOR + ODCs =
S
3
{
\\
2 2
2^
)}
2
„
—
days at $i5
J
2;
t`())k
//I§i;
a
_
i■26
.i
Lump Sum
Lump Sum
/
.
ka
(Automobile Expenses
Parking, Tolls, Etc.
Long Distance Telephone
Compute:, Word Processor
r. //\&
P. ;2
\$�/2¥
/)//\/
■
�.
Et
Total
co
$
+
C. TOTAL COST = LABOR + ODCs =
3
0
V
PG
x
0
xi
FINAL I (G J
2.
Q
1
o
N
WI
yi
./)
2
q
J
6
N N
p N
T c
c E
N
H
c
20C pages at 50.10
sheets at St
N a
q 'd
y -=
2 E£
w
C
tN t!)
a C
z
c:
to
C
7
ti
N
c
W
u
.y
Parking, Tots, Etc
Long Distance Telephone
Computer, Worts Processor
'
a .0
S
o
!Mylar Plotting
Express Mari, Postage
ICeotechnical Services
'Eng. Survey Serv. --
ROW Surveying Services
..
o
—
<v m a
8
N � rn
o
N
ry
N
d
N
i
N
O
.
0
1 Staff Engineer
510 fir
si
N
N
N
o
H
N
N
W
N
N
a
cv
,
v.
N
N
2 2
N N
2
N
P
M
DKK
C
tiv
E A
u
W p,
'Prepare final construction drawings
u
Z. i1
1.Prepare erosion control plan I
Prepare opinion of probable const:nsd
Furnish City 4 copies of final documen
1.2in
—1 ,-.4
MIj( e h so
n
m
a
o
0
V
PG
x
0
xi
FINAL I (G J
2.
o
N
WI
yi
./)
2
q
J
6
N N
p N
T c
c E
N
H
c
20C pages at 50.10
sheets at St
N a
q 'd
y -=
2 E£
w
C
tN t!)
a C
z
c:
to
C
7
ti
N
c
W
u
.y
Parking, Tots, Etc
Long Distance Telephone
Computer, Worts Processor
'
a .0
S
o
!Mylar Plotting
Express Mari, Postage
ICeotechnical Services
'Eng. Survey Serv. --
ROW Surveying Services
..
o
—
<v m a
u, .o
N � rn
o
II
CO
tMH
C. TOTAL COST = LABOR + ODCrs =
4029 Cape41 d lug Marren Seth B+vdk 0i Pnlea uui Floc Syits 0125
Hie. Austin. Joao Jild1 5114414515. kt 512.3263029
tarot m►itteet.cce
Seritrmher 6, 2001
Mr. David Weikel
Chiang, Patel & Yerby, [nc.
12500 San Pedro, Suite 100
San Antonio, Texas 78216
RE: FM 1460
Utility Relocations for City of Round Rock
SAM, Inc. Proposal No. P21003.54
Dear David:
Via Pax 210/494-8286
Surveying And Mapping, Inc. (SAM, Inc.) is pleased to provide Chiang. Patel & Yerby, Ire (Client) with this
proposal for surveying services in support of this project.
Based upon the drawings you have provided u: and our discussions regarding the project, we will provide iumted
design >tirvey and also construction staking services. Per your instructions. we have not included subsurface utility
engineering (SUE), i,c., utility desigr.attrib and locenng, et this time. However, SAM, Inc. can provide SUE as an
additional service if the Client determines they are needed during the design of the project.
Based upon the areas of possible conflict/adjustment you have indicated on the drawing, we have hod c teal one
week of field crew time for design survey. It is our understanding than the limit and scope of these areas is subject to
hange as your design process evolves. We will also verify and density as necessary the existing survey control as
provided to us by the Client.
This design survey will be dobe ort a time and materials basis in accordance with the attached Standard Hourly Rote
Schedule with an estimated cost of S9,930.00.
The construction staking scope and fee follows and is bard upon the following pipe quantities provided by the
Client:
5050L;" Waterline
3000 LI' 20" Force Main
700 LF 12" Sanitary (Gravity)
600 LF 8" Water
Please feel free to coil with any questioas. If this proposal is acceptable; please have the attacher) Standard Terrns
atsd Conditions signed and returned to us, It will serve as our notice to proceed.
We look forward to working with you on this project.
fSi
1-11°-112/1
Robert.1. Roy, RPLS
Senior Project !vianager
RR j_j
A.ttncnments:
Page 1 of 4
0 PRnrcrsAU,2oiri'1'2IOM- t4 'P.M 1410,P2t003-54.dac
1. CONSTRUCTION STAKING
SCOPE OF WORK IND.
9lmta•0b* MIIw4•11e01ee
SAM, Inc. will provide construction staking services on thc above referenced project un a one-time basis as
described below. All construction staking requests will require forty•cight (48) hours notice and
city/county approved engineering plans. Services provided due to incomplete or inadequate plans w'll be
handkd as an additional service. The horizontal and vertical control shown on the construction plans, or as
provided 'oy Chiang, Patel & Yerby, Inc. will be utilized to complete this project. Re-establishment of
horizontal andlor vertical control will be. provided as an additional service.
A. CONTROL
SAM. Inc. will recover and verify the horizontal and vertical control shown on the construction plans,
or as provided by Chiang, Patel & Ye3y, Inc.
B. WATER LINE
SAM, Inc, will set an offset line to each water line. Hubs will be set along this offset line at all P.C.s,
P.T.s, grade breaks, anti 50 -foot stations. Cuts will be computed to thc proposed pipe flowlinc, as
shown of the construction plans, and issued to Chiang, Patel & Yerby, Inc.
WASTEWATER (FORCE MAIN :AND GRAVITY)
SAM, Inc. will set an offset line to each wastewater lino. Hubs; will be set along this offset line at ail
P.C,s, P.T.s grade breaks, and 50 -foot stations, Cuts will be computed to the proposed pipe ilowlitie,
Eta shown on the construction plans, and issued to Chiang, Patel & Yerby, Inc.
II. CONSTRUCTION STAKING REE
Tex prices are contingent upon accurate and sufficient horizontal and vertical control being provided to
SAM, Inc. and that all lines have been cleared of brush prior to construction staking.
A. CONTROL
13. WATER LINE
1) Horizontal and vertical with Cut sheets
0, WASTEWATER
I) Horizontal and vertical witri crit sheets
III. 'ADDITIONAL SERVICES
5500.00
51.14 per linear foot
51.10 per linear foot
in addition to the services outlined above, SAM, Inc. will provide adiiitiorml sc: vices as ccyucstcd by the
Clicct on a time and materials basis, based upon the attached Hourly Rate Schedule. If requested, a scope
of work and estimated fee will be provided in writing prior to SAM, Inc. proceeding with any additional
service. These additional services include, but ore not limited to, tate following:
• Clearing of brush for construction staking.
• Restaking any item previously staked under this agreement.
• Establish horizontal andlor vcrticat control.
• Any time spent resolving discrepancies with the construction plana.
• Any other sere cef not specifically outlined above.
Page 2of4
fl\PRt)PUSALLIOOPp21O03-34 F'M )413tTP21O01.S440c ti
STANDARD SURVEY HOURLY RASE. SCHEDU
HELD CREW SERVICES:
Survey Field Crews
Two (2) Person Field Crew
Three (3) Person Field Crew
Additional Kodperscm, Chainpersort or Flagperscn
GPS Field Operator & Vehicle & GPS Receiver
GPS Receiver (Unmanned)
S105.00 per hour
S120.00 per hour
S 28.00 per trour
S 90.00 per hour
S 50,00 per hour
Crew Rates include one four-wheel drive vehicle. There is Ito mileage charge t'or fully equipped field
vehicles when the job site is within tiny (50) miles of the office from which the survey crew originates.
OFFICE PERSONNEL SERV (CES:
Office personnel are available at fixed hourly rates:
Project Manager
Staff Surveyor
'yield Coordinator
GPS Data Processing
Survey Technician
Clerical Support
1 r1vel & Subsistence:
595.00 per hour
SSS.0O per hou:
570.00 per hour
563.00 per !tour.
565.100 per hour
540.00 per hour
All travel and subsistence expenses arc invoked at actual cost plus 100,!, handling. Cost of mileage on
company-owned vehicles is olrnputed at the current I.R.S. mileage allowance. Cost for company-owned
four-wheel drive vehicles is computed ht the current 1.R.S, mileage allowance plus S30.00 per day.
Purchased Services:
Terms:
All purchased services are invoiced at actual coat plus 10% handling. These include but are not limited to
reproduction, computer time, long distance telephone, consultants, subcontract services, rented or leased
equipment, and expendable supplies.
the Client shall promptly review invoice statements and notify SAM, Inc. of any abjection thereto; absent
such objection in writing within fifteen (15) days of the date of the invoice, the invoice shall be deemed
pnJper and acceptable. Invoices are submitted monthly for all services rendered and are payable upon
receipt. Late paytnenti will incur a late charge of one and one-half percent (i-112%) per month from the
original date of invoice. SANE Inc, reserves the right to stop work should invoices not be paid within the
stated terms.
'i'axes
Boundary surveying services and fees are subject to State and Local tales tax. 8.25% sales tax. when
applicable. will be collected.
Page3 of4
O:'4Pt(OP'JSA 1.12001 U'2:013-54 F'.+1 14601'2 i 003.54.dw ij
EXHIBIT B
CITY OF ROUND ROCK
c4 241'10,4-T
coon"...
51445
CR113 — Realignment & Reconstruction from FM1460 to the MoKan Right -
of -Way
SUPPLEMENTAL AGREEMENT NO. 5
ADDITIONAL SERVICES TO BE PROVIDED BY THE ENGINEER
The Engineer shall provide the necessary engineering and technical services
required for the preparation of the items required by the City for the preparation
of a TxDOT Utility Reimbursement Assembly Package. All documents prepared by
the Engineer for the City shall be in accordance with the TxDOT Utility Manual.
The latest version of the manual is available at
http://manuals.dot.state.tx.us/dynaweb/colrowma/utl. These items consist of the
items presented to the Engineer on July 29, 2004 at a meeting with the City of
Round Rock and additional items identified in this attachment. These items are
limited to those items described in the TASK OUTLINE shown below and the
quantities shown are in addition to all previous supplemental agreements.
TASK OUTLINE
REIMBURSEMENT ASSEMBLY PACKAGE
1) The Engineer shall perform a title search along the FM 1460 right-of-way for
the purposes of determining where the City of Round Rock currently posses
utility easements. The limits of the title search will be from US 79 to 2.958
miles north of US 79.
2) The Engineer shall provide a plot to the City which depicts the easements
discovered through the title search overlain on the TxDOT proposed right-of-
way maps. The Engineer shall also provide copies of the documents that
establish ownership of the easements by the City.
3) The Engineer shall prepare a betterment estimate for the utility construction
IAW the TxDOT Utility Manual. This estimate shall depict what the estimated
costs will be for the construction of utilities that are reconstructed due to
displacement from a City of Round Rock easement. The Engineer will prepare 5
copies of the estimate for submittal to the City.
4) The Engineer shall prepare a non -betterment estimate for the utility
construction IAW the TxDOT Utility Manual. This estimate shall depict the
estimated costs associated with replacing those utilities reconstructed due to
displacement from a City of Round Rock easement if it is replaced in kind and
not upgraded. The Engineer will prepare 5 copies of the estimate for submittal
to the City.
5) The Engineer shall calculate the Eligibility Ratio for the utility betterment IAW
the TxDOT Utility Manual and provide 5 copies to the City. An example would
be if the betterment estimate is $100,000 and the non -betterment is $90,000,
then the associated eligibility ratio would be 90%.
6) The Engineer shall gather two copies of the proposed TxDOT right-of-way plans
from the State and provide them to the City as is.
7) The Engineer shall provide the City with five (5) copies of the utility relocation
plans as accepted by the City on August 27, 2002. The Engineer shall color
code two (2) of these plans sets to make relocation efforts more clear to the
reviewer.
8) The Engineer shall provide the City with five (5) copies of the submitted
specifications for the project.
9) The Engineer shall provide the City with five (5) copies of the relocation plans
opinion of probable cost updated to be more accurate with the current market.
The original engineer's opinion of probable cost was submitted on August 27,
2002.
10) The Engineer will meet on a regular basis with subconsultants and
coordinate their scope of services.
11) The Engineer will prepare project invoices, project progress reports and
meet with the City on a scheduled basis.
FEE SCHEDULE
PROJECT NAME: CRI 13
PROVIDER NAME: Chiang, Patei Yerby
EXHIBIT D
FEE SCHEDULE
4 i 1 i2009
CR113 - Realignment & Reconstruction from FM 1460 to the MoKan ROW
City of Round Rock, Texas
Fee - CRY,xrs
1111 'ii
..411120.!'
411041111112-101
Page 2 of 3
PROJECT NAME: CR113
PROVIDER NAME: Chiang, Patel Yerby
EXHIBIT D
FEE SCHEDULE
4/112009
CR113 - Realignment & Reconstruction
City of Round Rock, Texas
Task Description
Total Cost
TOTAL=LABORCOSTS.i"i
RIGHT OF VdAY AND UTILITY ADJUST viENTS (FC 13
15
SUB -TOTAL LABOR EXPENSES
5.397 00
TOTAL LABOR COSTS
EXPENSES
TOTAL CP&Y FEE
SUBCONSULTANTS
Inland CMI Associates, LLC
92.00
230.00
5,622.00 )C?
20,408.0
GRAND TOTAL
36,030.00
Fee - CPY.xls Page 3 of 3
Fee Schedule
Ireland Civil Associates,
U
zN
W
U
(/)
Q
0 c
< W
o z
z
aW
Z•
• W
2
• "1-
_J J t
(/) W
Z
O w
O F
M F...
I,
o
0
rU tr.S
N
0
O
c0�.`r'.�
G)
v?
W
t
�•.
V
o
0
N
n
2
A
v;
+
0
J
0
Q
C
O
}
G
G
0
CI) }
.0
C
0
4
:]
0
11111100)).
c2
'�
0
Q
u
v
O
0
0
0
0
0
0
0
0
r
0
I--
)
V)
N
c
11'.c
0
0
Of
T
O
C
2
O
Cf
2
O
S j
0
Vi
co
w
n
F...
ay !
5
QW
o
�
=
'�
z
C
O
O
I
III
W
0
O
Q
CC
O
4
CC
H
Ct I
V
OU
Q'
Q
fl
a' 1.
✓f
C
0
0
<p
0
4
g
(n
I
0
0
0
O
v)
v
( TSD
`n
_
O
_
v.
0
0
C
N
N
0
0
N
0
0
0
C
CO i
a
4 CREW (AOC PERSON1
N
O
0
0
0
i
0 HRS I HRS
0
11'
(
c j
4
Y4
w
1*
MN)
0
0
z
.
(A
z
z
O
0
iz'
s
O
V)
x
O
0
K
z
O {
r:
•
(0
,,N
H
J;
T
0
0
V)
Q`
T
0
0
CY
0
0
(1)
rt
z
0
(1)
(1
_,
O
'
L
y
C.a 41
i
Cf
Ill
rn
N
...
1
w
H
0
z
Y
2
u
u
'
7
0
0
U)
T
u
,-.
<a
CC
)
f3.
c7
r-
0
V
S
s)
u
a
V
_
v'5
—
4,
t
1 t'i
0 2
�) .1
Crv:
��.�
,
Q
-,'1!
x
n
2
r
ti
is
`
0
u_
c,P4 y cbsT1 -i
EXHIBIT B
Engineers Services
FM 1460 — From 2.2 Mi. N. of US 79 (north of Old Settler's Blvd) to 0.4 miles N. US 79
WILLIAMSON COUNTY
The Engineer shall provide the necessary engineering and technical services for the preparation of pians,
specifications and estimates (PS&E) for widening FM 1460 in Williamson County from 2.2 Mi. N. of US 79
(north of Old Settler's Blvd) to 0.4 miles N. of US 79 in Round Rock. These construction plans will describe the
construction of a five -lane urban roadway section with a two way left turn lane. The project also includes the
realignment and reconstruction of approximately 1600 LF of Old Settler's Boulevard / Kiphcn Road.
The PS&E described above were originally prepared by the Engineer under a separate contract with TxDOT and
currently exist at approximately 95% completion. The Engineer will provide services to the City of Round Rock
to complete the design of the previously prepared PS&E as well as provide bid and construction phase services.
The design services to be provided by the Engineer include those not completed as part of the TxDOT FM 1460
project as of the date this contract is executed as well as additional modifications. These modifications include:
miscellaneous drainage revisions; design updates at the match point with the adjacent FM 1460 project at the
north limits; modifications to the east limits of Kiphcn Phase I and incorporating FM 1460 water and wastewater
utility relocation plans into the proposed project plan set.
The construction plan set for this project will contain the required drawings and details pertaining to grading.
paving, culvert layouts. bridge layouts. span details, signing, pavement marking, delineation, sequence of
construction, traffic control. signatization and drainage. The plan set will he prepared in English units and shall
he suitable for the bidding and award of a contract through the City of Round Rock's construction contracting
system.
The designs included in the above described PS&E shall he in accordance with the requirements of the 1990
edition of AASHTO's A POLICY ON GEOMETRIC DESIGN OF HIGHWAY AND STREETS, TEXAS
MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES including Part Vi, TxDOTS OPERATIONS AND
PROCEDURES MANUAL, The 1985 edition of TxDOTs HYDRAULIC MANUAL and other TxDOT design
guides and manuals. TxDOT standard drawings and design details shall be included without modification
whenever possible. Bid items and standard specifications shall correspond to the 2004 edition of TxDOT's
STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS, AND BRIDGES. if a
special specification or provision is needed for this project, it shall he approved for state-wide use or written in
TxDOTs standard format and. to the extent possible. incorporate references to TxDOT test procedures. Specific
City of Round Rock standards and specifications will be incorporated into the project plans and specifications as
directed by the City of Round Rock. These items are written into the Task Outline of this exhibit.
The Engineer established the roadway geometry model and perforated earthwork and paving quantity calculations
with the Bentley Microstation enhancement known as GEOPAK. The CADD and GEOPAK criteria files, which
comprise the geometry model, shall he provided to the City at the completion of the project.
Hydraulic designs and calculations for culverts were performed with a PC-based hydraulic model such as
IIECRAS, CULVERT, CULVERT MASTER or other hydraulic model approved in advance by TxDOT. The
culverts were sized to accommodate run-off from the subject roadway and run -cuff from outside the project limits
based on the TxDOT 10 year storm. Hydraulic designs and calculations for inlets and storm sewers were
performed using WINSTORM.
TASK OUTLINE
I. ROUTE AND DESIGN STUDIES (Function Code 110)
A. DATA COLLECTION
1. Schedule, prepare for and attend a project kick -oft' meeting with the City of Round Rock staff.
2. Review available data for FM 1460. Kiphen Road and adjacent areas and roadways. The Engineer
will also coordinate with the designers of the adjoining section of FM 1460 to the north. This task
will include the collection of drawings and transportation plans. 'The Engineer will also review this
data to determine the applicability of each item to the project roadway.
3. Research and identify significant issues, as perceived by t.hc City of Round Rock, or local officials,
4. Review and update, if necessary, the roadway design criteria for the project to he approved by the
City of Round Rock prior to finalizing design activities.
II. SOCIAL, & ENVIRONMENTAL STUDIES AND PUBLIC INVOLVEMENT (Function Code 120)
A. ENVIRONME`I'AL DOCUMENTATION
1. It is assumed that no environmental coordination or documentation will he required for this project.
If it k determined during project development that these services are required, it shall be handled as a
supplemental agreement to this contract.
B. PUBLIC HEARING
I. It is assumed that no public hearing will he required for this project. If it is determined during project
development that these services are required, it shall he handled as a supplemental agreement to this
contract.
III. RIGHT-OF-WAY DATA AND UTILITY ADJUSTMENTS (Function Code 130)
A. UTILITY COORDINATION AND RESEARCH
Utility coordination services were performed by others during the previously prepared FM 1460
project. The Engineer will coordinate the transfer of this information from TxI)(T to the City of
Round Rock as directed hy the City of Round Rock.
Additional utility coordination required will be performed as directed by the City of Round Rock
under a supplemental agreement.
B. RELOCATION OFCITY UTILITIES
The Engineer prepared water and wastewater relocation plans in accordance with a previous contract
between the Engineer and Owner which was executed on October 6, 2000, The Engineer will review
and modify the previously prepared construction plans, specifications and estimate prepared in 2002
to meet current standards and specifications. The Engineer will also update the plans to include the
current roadway design fifes and survey information prepared for the previously prepared FM 1461)
plan set.
2. The Engineer will develop utility plans for inclusion into the PS&E package for the design of two
approximately 8" water lines that will service businesses south of Kiphen Road.
C. R1GH'I'-OF-WAY
1. Right-of-way services were performed by others during the previously prepared FM 1460 project. If
necessary, the Engineer will prepare an easement parcel sketch with metes and hounds for 5
additional parcels as directed by the City of Round Rock.
The Engineer will coordinate subconsultant activities and obtain information from the TxDOT FM
1460) project as directed by the City of Round Rock.
IV. FIELD SURVEYING AND PHOTOGRAMMETRY (Function Code 150)
A. HELD SURVEYING SERVICES
I. The Engineer shall review the survey services performed for the TxDOT FM 1460 project to
determine areas of new construction.
2. The Engineer shall tic the Kiphen Road Phase 11 project, east leg of Bowman Drive intersection,
Agarita Trail and US 79 to the FM 1460) datum.
3. The Engineer shall attempt to recover the primary control datum previously set and reset new control
where needed.
4. The Engineer shall collect spot elevations and grade breaks in the areas (I' new construction and
collect all driveways, parking lots, visible utilities. drainage features, trees and any improvements
within the defined area. The scope does not include utilizing One Call for utility locates. All trees will
have a description in the data collection but will not be tagged.
5. The Engineer will generate a 1 foot contour interval DTM Iilc of the new .surveyed areas and merge
with the original model.
6. Any additional survey services required to complete the construction plan set will he performed under
a supplemental agreement to the contract.
7 The Engineer shall coordinate subconsultant activities.
V. ROADWAY DESIGN CONTROLS (Function Code 160)
A. PAVEMENT DESIGN
1. The Engineer shall utilize the pavement design approved fior the TxDOT FM 1461) project.
R. ROADWAY PLANS
L The Engineer will incorporate previously prepared FM 1460 plans into the proposed plan set. A
QAlQC review of the roadway plans will be performed prior to final submittal. The review will
include vertical and horizontal geometry. driveway and side street locations, and miscellaneous
paving details.
FEE SCHEDULE
cpct f
o
*°4
FM 1460 - From 2.2 mi North of US 79 to 0.4 mi North of US 79
City of Round Rock, Texas
Ci
C
>:
°ZS
0.
0
0
t
0)
=
co
0
z
.cs
L.,
tn
0
a)
U.
Total Labor Total Labor
Hours Costs
8
CO
44
04
44
I
<
8tN
464,
•
44 0
<2,
t.-..
•.„
a>
V)
,--
V)
(0
r,
"r7
t.)
.5...1
0
S
;4".
,V)
1 •
•
c
V) V) V) V) 44
LT.,1,--
.
si- 1
c...; c)r-:
0 69 kr9 0 V>
Senior
Design
j Design
itgEngineer
Eineer
$43.00 7 $38.00
•
1
0'
ICO
,
-
.
0 01
i ----
CC> V
68 I 92
S 2.924.00 S 3.496 00
$ 5,409.40 S 6.467.60
S 8:333.40 $ 9.963.60
$ 1,000.01 5 1,19563
9.333.41 $ 11,159i23
•,-, to
.2. r5
oa or)
' ,
I
7
8 2 S A:Z
0
N. ,:s4 co co 0
N.
0 0 co 40144
oes c.,
z a- ,,
1
I
o
0
00
,
co
"
Task Description
111 MOHT-OFWAY AND UTILITY ADJUSTMENTS (FC 1301
A Ccordinabon
Al Coordirate with Previous Utility Coofdirator
B Relocation of Cit UtiTtlies
B1 Review 1..a e xisting FM 1460 'V/WWtIi lily Plans
Er2-13.-WWrites at Kiphen Phase 1
C ROI -of -Way
C1 Performed by Subcorsultanl
C2 Coordinate Subconsuilant Activities
FC 130 - SUB roi ALS
HOURS SUB -TOTALS
IRECI LABOR COSTS
OVERHEAD AT PROVIS1ONAL RATE (1850O%)
7 TOTAL LABOR COSTS
FIXED FEF
/ SUBTOTAL (FC 130)
0)
Exhibit D.xls
x
(Attachment "B")
Utility's Accounting Method
Actual Cost Method of Accounting
The utility accumulates cost under a work order accounting
procedure prescribed by the Federal or State regulatory body; and
The utility proposes to request reimbursement for actual direct and
related indirect costs.
Lump Sum Method of Accounting
Utility proposed to request reimbursement based on an agreed lump
sum amount supported by a detailed cost analysis.
(Attachment "C")
Utility's Schedule of Work and
Estimated Date of Completion
Start Date: May 25, 2009
Estimated Duration: 126 Days
Completion Date: September 28, 2009
NOTE: Construction is to be completed by the
road contractor after letting.
(Attachment "D")
Statement Covering Contract Work
ROW—U-48
AVOW
Form ROW -U-48
Rev. 12/2004
Replaces Form D-15-48
GSD -EPC
Page 1 of 1
STATEMENT COVERING UTILITY CONSTRUCTION CONTRACT WORK
(AS APPEARING IN ESTIMATE)
District: Austin
County: Williamson
Federal Project No.: N/A
U -No. 11150
ROW CSJ No.: 2211-02-020
Highway No.: FM 1460
I, Joe Clifford, a duly authorized and qualified representative of City of Round Rock, hereinafter referred to as
Owner, am fully cognizant of the facts and make the following statements in respect to work which will or may be
done on a contract basis as appears in the estimate to which this statement is attached.
It is more economical and/or expedient for Owner to contract this adjustment, or Owner is not adequately staffed
or equipped to perform the necessary work on this project with its own forces to the extent as indicate on the
estimate.
Procedure to be Used in Contracting Work
❑ A. Solicitation for bids is to be accomplished through open advertising and contract is to be awarded to the
lowest qualified bidder who submits a proposal in conformity with the requirements and specifications
for the work to be performed.
❑ B. Solicitation for bids is to be accomplished by circulating to a list of pre -qualified contractors or known
qualified contractors and such contract is to be awarded to the lowest qualified bidder who submits a
proposal in conformity with the requirements and specifications for the work to be performed. Such
presently known contractors are listed below:
1.
2.
3.
4.
5.
❑ C. The work is to be performed under an existing continuing contract under which certain work is regularly
performed for Owner and under which the lowest available costs are developed. (If only part of the
contract work is to be done under an existing contract, give detailed information by attachment hereto.)
❑ D. The utility proposes to contract outside the foregoing requirements and therefore evidence in support of
its proposal is attached to the estimate in order to obtain the concurrence of the State, and the Federal
Highway Administration Division Engineer where applicable, prior to taking action thereon (approval of
the agreement shall be considered as approval of such proposal).
® E. The utility plans and specifications, with the consent of the State, will be included in the construction
contpeot. warded by the State.
Signature
Acwor
Title I
1-1-210-0,
Date
ATTACHMENT "E"
Utility Joint Use Acknowledgement
Taw
Form ROW-U-JUAA
Rev. 12/2004
Replaces Forms D-15-24A and D-15-80A
GSD-EPC
Page 1 of 2
UTILITY JOINT USE ACKNOWLEDGEMENT
REIMBURSABLE UTILITY ADJUSTMENT
District: Austin
Federal Project No.: N/A
ROW CSJ: 2211-02-020
Projected Highway Letting Date: May 2009
U -Number: U12911
County: Williamson
Highway: FM 1460
From: 0.4 miles north of Old Settlers
To: 0.4 miles north of US 79
WHEREAS, the State of Texas, ("State"), acting by and through the Texas Department of Transportation
("TxDOT"), proposes to make certain highway improvements on that section of the above -indicated highway; and
WHEREAS, the the City of Round Rock, ("Owner"), proposes to adjust or relocate certain of its facilities, if
applicable, and retain title to any property rights it may have on, along or across, and within or over such limits of
the highway right of way as indicated by the location map attached hereto.
NOW, THEREFORE, in consideration of the covenants and acknowledgements herein contained, the parties
mutually agree as follows:
It is agreed that joint usage for both highway and utility purposes will be made of the area within the highway right
of way limits as such area is defined and to the extent indicated on the aforementioned plans or sketches. Nothing
in this Acknowledgement shall serve to modify or extinguish any interest vested in Owner in the event the current
facilities are retained, altered, modified, added to, or constructed on additional facilities presently located within the
above described area. This interest is retained provided that if existing facilities are to be altered or modified, or
new facilities constructed within said area, the Owner agrees to notify TxDOT at least 30 days prior to the
beginning of construction, and to furnish necessary plans showing location, type of construction and methods to
be used for protection of traffic. If, in the opinion of TxDOT, such alteration, modification or new construction is in
conflict with the current highway or planned future highway improvements could endanger the traveling public
using said highway, or be contrary to the recitals as set out above, TxDOT shall have the right to prescribe such
regulations as deemed necessary to rectify the problem. These regulations shall not, however, extend to the
requiring of the placement of intended overhead lines underground or the routing of any lines outside of the area
of joint usage above described.
If Owner's facilities are located along a controlled access highway, Owner agrees that ingress and egress for
servicing its facilities will be limited to frontage roads where provided, nearby or adjacent public roads and streets,
or trails along or near the highway right of way lines which only connect to an intersecting road. Entry may be
made to the outer portion of the highway right of way from any one or all access points. Where supports,
manholes or other appurtenances of the Owner's facilities are located in medians or interchange areas, access
from the through -traffic roadways or ramps will be allowed by permit issued by the State to the Owner setting forth
the conditions for policing and other controls to protect highway users. In an emergency situation, if the means of
access or service operations as herein provided will not permit emergency repairs as required for the safety and
welfare of the public, the Owner shall have a temporary right of access to and from the through -traffic roadways
and ramps as necessary to accomplish the required repairs, provided TxDOT is notified immediately when such
repairs are initiated and adequate provision is made by Owner for the convenience and safety of highway traffic.
Except as expressly provided herein, the Owner's rights of access to the through -traffic roadways and/or ramps
shall be subject to the same rules and regulations as apply to the general public.
If Owner's facilities are located along a non -controlled access highway, the Owner's rights of ingress and egress
to the through -traffic roadways and/or ramps are subject to the same rules and regulations as apply to the general
public.
Form ROW-U-JUAA
Rev. 12/2004
Page 2 of 2
Participation in actual costs incurred by the Owner for any future adjustment, removal or relocation of utility
facilities required by highway construction shall be in accordance with applicable laws of the State of Texas.
If applicable, Owner will, by written notice, advise the State of the beginning and completion dates of the
adjustment, removal, or relocation, and, thereafter, agrees to prosecute such work diligently, and to conclude said
adjustment, removal, or relocation by the stated completion date. At the completion of the adjustment, removal, or
relocation, the Owner will deliver a set of "as -built" plans to the State.
The Owner and the State, by execution of this Acknowledgement , do not waive or relinquish any right that they
may have under the law.
The State Auditor may conduct an audit or investigation of any entity receiving funds from the State directly under
this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this
contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the State
Auditor, under the direction of the Legislative Audit Committee, to conduct an audit or investigation in connection
with those funds.
In the event the Owner fails to comply with the requirements as set out herein, the State may take such action as
it deems appropriate to compel compliance.
It is expressly understood that the Owner conducts the adjustment, removal, and/or relocation at its own risk, and
that the Owner agrees to indemnify and hold the State harmless for damage to existing facilities caused by the
Owner's conduct.
The signatories to this Acknowledgement warrant that each has the authority to enter into this Acknowledgement
on behalf of the party represented.
IN WITNESS WHEREOF, the parties hereto have affixed their signatures.
Owner: Ci of Round Rock
Utility Name
By:
EXEC ION REC
DED:
Dis
Title: 7 l late)
Date: q/C2gP61
"ct Engineer, Au
st ct
s Department of Transportation
THE STATE OF TEXAS
Certified as being executed for the purpose and
effect of activating and/or carrying out the orders,
established policies or work programs heretofore
approved and authorized by the Texas
Transportation Commission.
By: 411r.
Date:
t of vision
(ATTACHMENT "F")
TxDOT ELIGIBILITY CALCULATIONS
Account Number:
ROW CSJ: 2211-02-020
CCSJ: 2211-02-015
County: Williamson
HWY #: FM 1460
From: North of Old Settlers
To: 0.4 miles North of US 79
Relocation/
City of Round Rock Water and Wastewater
Length of line or number of poles in an easement = 1361 LF
Total length of line or number of poles = 1951 LF
Eligibility Ratio = length of easement 1361
total length 1951
ELIGIBILITY RATIO: = 69.76%
0.6976
1 011 EXAMPLE ONLY
Eligibility Ratio Backup
ROW CSJ No. 2211-02-020
Williamson County
FM 1460
From: North of Old Settlers Blvd
To: 0.4 miles North of US 79
From Utility Relocation Plans and Legal Descriptions:
Sheet Numbers
Existing Water / Wastewater pipeline quantity (LF)
Sheet No. x of 9 ROW or No Easement
1 0
2 0
3 0
4 105
5 80
6 110
7 0
8 295
9 0
Public or Private Easement
0
0
0
11
48
0
221
1081
0
Total
0
0
0
116
128
110
221
1376
0
Totals 590 1361 1951
P.U.E. 69.76%
Total LF
Notes:
1. Easement locations obtained from City of Round Rock / legal descriptions
2. Total existing w/ww lengths based on limits of the plan sheets
3. Lines to be abandoned or removed were not counted in total length or easement length
4. End project limits at Sta. 440+00 due to previous construction at US 79 and on FM 1460
W 9
_ St
Zi
57,_Ty?y���q�`�i
�" 55, -VO riglii 24:10
!,101Q Xtggh:: POO
& !1I
gDt, scl rs '� atit y-1- JA4e1
if! d'< Iii '11 ' gi tf3S 'T'IO't C<1W
2 rw ,b , Y. y�CT y� s y('q(y3� WO W
FDW {11�Nyy&U.yW��Wgy y��i;!�y[¢b yyyyZJ�ym1h
tmu t�`-<u�-'-c� fC.11 a.-3u� c+sY'&'S Y
>-
t--
0 2
1,11 -4,1 0
Vf� 1
ROW CSJ NO.: 2211-02-015
wLLwMSON COUNTY
FM 1460
FROM: 2.2 1µES NORTH OF US 79
70: 0.4 1µE5 NORTH OF US 79
Lta4/14 It3 ERSE'NE tST
1-D164 { INI {2AW
iv 5
fr
fi
t69tL l3
:b0'OSi,St vis 14A
8
00'OL•f;£Y1S 3dA
00'SL•Stf VIS IAA
00'St•1tf 111S 3dA
1
4,0
•
Zl'ICC •'13
06'60.6?£ •ViS IdA
F'
WISN343 35111(14 bbd 551ST
WM /WO 1X35 �Y//Y(13d 51038'
Y{'��'iFL£' 1135�
X
)
0oGCNa 341 WW1
JS' •
_mom:
— YlS
1dAT
}
;281
7:11
Li
00a.LSE_ mI
.13
¥
gid
%§
00+13L£V1s31HaLm
J(
k
@
00 #Ev2 3, @aw
Department of Trans
•�\
•
00'35.313V IrIS /cat
•
OTOOL .13
o 5
00'05495 Ida
oO40'CM 314lH3
/
%k
/
00.08£ VIS 3NI1&».
9 V1S 14n &
1
V
Department o/ Trans
;§
1
||||:
em
m ,N *
\
2 Oa- kms % «" "
—
}
1 ■
�
em+VIS 3N1,@aII
QUWED BY TXDOi)
$
IF;
-PROP, 5' SIDEWALK TYP
0040s, V 3 }m
a 4�
g.
P.
p..
g
00.PC VIS 3NI1
HDlvn
2.
et
4
i a 4
4g3g 29
Nb .-•
wia3H "7"
o
NW -
rro'u •uixa
00•0t VIS 31
01 HO1"
1. g
s s
@ o
o0
Q }
D-
:—.1"-
M\ -
9 9
1 N3113AYd'152%3 HJiYY1
00'01.9£9 Yls ldh
u
00.4£10 1/15 3NI1 H31VPI
rol
iSOBLL •'l3
0106•4> Y15 IdA
7
" "qo'&•Zri vis �3an
t
0
0
ra-
rn a 9
C
h
(ATTACHMENT "G")
TxDOT BETTERMENT CALCULATIONS
Account Number:
ROW CSJ: 2211-02-020
CCSJ: 2211-02-015
County: Williamson
HWY #: FM 1460
From: North of Old Settlers
To: 0.4 miles North of US 79
Relocation/
City of Round Rock Water and Wastewater
BETTERMENT ESTIMATE:
Non -Betterment
Qty
Non -Betterment
MOBILIZATION
$52,286.80
1
$52,286.80
$52,286.80
TESTING
100
1
$3,000.00
$3,000.00
JACKING OR BORING PIPE (18 IN) (STEEL)
$12,000.00
200
$500.00
$100,000.00
JACKING OR BORING PIPE (24 IN) (STEEL)
125
100
$650.00
$65,000.00
JACKING OR BORING PIPE (30 IN) (STEEL)
$9,075.00
90
$900.00
$81,000.00
ENCASEMENT PIPE (18 IN) (SPLIT)
5
60
$200.00
$12,000.00
ENCASEMENT PIPE (24 IN) (SPLIT)
$5,000.00
50
$300.00
$15,000.00
TRENCH EXCAVATION PROTECTION
1
2166
$2.00
$4,332.00
PIPE (6 IN) (DUCTILE IRON) (WATER)
$6,000.00
125
$45.00
$5,625.00
PIPE (8 IN) (C-900 DR -14) (WATER)
1
285
$50.00
$14,250.00
PIPE (12 IN) (C-900 DR -14) (WATER)
165
$55.00
$9,075.00
PIPE (16 IN) (CL 200) (DUCT IRON) (WATER)
1423
$75.00
$106,725.00
DUCTILE IRON FITTINGS (WATER)
6
$4,000.00
$24,000.00
VALVE (6 IN) (GATE) (FIRE HYDRANT)
5
$1,600.00
$8,000.00
VALVE (8 IN) (GATE)
4
$1,700.00
$6,800.00
VALVE (16 IN) (GATE)
1
$5,000.00
$5,000.00
VALVE (12 IN) (TAPPING)
1
$3,500.00
$3,500.00
VALVE (16 IN) (TAPPING)
3
$5,500.00
$16,500.00
TAPPING SLEEVE & VALVE (16 IN X 12 IN)
1
$4,000.00
$4,000.00
TAPPING SLEEVE & VALVE (16 IN X 16 IN)
3
$5,000.00
$15,000.00
TAPPING SLEEVE & VALVE (24 IN X 6 IN)
1
$6,000.00
$6,000.00
AIR RELEASE & VACUUM VALVE (2 IN)
1
$2,750.00
$2,750.00
FIRE HYDRANT
5
$2,200.00
$11,000.00
FIRE HYDRANT (TRANSFER LEAD)
1
$800.00
$800.00
Materials and Labor Total
Engineering Total
Total Estimate
$571,643.80
$119,120.00
$690,763.80
Estimate With
Betterment
Qty
Estimate With
Betterment
1
$52,286.80
1
$3,000.00
200
$100,000.00
100
$65,000.00
90
$81,000.00
60
$12,000.00
50
$15,000.00
2166
$4,332.00
125
$5,625.00
285
$14,250.00
165
$9,075.00
1423
$106,725.00
6
$24,000.00
5
$8,000.00
4
$6,800.00
1
$5,000.00
1
$3,500.00
3
$16,500.00
1
$4,000.00
3
$15,000.00
1
$6,000.00
1
$2,750.00
5
$11,000.00
1
$800.00
$571,643.80
$119,120.00
$690,763.80
Betterment Estimation $690,763.80
NON BETTERMENT ESTIMATE:
Non -Betterment Estimate $690,763.80
BETTERMENT RATIO:
Non -Betterment
Betterment
BETTERMENT RATIO: _
$690,763.80
$690,763.80
0.00%
Estimate with Betterment $ 690,763.80
Betterment ratio * 0.00%
Betterment Estimate $
$690,763.80
_ $0.00
$690,763.80
Betterment Estimation
Reimbursable Estimate
Non Betterment
Eligibility Ratio *
Estimated Reimbursement
$690,763.80
$690,763.80
69.76%
481,876.83
1 of 1
EXAMPLE ONLY
ATTACHMENT "H"
Proof of Property Interest
(Revised October 16, 2007)
TE OF TEXAS
AMSON
Parcel 33
PUBLIC UTILITY BASEMENT
§
KNOW ALL BY THESE PRESENTS:
ALLIN a/k/a RUDOLPH G. WALLIN and wife, DORIS
ccessors and assigns, hereinafter referred to
ne or more), for and in consideration of the
0 ($10.00) Dollars cash in hand paid and other
consideration paid to Grantor by the CITY OF
unicipal corporation hereinafter referred to
whish consideration is hereby acknowledged,
D, and by these premises does hereby
Grantee a perpetual easement and right -
above and across the below -described
WALL
as Gr
sum of
good an
ROUND ROC
as Grantee, r
has GRANTED,
GRANT, SELL
of -way in, on,
property:
TRACT I:
Easement Estate
more or less, ou
No. 173, William
particularly descri
made a part hereof.
TRACT II:
Easement Estate only in
more or less, out of the
No. 173, Williamson County
particularly described in Exh
made a part hereof.
o 0.492 of an acre of land,
ILLIS DONAHO SURVEY, ABSTRACT
ounty, -xas, and being more
in Exh'attached hereto and
of an acre of land,
O SURVEY, ABSTRACT
and being more
ttached hereto and
The perpetual easement, right -of
herein granted shall be used for
placement, relocation, construction,
maintenance, alteration, repair, rebuilding
any or all public utilities, including
lines, electric lines, wastewater lines, wat
stormwater lines, and drainage systems and st
all other public utilities deemed necessary b
with all necessary conduits, valves, vaults, ma
and appurtenances.
is
and privileges
of location,
enlargement,
and patrol of
ted to gas
wer lines,
d any and
ogether
lators
The perpetual easement, right-of-way, rights
herein granted shall also encompass the right of Gran
cut, fell and remove therefrom all trees, underbrush,
c. Vrn+n4a oa s7a. xvaiby
1
es
m,
OF TEXAS
AMSON
2001074554 8 pg s
Parcel 5
CLIC UTXLI! EASEMENT
§ KNOW ALL BY THESE PRESENTS:
D, Ltd., a Texas Limited Partnership, and its
s, hereinafter referred to as Grantor (whether
in consideration of the sum of Ten and No/100
ash in hand paid and other good and valuable
to Grantor by the CITY OF ROUND ROCK, TEXAS, a
hereinafter referred to as Grantee, receipt
is hereby acknowledged, has GRANTED, SOLD
premises does hereby GRANT, SELL and
etual easement and right-of-way in, on,
ss the below -described property:
succ
one or
($10.0
considerat
municipal
of which con
and CONVEYED
CONVEY unto
over, upon, above
Easement Est
more or less
ABSTRACT No.
more particular
hereto and made a
and to 0.246 of an acre of land,
George Glasscock SURVEY,
County, Texas, and being
ed in Exhibit "A" attached
ereof. .
Parcel
The perpetual easement, r
herein granted shall be
placement, relocation, co
maintenance, alteration, repa
any or all public utilities,
lines, electric lines, wastewater
stormwater lines, and drainage sy
all other public utilities deemed
with all necessary conduits, valves,
and appurtenances.
y, rights and privileges
purposes of location,
operation, enlargement,
ding, removal and patrol of
ut not limited to gas
ter lines, sewer lines,
structures, and any and
Grantee, together
holes, ventilators
The perpetual easement, right -of -
herein granted shall also encompass the ri
cut, fell and remove therefrom all trees,
and obstructions, structures or obstacles
right-of-way; reserving to the landowners
assigns, however, all such rights and privil
without interfering with or abridging the ri
herein acquired by Grantee.
and privileges
ntee to trim,
vegetation,
its of the
eirs and
be used
sement
Grantee hereby covenants and agrees:
(a) Grantee shall not fence the Easement;
::OTWOMORLnCX\41,\iDiii\LYixAV1AAMjPAi\CR117COG\C»(CAI.iL`:OTHl.RT0\1J6J76.wilVlk4
OF TEXAS
THA
REF
0
CREEK
AND CONE
HAVE TH
MEADOWS OF
ADDRESS 18
OPERATION,
STRUCTURES IN,
N
2000004943 5 ID s
WATER EASEMENT
}
} KNOW ALL BY THESE PRESENTS;
}
Parcel 5
LTD., ACTING HEREIN BY AND THROUGH DAVID .I TROTTER, BEING HEREAFTER
S, FOR AND IN CONSIDERATION OF THE SUM OF TEN DOLLARS (S10.00) AND
CONSIDERATION, TO GRANTORS N HAND PAID BY MEADOWS OF CHANDLER
T, THE RECEIPT AND SUFFICIENCY WHICH IS HERESY ACKNOWLEDGED
H NO LEN OR ENCUMBRANCE, EXPRESSED OR LPL.ED, IS RETAINED,
ONVEYED AND BY THESE PRESENT DO GRANT AND CONVEY UNTO
AL UTILITY DISTRICT, cb ST ENVIRONMENTAL SERVICES, WHOSE
BLVD., AUSTIN, TX 78758; AN EASEMENT FOR THE CONSTRUCTION,
, UPGRADE, AND REPAIR OF WATER UNE IMPROVEMENTS AND
SS THE FOLLOWING DESCRIBED LAID, TO -WMT:
ALL THAT 0.392 ac CE
COUNTY OF
PART HEREOF FOR ALL
DESCRIPTION OF SAID PROP
OR PARCEL OF LAND, LYMIG AND BEING SITUATED IN THE
ESCRIBED IN EXHIBIT'A' ATTACHED HERETO AND MADE A
CH REFERENCE IS HEREBY MADE FOR A MORE PARTICULAR
TO HAVE AND TO HOLD THE
UTILITY DISTRICT ANO rrs SUC
TIMES TO ENTER SAID P
OPERATING, MAINTAINING, REPLA
FOR MAKING CONNECTIONS THE
Y T • THE MEADOWS OF CHANDLER CREEK MUNICIPAL
TOGETHER WITH THE PRNILEGE AT ANY AND ALL
REOF, FOR THE PURPOSE OF CONSTRUCTING,
AND REPAIRING SAID WATER IMPROVEMENTS, AND
IN INTIVESS THEREOF GRANTORS HA , CAUSED T
DAY OF J 107 , 2000.
G
BY:
THE STATE OF
COUNTY OF
MENT TO BE EXECUTED ON THIS
II f- of er-V. t?
}
}
}
ACKNOW
KNOW ALL MEN BY THE
BEFORE ME, THE UNDERSIGNED, A NOTARY PUBUC IN AND F
PERSONALLY APPEARED DAVID J. TROTTER, KNOWN TO ME T
SUBSCRIBED TO THE FOREGOING INSTRUMENT AND SHE ACKNO
THE SAME FOR THE PURPOSE AND CONSIDERATIONS THESE
GIVEN UNDER MY HAND AND SEAL OF OFFICE, ON THIS THEZ? DAY OF
STATE, ON THIS DAY
WHOSE NAME IS
THAT HE EXECUTED
NOTARY PUBLL_
MY COMMISSION EXPIRES ON l o%lf a...
NLVISTIAUOWYLEAS1 WPO
2000,R.D
THA
G
TEN
BY THE
WHICH
DO GRANT
EASEMENT FOR
OF WATER LIE
LAND, TO -WIT.
OF TEXAS
}
}
}
2000004942 5 In S
WATER EASEMENT
' PN1880"
KNOW ALL BY THESE PRESENTS;
Parcel A
LAND & CONSTRUCTION, LTD., ACTING HEREIN BY AND THROUGH JAMES
REFERRED TO AS GRANTORS. FOR AND W CONSIDERATION OF THE SUM OF
GOOD AND VALUABLE CONSIDERATION, TO GRANTORS IN HAND PAID
R CREEK MUNICPAL UTILITY DISTRICT, THE RECEIPT AND SUFFICIENCY
ED AND CONFESSED, AND FOR WHICH NO LIEN OR ENCUMBRANCE,
, HAVE THIS DAY GRANTED AND CONVEYED AND BY THESE PRESENT
MEADOWS OF CHANDLER CREEK MUNICPAL UTILITY DISTRICT, c/o ST
WHOSE ADDRESS IS 2809 LONGHORN BLVD . AUSTIN, TEXAS, 78758; AN
OPERATION, MAINTENANCE, REPLACEMENT. UPGRADE, AND REPAIR
STRUCTURES IN. UPON, AND ACROSS THE FOLLOWING DESCRIBED
ALL THAT 0.320 ac CE
COUNTY OF WIWAMSON,
PART HEREOF FOR ALL PU
DESCRIPTION OF SAID PROP
TO HAVE AND TO HOLD THE
UTILITY DISTRICT AND ITS SUCCES
TIMES TO ENTER SAID PREMISES,
OPERATING. MAINTAINING, REPLACIN
FOR MAKING CONNECTIONS THERE
OR PARCEL OF LAND, LYING AND BEING SITUATED IN THE
. DESCRIBED IN EXHIBIT W ATTACHED HERETO AND MADE A
REFERENCE IS HEREBY MADE FOR A MORE PARTICULAR
IN WITNESS THEREOF GR4NTORS HAVE CAU
2-5 ~DAY OF Spa ,2000
GRANTORS -
BY:
E MEADOWS OF CHANDLER CREEK MUNICIPAL
S, TOGETHER WITH THE PRIVILEGE AT ANY AND ALL
THEREOF, FOR THE PURPOSE OF CONSTRUCTING,
!NG, AN . .AIRING SAID WATER IMPROVEMENTS, AND
TO BE EXECUTED ON THIS
L%•irspr Nor S Lp 4o
ACKNOWLED
THE STATE OF
KNOW ALL MEN BY
COUNTY OF }
BEFORE ME, THE UNDERSIGNED, A NOTARY PUBLIC IN AND FOR �l! STATE, ON THIS DAY
PERSONALLY APPEARED JAMES GIDDENS, KNOWN TO ME TO WHOSE NAME IS
SUBSCRIBED TO THE FOREGOING INSTRUMENT AND SHE ACKNO 1 • ` • T HE EXECUTED
THE SAME FOR THE PURPOSE AND CONSIDERATIONS THESE EXPR
GIVEN UNDER MY HAND AND SEAL. OF OFFICE, ON THIS THEd5 DAY OF ,_tom 2000,A.D.
NOTARY PUBLIC U
MY COMMISSION EXPIRES ON 2/2J0 3
a
a
consid
ccnv
above,
Grantor:
DOC* 9633046 Parcel C
WATER LINE EASEMENT
b
ATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS:
OF WILLIAMSON s
handler Creek Land, etd., a Texas limited partnership,
s and assigns ;herein called Grantor), for a good
ideration paid by the CiLy of Round Rock, Texas,
oration ;herein called Grantee), receipt cf which
eby acknowledged, does hereby Grant, Sell, and
an easement and right-of-way in, upon, over,
lc, ross the following described property of
See
for
perta
approxim
part of
Chandler
No. 9529
Texas.
attached hereto and made a part hereof
and purposes hereunto and in any w_se
q a strip cf lane containi.ng
1 aches of land, more or less, being a
acre tract of lard conveyed to
. by deed recorded as Document
eed Records cf Williamson County,
This conveya
conditions and rest
described property,
same may sill be i.
office of the County
d
aed accepted subject to any and all
if .y, relating Lo the hereinabcve
d only to t.t•e exr.er_L, LhaL Lie
ffcct, shown of record iri tie
lliamson County, Texas.
The right-of-way, a -.meet,
granted shall be used f. the pe
operating, en.laraing, repai
replacing, relocating, and re
with all necessary conduits,
and appurtenances.
Except as otherw_se noted,
herein- granted stall be perpetual
easement, rights, and privileges sh
iri the event the said pipeline is
used, for a period of five (5) con
bands itself, its assigns, successors
warrant and Forever Defend the above -des
unto Grantee, its successors, and ass
whensoever lawfully claiming or to c
thereof.
r
s, and privileges herein
f placing, constructing,
irtaining, rebuilding,
r transmission pipeline
s, manholes, vent_latcrs
, rights and privileges
d however, that said
and revert to Granter
or shall cease to be
rs. Grarlor hereby
epresenta::eves to
sement and rights
inst. every person
e or any part
The easement, rights, and privilege herein are
exclusive, and Granter covenants that it wil
R • \RASIM:.al .RYE iC lb
v any ether
D8
TEXAS
.,..,.._,7.....•,:
. 136? f637 .
di-e..Parcel 10
Jv4
Of TMs
or N'1LUANJ * .
MY1i/1M71T
206.56
obit ALL 1111 IT THOU IMISSN7s 1
a Joint Vesture by and between 144 Phillips/Copes. las.
► tla R ity Company baiiiaaftsr reformed to as
. l.. cossiderstioa of tha sun of ono dollar (11.00) mask ii baud
City of Mound lock. 'Taigas. the raosipt of which is
1 sad the further consideration of the hematite to be.
om the public -utilities through the premises bsreinatter
doper . j GRANTED and COMM. and•by those protests does hereby
as. �• " k o the City of Mound Rock. Taigas, a municipal corporation.
ane t tact and perpetually maintain public utilities in, upon and
acro• th o11 in described lead. to vitt
sad ins
de
s • tbs f
is
triton'
root. parcel or risco of land. lying
he County of Nilliaason. state of
IT •A". attacbod hereto and made
pertinent purposes. to which reference
■ more particular description of said
TO Wt* AND TO NQ,D
its successors end
all times. to enter a
constructing and saints r
tberevithg all upon the
all tiles after doing any
or rapids of said public 0
condition in shish son was
Man= in Harris and T
of
nal to the City of hound Mock. Teams. and
de ith the right sad privilege at say and
s part thareot. for the purpose of
io atilitiaa and for baking connections
on t the City of Mound hook. Tomas. will at
commotion the coastrueticn. maintenance
. root* surface of the promises to the
mad before h vas undostabea.
a v 1
be
At
ea this the // day
. a Joint Tooter, by and
Mips/ Copus. Ice. and
Company
MTt
4111
'TS "fFf ,a .a. ..
BIS
r
�Altaa ReaTr4Pipqr
y artner
.. Patton:
t
Yt
•
,' t
1
• wow omits
eiwAltecet BOOM tstta"a c
:1
PUBLIC UTILITY EASEMENT
43793
at Chandler r City of Round Rock
Venture
: Grantee
r
Tessa
cor
cons
BELL AN
upon an
Parcel 12
41271.425____
s
: SNOW ALL MEN BY ?HERE PRESENTS
ON t
ows at Chandler Creek Joint Venture,
rantor (whether one -or more), for a good and
ideration paid by the City of Round Rock,
Main, Round Rock, Texas, a municipal
in called Grantee, receipt of which
ereby acknowledged, does hereby GRANT,
to rantee an easement and right-of-way
e f . ing described property of Grantor:
tract, piece or parcel of land, lying
ed in the County of Williamson, State
n EXHIBIT •A• attached hereto and
r all purposes, to which reference
particular description of said
All
and
of Texa
made a
is hare
property.
The right
herein granted s
constructing, oper
rebuilding, replaci
sewer lines, and an
necessary by Grantee, together
valves, vaults, manholes, ven
TO HAVE AND TO HOLthe
right-of-way in and to aid
ingress and egress theret•,
the usual rights thereto in anywis
of Round Rock and its succ
Grantor does hereby bind its
assigns to WARRANT AND FOREVER U
said premises unto the City of
and assigns, against every
claiming or to claim the same or
t, rights, and privileges
for the purpose of placing,
larging, repairing, maintaining,
orating a removing water lines,
nd all ot ; bile utilities deemed
ith a'1 necessary conduits,
d appurtenances.
scribed easement and
with the right of
with ell and singular
onginq, unto the City
igns forever. And
ex ut ia, •dainiatrators and
and singular, the
k, -its successors
omsoever lawfully
of.
The easement, rights, and privil
exclusive, and Grantor convenants t
any other easement or conflicting rig
covered by this grant, without the
of Grantee, which consent shall
withheld.
herein are
1 not convey
e premises
n consent
easonably
Grantor shall not erect or constru
other structure, or.drill or operate any
any reservoir, or other obstruction on
diminish or substantially add to the groun
pipelines.
ng or
ruct
or
he
EXECUTED this/OZX day of
OFFICIAL RECORDS
waumnio,, coumpe TamA•
Bys
Eye
J
Daniel
lea Saving and Loan
A
Parcel 10
dove at Chandler
k Joint Venture f City of Round lock
��- Grantee
PUBLIC UTILITY EASEMENT
31S43
1011232po 5'77
fi
Grant
does
right
ANSON
1
1 KNOW ALL NEW RY TUSK PRESENTS
1
al/
s at Chandler Creek Joint Venture herein called
r one or more), for a good and valuable
paid by the City of Round Rock, Texas, 214 E.
ock, Texas, a municipal corporation, herein called
t of which consideration is hereby acknowledged.
SELL, AND CONVEY unto Grantee an ea•eeent and
ad across the following property of Grantor:
act, piece or parcel of land, lying
in the County of Williamson, State
ed in EIRIBIT "A" attached hereto and
eof for all purposes, -to which reference
f r re particular description of said
pa
The right
granted shall b
op ing, enl
replacing, reloca
any end all other
together With all se
ventilators and appu
rights, and privileges herein
pose of placing, constructing,
ring, maintaining, rebuilding.
wing water lines, sever lines, and
eLlLties deemed necessary by Creates,
y condui vatvea, vaults, manholes,
antes.
TO HAVE AND TO ROLD
right-of-way in and to sal
and egress thereto, to
rights thereto in anywise
and its successors and as
bind its executors, admin
FOREVER DEPEND, all and sing
of Round Rock, its successors and
whomsoever lawfully claiming o
thereof.
described easement and
ith the right of ingress
1 and singular the usual
o the City of Round Rock
And Grantor does hereby
assigns to WARRANT AND
premises unto the City
against every person
the name or any part
The easement, rights, and
exclusive, and Grantor convenants t
other esaement or conflicting rights
by this grant, without the express
which con•eet shall not be unrea.onabl
Grantor shall not erect or const
structure, or drill or operate any we
reservoir, or other obstruction on th
substantially add to the ground corer over
ranted herein are
11 not convey any
• premises covered
ns at of Grantee,
EXECUTED this
oFFMAL R600ROa
wr.wM•ON SWIM Taman
day of
i ding or other
struct any
diainsb or
85.
e
MEADOWS
CREEK J
BY:
NY:
R
and u
described
owned by Gran
P.A. de
! ON•
STATE OF TEXAS,
OF WTLLIAMMO('
LAND, LTD.
amson c»unty, Texas
Parcel 13
KNOW ALL MEN BY THESE PRESENTS:
DOC* 9746090
, in consideration of the sum of
($1.00) and other good and valuable consideration
receipt of which is hereby acknowledged, do by
sell and convey unto to city of Round Rock, Texas , the free
City •f Round Rock, Texas
BEING a 1
297 in the City of
conveyed by Americ
Land, Ltd., by deed re
County, Texas and being
BEGINNING at a
of -way), said point also be
Section 8, an addition to the
9742957 of the Plat Records of
THENCE S. 81°23'00" F..
point for comer, said point being
direction and having a central angle of 00°20'
S. 05°16'08";
THENCE along said curve 17.22
THENCE N. 84°54'14" W., 10.00
tangent curve to the left running in a norther
a radius of 2864.84 feet and a chord bearing o
THENCE along said curve, and running p
east line of F.M. Road No. 1460. 17.82 feet to the
feet of land.
y and privilege of the passage in, along, upon and across the following
ated in willianwon County, Texas, in the
Survey, Abstract No. 297
LUSIVF. PUBLIC mar EASEMENT
land situated in the P.A. Ilolder Survey, Abstract No.
ison County, 'i'cxas and being part of a tract of land as
ty Investment Corporation, a Texas Corporation, to Cameo
2491, Page 303 of the Deed Records of Williamson
described as follows:
li
F.M. Road No. 1460 (a variable width right -
of Lot 1, Block "A" of Chandler Creek
ock as recorded in County Clerk's File No.
ounty, Texas;
nth line of said Lot 1, Block "A" to a
e to the Ieft running in a southerly
2854.84 feet and a chord bearing of
eet along t
a non -tan
d curve, a point for corner;
for corner, said point being in a non-
aving a central angle of 00°21'23"
being 10.00 feet from the said
ing and containing 175 square
Grantor reserves and excepts from this conveyan
Utility Easement created herein for utility and/o
any adjoining property owned by Grantor, its successor
This Non-exclusive Public Utility Easement is for th
maintaining a nater line.
across said premises, with the right and privilege at all times of the
employees, workmen and representatives having ingress, egress, and regress
premises for the purpose of making additions to, improvements on and repairs
any part thereof. Grantee agrees to repair and restore the surfa
following cattpletion of construction and all maintenance perfo
7,4
TO HAVE AN!) TO HOLD unto the said Grantee
the purposes aforesaid the premises above described.
use the Public
ion that benefits
tn
oand
along, upan an
or its agents,
d across said
Witness my hand
;sx
,., Vj,V1VVTall •,Vtt 40AIVttV4 W?W •. - •
remises,
ter line.
'd for
, this the /q(NG•, day of October
by . . I., L,o
L d.
••�..'t.i'i•�'vi .i _yy�?o.rAWW4w.rit;7 11111 •
of
to as
c$1.00)
eneumbr
by these
corporation sl
eonmtruetlon
propetrIy. to-wi
x336.
PUBLIC DTIUTZ
BASEMENT
Parcel D & E
43795
KNOW ALL MEN BY THESE PRESENTS:
we at Chandler Creek Joint Venture, a John Venture Composed
rated, and Peoples Mortgage Company hereinafter referred
more, far and In consideration of the sum of One Dollar
nd acknowledged and confessed and for which no lien or
mplled, is retained, have this day Granted and Conveyed, and
rant and Convey, unto the City of Round Rock, a municipal
ty of Williamson, State of Texas, an easement for the
public utilities in, upon and across the following described
be
Tex
made
here m
property
TO HAVE
Rook and Its successors a
times to enter said premises,
maintaining said public utility
condition that the City of Round
with the eorotruotion a repair
premises to the condition in which
e or parcel of land, lying and
County of Williamson. State of
EXHIBIT "A" attached hereto and
1 purposes. to which reference is
particular description of said
perpetually to the City of Round
the right and privilege at any and all
. for the purpose of constructing and
making eonneetions therewith; all upon the
t all tines ter doing any work in conneotion
public utili es restore the surface of said
same was t• be ore such work was undertaken.
111 WITNESS WHEREOF, Gr
this 29th day of Octo
OfFIDUA RECORDS
vmuussesom pournn raw*
used this instrument to be
•
�•
1
1•
I
Parcel 19
••
..:.._ & 21
PUBLIC UTILITY
IA8EMUT
Ts of TERAS: 31850
MSON: KNOW ALL MBK BY TIM PRESENT&
VOL 1232m 613
Mike Murray and Bruce Taylor. Owners, of the County of tsifliamson
Inafter referred to as Grantors, whether one or more, for and in
of One Dollar ($1.80) cash to Granters to hand acknowledged
Mob no Lien ar eneumhranoe expressed or Implied, is retained,
Conveyed. and by these presents do Grant and Convey, unto
situated in the County of Williamson, State of Texas. an easement
matntenanee of publio utilities in, upon and across the following
to -wit;
•
ha
the
• for
descri
tain tract, piece ar pared of land, lying and
ted the County of Willisisioa, State of
EXHIBIT "A" attached hereto and
all purposes, to which reference is
a more particular description of said
Rock and its s
times to enter said
maintaining said publie
condition that the City
with the eonstruction or
premises to the condition
HOLD the same perpetually to the City of Round
opting with the right and privilege at any and all
ereof, for the purpose of eoostrueting and
king connection therewith; all upon the
alt times after doing any work In .eonneetton
bile utility lines restore the surface of said
me was found before such work was undertaken.
IN WITNESS
executed on this •2. 9- day
UAL MUMS
wwMMaoss puuslotmM
BOF, 0
ve cawed this instrument to be
985. A.D.
•
A
TE OF TEXAS:
vot 1232F, 609
PUBLIC DmJTY
EASEMENT
31849
AMSON: KNOW ALL MEN BY TERSE PRESENT&
t, Lewis Bremer, Owner, of the Comity of Williamson and State of
to as Grantors, whether one or more, for end is consideration
01.00) cash to Grantors in hand acknowledged and confessed
or encumbrance esprassed or Implied, 1s retained, have this day
ad by these presents do Grant and Convey, unto the City of
the County of Williamson, State of Texas, an easement for the
tenenee of pubik utilities in. upon and across the following described
Parcel 22
rtain treet, piece or parcel of land, lying and
ted in the County of Williamson, State of
is EXHIBIT we attached hereto and
all purposes, to which reference Is
more particular description of said
Rock end its su
times to enter said
maintaining said pubii
oondition that the Cit
with the construction
premises to the condition
BOLD the some perpetually to the City of Round
together with the right and privilege at any and all
part thereof. for the purpose of constructing and
making connections therewith; all upon the
all times after doing tiny work in connection
is utility lines restore the surface of said
me was found before such work was undertaken.
F. Gran have caused this Instrument to be
1985, A.D.
IN WITH
executed on this .2) da
STATE OF TEXAS:
COUNTY OF WILLIAMSON:
ACENOWL
BEFORE 1 '^' .. a Notary Pubiie
in and for said County and State, on this day .. Is Bremer, known to
me to be the person whose name is subscribed f.v ,••!� instrument and he
acknowledged to me that he executed the same inW e act and deed of
said corporation, for the purposes and considerations
GIVEN UNDER MY HAND AND SEA
day of 1985, A.D.
yIs v" �(�,..
Notary Public is and f •iTr1'T .
My Commission Expires: "Iiir
on this the
Texas
•
OFFICIAL RELOADS
Ibillureod nit MINAS
TE OF 'TEXAS:
OF ! MSON:
Parcel 24
PUBLIC WWI
RASBHENT
3
irn 1232 ;f 605 .
ALL MHN BY TERSE PRESENTS:
t, Jacek C. Campbell, Hannan WWI ms, sad Lloyd Standee, Owners,
moon aM State of Texas hereinafter referred 10 as Grantors,
or and in eonsideration of the sum of One Ddllar (SIAM wash to
ledged and oonfessed and for which no Han or encumbrance
atalned, have this day Granted and Conveyed, and by these
vey, unto the City of Round Roek, situated in the County of
an easement for the eonatraction and maintenance of public
Dross the following described property, to -wit;
in tract, piece or parcel of land, lying and
ed In the County of Williamson, State of
EXHIBIT 'A' attached hereto and
all purposes, to whleh refarenoe is
ore particular description of said
•
pr -' nts
• Willis
. utillti
TO
Rock and its sueo
times to enter said
maintaining said public
condition that the City
with the construction or
premises to the eonditlon
HOLD the same perpetually to the City of Round
°gather with the right and privilege at any and all
part thereof. for the purpose of °onatruoting and
f•; eking oonneetions therewith; all upon the
times after doing any work in connection
utility lines restore the surface of said
was found before such work was undertaken.
ve caused thio instrument to be
985, A.D.
IN WITNESS
executed on this da
own noun
onswaseost'&wpm TWO
-44
•
PtC! 600
TEXA&
and (Rate
considers
and
have this
the City d
for the mat
described
PUBLIC i17UdTY
SABt MU?
31847
KNOW ALL MEN BY THESE PRESENT&
Rhodes and R. Ishmael, Owners, of the County of Williamson
referred to as Grantors, whether one or more. for and in
Dolor (SLIM sash to Grantors In hand aeknowjedged
Uen or eneumbranee ■xpreaeed or implied. Is retained,
ed, and by these presents do Grant and Convey. unto
in the County of Williamson. State of Texas, an esses►ent
nanoe of publie utilities In, upon and aerate the following
Tex
made
here
proper
et, piece or parcel of and. lying and
the County of Williamson. State of
"A" attached hereto and
es. to which referent is
ieular description of said
TO HAVE
Reek and its successors
times to eater said premises,
maintaining said public utility
condition that the City of R
with the eonstruetion or repair
premises to the condition in whleh
Or■ntoro hereby
■
pride, lot end to mover any or all
the same perpetually to the City of Round
with the right and privilege et any and all
fifor the purpose of eonstrueting and
'inactions therewith; all upon the
after doing any work In eonneotion
lines restore the "sties of said
found before sueh work was undertaken.
right to
acid surfed
fin >1711111111 WHEREOF. Grant
assented en this day d
MOM SWUM
imummulaselltsuserc mute
or all of said easement as
halt paving.
this instrument to be
Parcel 25 & 26
•
Parcel 28 &
29
PUBLIC UTILITY EASEMENT
STATE OF
COUNTY OF WI
That Round
one or more), fo
of Round Rook,
corporation, and
Utilities El+datrio
Grantee (;isther on
hereby a►sb owledged,
Grantee an easement
descri_'cad property of
All that certain tra
being situated in the
described in EXHIBIT
hereof for all .purpo
for more particular deicer
19943
city $
TexasRound Power& Light Co.,
A Division of Texas Utilities
t Electric Company,
t JI Texas Cornoratio0
t Grantee
IQEOW ALL KEN BY THESE PRESENTS
no., herein Called Grantor (whether
le consideration paid by the.City
aln, Round Rock, Texas, a municipal
i Light Co., a Division of Texas
Texas Corporation, herein called
'receipt of which consideration ie
GRANT, SELL, AND CONVEY unto
y upon and across the following
el of
lliamson,
hereto
ioh ref
on of mai
The right-of-way, easement, righ
shall be used for the purpose o
enlarging, repairieg, maintaining
and removing water lines, and
all necessary appurtenances.
TO HAVE AND TO HOLD the abov
right-of-way in and to said premises w
egress thereto, together with all
thereto in anywise belonging, unto the
Power i Light Co., and their succes
Grantor does hereby bind its executors,
to WARRANT AND FOREVER DEFEND, all and s
unto the city of Round Rock and Texas
successors and assigns, against every pe
claiming or to claim the same or any part
The easement, rights, and privileges
exclusive, and Grantor covenants that he will
easement or conflicting rights within the premi
grant, without the express written consent of Gra
shall not be unreasonably withheld.
land, lying and
State of Texas
and made a part
ce is here made
rty
leges herein granted
truoting, operating,
*placing, relocating
lines, together with
gr
ed easement and
t of ingress and
the usual rights
and Rock and Texas
forever. And
and assigns
id premises
t Co., their
lawfully
Grantor shall not erect or construct any bui
structure, or drill or operate any well, or construct
or other obstruction on the strip, or diminish or subs
to the ground oover over the pipelines.
EUECCTED this , ,day of .-I-Y1424,-, 198s.
ROUNDdROCK digco., INC.
lises
�TFICEAI< RECOIDI
IMILCIAMION fZOVIITT mut
n ars
other
this
ant
BERTIL TELANDER, PRESIDENT
4
a
Taxa
herein
acknow
water!i
the follow)
A11 t
being s
descrl
hereof f
for more pa
The right -of
shall be used
enlarging, repair!
and removing water
Grantee. together
manholes. ventilators
AS
WATERLINE/WASTEWATER LINE EASEMENT
City of Round Rock
s Grantee
moz
. KNOW ALL NEN BY THESE PRESENTS
LiAMSON
herein ceded Grantor (whether one or more). for
onsfderation paid by the City of Round Rock.
n, Round Rock. Texas. s municipal corporation.
receipt of which consideration Is hereby
GRANT, SELL, AND CONVEY unto Grantee •
easement and right-of-way upon and across
arty of Grantors
TO HAVE AND TO HOLD
in and to said premises
together will ail and
belonging. unto the City o
forever. And Grantor does
and assigns to WARRANT AND F
Promises unto the City of
.against every person whomsoever
same or any part thereof.
tract. piece or parcel of land. lying and
the County of Williamson. State of Texas
"A" attached hereto end made apart
es, to which reference is here made
cription of said property.
tghts. and privileges herein granted
se of placing. constructing. operating
ping. rebuilding, replacing, relocating
er !Ines. and deemed necessary by
essary conducts. valves, vaults.
nces.
easement end right-of-way
of Ingress and egress thereto
usual rights thereto in anywise
ck and its successors and assigns
bind it xecutors. administrators
R DEFEND e 1 and singular, the said
d Rock its $ .cessors and assigns,
lawf y of ing or to claim the
The easement. rights. - e granted herein are
exclusive. and Grantor covenants -t - w I not convey any other
easement or conflicting rights wit in the ses covered by this
grant, without the express written of antes, which consent
shall not be unreasonably withheld.
Grantor shall not erect or const
structure. or drill or operate any wel
or other obstruction of the strip. or
to the ground cover over the pipelines.
. in addtfon to the easement. rights.
conveyed. Grantee shall have the right
construction easement so much of the surface
may be rason•blynecessary to construct
right-of-way granted hereby the facilities e
grants but In no event shall the temporary const
In excess of that described and depicted on
hereto.
EXECUTED this Q1 day of
State of Texas
County of Wiilfancon
Thi instrument we acknowledged before* me on the
of .1986. by 0. Jorylson.
building or other
truct any reservoir.
stantfally add
G. JOHNSON
No+li"y Public. St
nted Names
My commission expires.
Want RRCD1 $
wasUAISINXI swam naPa
loges herein
temporary
roperty es
fthfn the
by this
nt be
tached
rcel 31
•
FIRST SUPPLEMENT TO AGREEMENT
BETWEEN THE CITY OF ROUND ROCK AND
THE MEADOWS AT CHANDLER CREEK
MUNICIPAL UTILITY DISTRICT
ARTICLE I
This is the first supplement (the "First Supplement") to
that certain contract entitled "Agreement Between the City of
Round Rock and The Meadows at Chandler Creek Municipal Utility
District" which was first executed on May 10, 1984 and
subsequently re -executed on June 26, 1986 (the "1984 Agreement").
Reference is made to the 1984 Agreement for all purposes. This
First Supplement is between The Meadows at Chandler Creek
Municipal Utility District (the "District") and the City of Round
Rock (the "City") and is amendatory of and supplementary to the
1984 Agreement and does not repeal or supersede the 1984
Agreement or any part thereof, except as expressly provided
herein.
ARTICLE II
1. Paragraph 1 of the 1984 Agreement is amended to read as
follows:
"1. The City agrees to sell and to deliver water
within the boundaries of the District for domestic
and commercial uses, such water to be supplied from
the City's water distribution system as extended by
the -District pursuant to the Construction Contract.
"Water" as used in this section means potable water
meeting the requirements of the Texas Department of
Health for human consumption and other domestic
uses. The City presently has an adequate water
supply to supply service to the District. Subject
to the City's right to reasonably limit the supply
of water to the District residents on the same
basis and to the same extent as the supply of water
"4. The City agrees to receive, treat, collect and
dispose of sewage generated within the boundaries
of the District, such sewage to be collected into
the City's sanitary sewer trunk line as extended by
the District pursuant to the Utility Construction
Contract. Subject to the City's right to
reasonably limit the amount of sewage received from
the District on the same basis and to the same
extent as sewage received from any other customer
within the City, the City agrees to receive, treat,
collect and dispose of sewage generated within the
District and in amounts sufficient to serve the
District as it develops with a total of 2506 living
unit equivalents of wastewater service rights to
ultimately be provided to the District when it is
fully developed. The District agrees to provide
the City periodic projections of its development
needs to assist the City in its planning to provide
the District this wastewater service. The District
agrees that the City will be the sole source of
sewage treatment service to the District and that
the District will not seek to construct its own
treatment facilities, except in the event the City
is no longer able to provide sewage treatment
service."
4. Paragraph 5 of the 1984 Agreement is amended to read as
follows:
"5. The City agrees to sell wastewater collection
and treatment services to the Users within the
boundaries of the District. The rates charged by
the City to the District for such Users within the
District for wastewater services pursuant to this
agreement shall be the same as the wastewater rates
which it charges its retail residential and
commercial customers (with an equivalent sized
meter) inside its city limits, as established from
time to time, by the Round Rock City Council. The
City shall not charge the District or the Users
within the District any additional fee, assessment
or other charge for wastewater received by the City
that it does not charge its residential or
commercial customers inside its city limits and
shall not charge the District or the Users within
the District any fee, assessment or other charge
for wastewater received by the City as the
functional equivalent of ad valorem property taxes
which customers inside the city limits are required
to pay. It is recognized that the City will
collect on behalf of the District the fees
described in Paragraph 7, below."
5. Paragraph 6 of the 1984 Agreement is amended to read as
follows:
"6.a. The City
operate, manage,
for the District
defined below).
shall bear all responsibility to
maintain and repair at its expense
all of the District Facilities (as
b. For purposes of this Paragraph 6, the District
Facilities shall include:
(1) all water and wastewater facilities and
related appurtenances located within public rights
of way or dedicated easements within the District;
(2) those certain water and wastewater
facilities identified as Items Nos. 1-8, inclusive,
of the Project as defined in the June 2, 1986
"Utility Construction Contract Between City of
Round Rock, Texas - The Meadows at Chandler Creek
Municipal Utility District"; and
(3) all water and wastewater facilities
within the District which the District may
construct, purchase, own or operate inthe future
and for which plans and specifications have been
approved by the City.
c. For purposes of this Paragraph 6, the
responsibility of the .City for the operation,
management, maintenance and repair of the District
Facilities includes the responsibility for all
costs of operation, management and maintenance of
the District Facilities including, but not limited
to, repairs, upkeep and replacements, costs of
utilities, supervision, engineering, accounting,
legal work, auditing, insurance and any other
supplies, services, administrative costs and
equipment necessary for the operation, management
and maintenance of the District Facilities.
d. Ownership of the District Facilities described
in Subparagraph 6(b) shall remain in the District,
which shall have the right to inspect them at all
times. The City owns or has reserved the oversize
capacity in specified portions of the District
Facilities as set forth in the June 26, 1986
"Utility Construction Contract Between the City of
Round Rock, Texas/The Meadows at Chandler Creek
Municipal Utility District".
6. Paragraph 7 shall be amended to read as follows:
"7. The District agrees to set and maintain water
and wastewater rates and other fees and charges and
levy and collect taxes, as appropriate, sufficient
to pay the following:
a. For water and wastewater services delivered by
the City pursuant to this Agreement, an amount
equal to the amount charged by the City for
comparable Users within the City, as established
from time to time, by the Round Rock City Council,
all as more fully provided in Paragraphs 2 and 5,
above.
b. All other expenses of the District which the
District determines from time to time to be
necessary for the operation, maintenance and
administration of the District and the provision of
District services.
c. Debt service on any indebtedness of the
District, an amount as deemed appropriate by the
Board of Directors of the District.
The District, or the City upon the request of the
District and pursuant to such terms and conditions
as may be mutually agreed to by the parties, agrees
to make water and wastewater connections in the
District."
I
7. Paragraph 8 shall be amended to read as follows:
"8. The District agrees to supply the City with a
copy of each action by the District setting the
rates pursuant to Paragraph 7 within seven (7) days
of such action. On behalf of the District, the
City shall perform all services required to collect
the rates referred to in Paragraph 7, above,
directly from the Users, including the reading of
meters, billing of Users, and collection of
charges. The City may include a breakdown on the
bill showing what portion of the bill is
attributable to those items described in
Subparagraphs 7(b) and (c), above. To the extent
that additional items the District requests to be
included on the bills pursuant to Subparagraphs
7(b) and (c), above, result in additional expense
to the City, the District agrees to reimburse the
City for any such additional actual costs
associated with the computation, billing,
collection and accounting for such items. Billings
and payments will be rendered by the City to Users
- 5 -
in the District in substantial compliance with the
procedures for comparable in -City customers
established in the City of Round Rock ordinances,
as now in effect or hereafter amended. The
District and the City agree that the City shall act
as the District's agent in the billing and
collecting of such bilis and shall take all
necessary action pursuant to applicable law to
enforce payment of such bills."
8. Paragraph 9 shall be amended to read as follows:
"9. The City will retain for its own account as
payment of water, wastewater, fire protection and
garbage services all money collected from the Users
of the District pursuant to Paragraphs 7(a), 11,
and 12. All other monies collected by the City on
behalf of the District shall be remitted to the
District's account for use by the District and
shall be hereinafter referred to as "Net Revenues."
9. Exhibit "A" is deleted.
ARTICLE III
Except as otherwise expressly provided herein, the provisions
of the 1984 Agreement shall remain in full force and effect.
EXECUTED in multiple copies, each of which shall constitute
an original, this Lz3 day of,
bed- , 1991.
CITY OF ROUND ROCK
BY:
Name:
Title:
Date:
ATTEST:
(SEAL)
6
/24
Mike Robinson
Mayor
September 23,
ATTEST:
Secretary
(SEAL)
THE MEADOWS AT CHANDLER CREEK
MUNICIPAL UTILITY DISTRICT
By:
Name: , A5 /os ,D. A4sT ap
Title: ,,,0
44,4
Date: ,./z4
ATTACHMENT "I"
(To be used only for inclusion in Highway Construction Contract)
In the best interest of both the State and the Owner, the Owner requests the
State to include the plans and specifications for this work in the general
contract for construction of Highway FM 1460 in this area, so that the work
can be coordinated with the other construction operations; and the
construction contract is to be awarded by the State to the lowest qualified
bidder who submits a proposal in conformity with the requirements and
specifications for the work to be performed.
Utility: City of Round Rock
By:
Title: City Manager
Date:
CM. 09-03- 0S(