Loading...
HomeMy WebLinkAboutAgenda CC 05.25.2004 WorkshopNotice of Meeting of the Governing Body of the City of Georgetown, Texas Tuesday, May 25, 2004 The Georgetown City Council will meet on Tuesday, May 25, 2004 at 05:00:00 PM at the City Council Chambers, 101 E. 7th Street, at the northeast corner of Seventh and Main Streets, Georgetown, Texas. If you need accommodations for a disability, please notify the city in advance. An agenda packet, containing detailed information on the items listed below, is distributed to the Mayor, Councilmembers, and the Georgetown Public Library no later than the Saturday preceding the council meeting. The library's copy is available for public review. Please Note: This City Council Meeting will be video taped live without editing and shown on the local cable channel. Policy Development/Review Workshop Call to order at 5:00 p.m. A Joint Workshop with the Citizen Bond Committee Executive Session In compliance with the Open Meetings Act, Chapter 551, Government Code, Vernon's Texas Codes, Annotated, the items listed below will be discussed in closed session and are subject to action in the regular session that follows. B Sec.551.071: Consultation with Attorney - Pending or Threatened Litigation - Brazos River Authority regarding Operations and Maintenance of the Stillhouse Raw Water Pipeline - E. 0. Sharp Butane Co., Inc. v. City of Georgetown, Texas, Cause No. A-04-CA-2WSS, in the United States District Court, Western District of Texas, Austin Division - Legal Advice Regarding Agenda Items and other Matters - Legal Issues Regarding Proposed Sale of Del Webb/Pulte "Northern Lands" C Sec.551.087: Deliberations Regarding Economic Development Negotiations - Potential abatements and incentives for prospective downtown development projects D Sec.551.086 competitive matters - Consideration and recommendation for extension of the contract between McCord Engineering, and Georgetown Utility Systems, to provide engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping -- Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations E Sec.551.072 deliberation on real property - Consideration and possible action to authorize the acquisition of approximately one-half acre in connection with the expansion of the Berry Creek Wastewater Treatment Plant - Discussion and possible action regarding TxDOT's proposal to purchase City -owned property for SH 130 right-of-way — Jim Briggs, Assistant City Manager for Utility Operations Regular Session - To begin no earlier than 7:00 P.M. (Council may, at any time, recess the Regular Session to convene an Executive Session at the request of the Mayor, a Councilmember, or the City Manager for any purpose authorized by the Open Meetings Act, Texas Government Code Chapter 551.) Call to Order G Pledge of Allegiance City Council Agenda/May 25, 2004 Page 1 of 5 Pages H Comments from the dais - Welcome to Audience and Opening Comments -- Mayor Gary Nelon I Announcements and Comments from City Manager J Public Wishing to Address Council • Keith Peshak regarding "The Farley -Gabe incipiated metalic excessious kersplaticus" (regarding Georgetown Airport) Jack Stroobandt regarding Proposition 13. K Action from Executive Session L Consideration of appointment of a canvassing team of councilmembers to canvass the results of the May 15, 2004 General Election — Mayor Gary Nelon M Consideration and possible action to approve a resolution canvassing the votes for the May 15, 2004 General Election, declaring the results to be official — Sandra Lee, City Secretary N Comments by outgoing Councilmembers Jack Noble of District 4 and Mark Ramsey of District 7 O Swearing in of new Councilmembers Doug Smith of District 3, Henry Carr of District 4, and Ben Oliver of District 7 — Sandra Lee, City Secretary P Comments from new Councilmembers Doug Smith of District 3, Henry Carr of District 4, and Ben Oliver of District 7 Q Comments from current Mayor Pro Tem, Doug Smith R Consideration of election from the dais of a Mayor Pro Tem — Mayor Gary Nelon S Swearing in of Mayor Pro Tem — Sandra Lee, City Secretary Statutory Consent Agenda The Statutory Consent Agenda includes non -controversial and routine items that Council may act on with one single vote. A councilmember may pull any item from the Consent Agenda in order that the council discuss and act upon it individually as part of the Regular Agenda. T Consideration and possible action to approve the minutes of the Council Workshop on Monday, May 10, and the Regular City Council Meeting of Tuesday, May 11, 2004 -- Sandra Lee, City Secretary U Consideration and possible action to approve a $12,000 grant for Kid City Summer Camp from the Rural Capital Area Workforce Commission at no cost to the City —Traci Stengle, Special Services Superintendent and Randy Morrow, Director of Communinty Services V Consideration and possible action for an award of the annual bid for landscape maintenance at the Georgetown Village PID — Terry Jones, Purchasing Director and Micki Rundell, Director of Finance and Administration W Consideration for the renewal of the Fire Billing for Services contract with ICProcess.com — Anthony Lincoln, Fire Chief X Consideration and possible action regarding a resolution appointing a Hearing Officer for a Joint Public Hearing to be held with respect to the issuance of Crawford Education Facilities Corporation Higher Education Revenue Refunding Bonds, Series 2004A (Southwestern University Project) and Variable Rate Demand Higher Education Revenue Bonds, Series 2004B (Southwestern University Project) and project financed thereby — Micki Rundell, Director of Finance and Administration City Council Agenda/May 25, 2004 Page 2 of 5 Pages Y Consideration of a resolution authorizing the Release of a Special Assessment Lien against property owned by Georgetown Railroad Company, Inc. and located at the southeast corner of Martin Luther King St. and 7th Street -- Trish Cads, City Attorney Consideration and possible action regarding the recommendation by the Convention and Visitors' Bureau Board for the approval of an allocation of $2300.00 in Hotel Occupancy Tax (HOT) funds to the Williamson County Art Guild for promotion of Artwalk on the Square, as well as October as Texas Month of the Arts -- Shelly Hargrove, Main Street Manager and Tourism Coordinator and Randy Morrow, Community Services Director Legislative Regular Agenda Council will individually consider and possibly take action on any or all of the following items: AA Consideration and possible action to accept and acknowledge the recommendation of the Citizen Bond Committee and to direct staff to proceed to develop public information materials for a planned November 2, 2004, Bond Election for city facilities -- Tom Yantis, Assistant City Manager BB Consideration of and possible action to authorize the Mayor to sign a Letter of Interest to the Texas Department of Transportation—Aviation Division requesting that the City of Georgetown be offered a grant to construct and equip an Airtraffic Control Tower at the Georgetown Municipal Airport -- Travis McLain, Airport Manager and Tom Yantis, Assistant City Manager CC Discussion and possible action to direct staff to prepare an ordinance that would amend (in part) and repeal (in part) Ordinance No. 2004-16, relating to amounts of Homestead Tax Exemptions for persons age 65 and older and disabled persons, and regarding the effect on the amounts of the Homestead Tax Exemptions of an Election on or passage of a "Tax Freeze" -- Councilmember Farley Snell DD Discussion and possible action for the City to continue paying for the utilities (electric, drainage and sanitation) at Grace Heritage Church in accordance with the terms of the lease agreement with the Georgetown Heritage Society — Tom Yantis, Assistant City Manager EE Consideration and possible action on the Red Poppy Festival 2004 Report from Main Street Board and support to continue the Red Poppy Festival In 2005 — Shelly Hargrove, Main Street Manager and Tourism Coordinator and Randy Morrow, Community Services Director FF Consideration and possible action on a resolution expressing official intent to reimburse net costs for the purchase of the Williamson County Appraisal District (WCAD) Building, not to exceed $450,000 with proceeds from bonds that will be issued at a later time — Micki Rundell, Director of Finance and Administration GG Discussion and possible action to consider appointments of individuals to more than one board/commission -- Mayor Gary Nelon HH Consideration and possible action on a Preliminary Plat of a Resubdivision of City of Georgetown, Block 24, Lots 1-8, to be known as Block 24 Subdivision, located between Austin Avenue and Main Street, 4th Street and 5th Street — Cada Benton, Development Planner and Amelia Sondgeroth, Director of Planning and Development Services II Consideration and possible action on a Final Plat of a Resubdivision of Snyder Addition Revised, Block 50, 0.66 acres to be known as Jorgenson Subdivision, located at 16th and Olive Streets -- Cada Benton, Development Planner and Amelia Sondgeroth, Director of Planning and Development Services JJ Consideration and possible action on a Public Review Final Plat of 50.77 acres out of the J. Sutherland, C. Joyner and GB Mayhall Surveys, to be known as Estates of Westlake, Phase 3, located along Highland Spring Lane, with a variance to the Subdivision Regulations -- Carla Benton, Development Planner and Amelia Sondgeroth, Director of Planning and Development Services KK Consideration and possible action to accept Phase 1 of the Downtown Master Plan Regional Water Quality and Drainage Feasibility Studyand approval of a location of a regional Water Quality and City Council Agenda/May 25, 2004 Page 3 of 5 Pages Detention facility— David Munk, Development Engineer and Amelia Sondgeroth, Director of Planning and Development Services LL Items Forwarded from the Georgetown Utility Systems (GUS) Advisory Board 1. Consideration and possible action to approve the Bill of Sale, and Second Amendment relating to the Water Service, Water Rights, and Facility Ownership Contract between the City of Georgetown and Chisholm Trail Special Utility District -- Glenn Dishong, Water Services Manager and Jim Briggs, Assistant City Manager for Utility Operations 2. Consideration and possible action to award the bid from H. Deck Construction, for the 13th Street Rehabilitation project, in the amount of $941,030.00 and a project budget of $1,041,000.00 -- Tom Benz, System Engineering Manager and Jim Briggs, Assistant City Manager for Utility Operations 3. Consideration and recommendation for extension of the contract between McCord Engineering, and Georgetown Utility Systems, to provide engineering services related to the planning, design, and review of the City's electric system improvements, system construction, system expansion (due to development), and system mapping — Michael W. Mayben, Energy Services Manager and Jim Briggs, Assistant City Manager for Utility Operations MM Item Forwarded from the Georgetown Transportation Enhancement Corporation (GTEC) Consideration and possible action to approve an amendment to the contract between the City of Georgetown and Roming-Parker and Kasberg, L.L.P., in the amount of $120,000 for engineering services related to the Rivery to Highway 29 Connector -- Mark Miller, Transportation Services Manager and Jim Briggs, Assistant City Manager for Utility Operations NN Second Readings 1. First Reading of an ordinance amending the 2003/04 Annual Operating Plan Element (Budget) for various adjustments relating to staff additions, contracts and capital improvements -- Micki Rundell, Director of Finance and Administration 2. First Reading of an ordinance amending Section 2.08.010 "Administrative Divisions and Departments" of the Georgetown Code of Ordinances -- Micki Rundell, Director of Finance and Administration and Paul Brandenburg, City Manager 00 Public Hearings and First Readings 1. First reading of an ordinance of the City of Georgetown renaming Timber Street as an extension of Martin Luther King, Jr. Blvd. -- Clay Shell, Assistant Fire Chief and Anthony Lincoln, Fire Chief 2. First reading of an ordinance of the City of Georgetown renaming a portion of D.B. Wood Road to Cedar Breaks Road and naming an unnamed street "Lake Overlook Road" which will connect the new section of D.B. Wood Road to the Corp of Engineers' property — Clay Shell, Assistant Fire Chief and Anthony Lincoln, Fire Chief 3. First Reading of an Ordinance for a Century Plan Amendment to adopt the Overall Transportation Plan as a new element of the Century Plan, Development Plan — Ed Polasek, Chief Long Range Planner and Amelia Sondgeroth, Director of Planning and Development Services 4. Public Hearing for a Rezoning of 3.073 acres in the C. Stubblefield Survey, from IN, Industrial District to C-3, General Commercial District located at 516 Leander Road — Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development Services 5. First Reading of an Ordinance Rezoning 3.073 acres in the C. Stubblefield Survey, from IN, Industrial District to C-3, General Commercial District located at 516 Leander Road — Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development Services 6. Public Hearing for a Rezoning from MF, Multifamily to OF, Office, for South San Gabriel Urban Renewal, Block C, Lot 1 (part of), located at 1301 Scenic Drive — Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development Services City Council Agenda/May 25, 2004 Page 4 of 5 Pages First Reading of an Ordinance Rezoning from MF, Multifamily to OF, Office, for South San Gabriel Urban Renewal, Block C, Lot 1 (part of), located at 1301 Scenic Drive — Bobby Ray, Chief Development Planner and Amelia Sondgeroth, Director of Planning and Development Services Certificate of I, Sandra Lee, City Secretary for the City of Georgetown, Texas, do hereby certify that this Notice of Meeting was posted at City Hall, 113 E. 8th Street, a place readily accessible to the general public at all times, on the day of , 2004, at , and remained so posted for at least 72 continuous hours preceding the scheduled time of said meeting. Sandra Lee, City Secretary City Council Agenda/May 25, 2004 Page 5 of 5 Pages Council Meeting Date: May 25, 2004 AGENDA ITEM COVER SHEET Item No. SUBJECT: Consideration and possible action to approve the Bill of Sale, and Second Amendment relating to the Water Service, Water Rights, and Facility Ownership Contract between the City of Georgetown and Chisholm Trail Special Utility District. ITEM SUMMARY: The Water Service, Water Rights, and Facility Ownership Contract between the City of Georgetown and Chisholm Trail Special Utility District dated February 23, 1999 provides CTSUD with an ownership interest in the Lake Georgetown Water Treatment Plant upon request in exchange for service area (CCN) concessions, subject to certain limits. CTSUD requested an ownership share of 1.01 MGD of plant capacity on August 25, 2003. The Army Corps of Engineers provided authorization for joint ownership in January 2004, and the terms of the JOA were finalized in April 2004. An amendment to the contract is required to provide more accurate peak time determination and also to adjust the timing of the annual cost of service study. A copy of the JOA has been included for your information. CIAL CONSIDERATIONS: NONE FINANCIAL IMPACT: Transfer of LWTP off-peak capacity to CTSUD will result in a write- down of the current LWTP asset value and recognition of a CCN asset value of approximately $924,711 (less if recognized at Net Book Value.) GUS BOARD RECOMMENDATION: N/A STAFF RECOMMENDATION: The Staff recommends the approval of the Second Amendment of the Contract, and the Bill of Sale that transfers 1.01 MGD of off-peak capacity in the Lake Water Treatment Plant to CTSUD. COMMENTS: NONE ATTACHMENTS: 1. Second Amendment of the Contract. 2. Bill of Sale. 3. Joint Operating Agreement. 4. First Amendment of Contract 5. Original Contract Submitted by: Jim Briggs, Assistant Glenn Dishong City Manager for Utilities Water Services Manager STATE OF TEXAS § SECOND AMENDMENT TO THE M § WATER SERVICE, WATER RIGHTS, AND § FACHJTY OWNERSHIP CONTRACT COUNTY OF WILLIAMSON § BETWEEN THE § CITY OF GEORGETOWN § AND CHISHOLM TRAIL CITY OF GEORGETOWN § SPECIAL UTILITY DISTRICT This second amendment ("Second Amendment") to the "Water Service, Water Rights, and Facility Ownership Contract Between the City of Georgetown and Chisholm Trail Special Utility District" dated February 23, 1999 ("Contract') between the City of Georgetown, Texas ("Georgetown"), a Texas home rule municipal corporation, and Chisholm Trail Special Utility District ("Chisholm Trail'), a political subdivision of the State of Texas, organized and operating under Chapters 49 and 65 of the Texas Water Code, is for the purposes and consideration set forth herein. RECITALS WHEREAS, Georgetown and Chishohn Trail entered into a contract entitled, "Water Service, Water Rights, and Facility Ownership Contract Between the City of Georgetown and Chisholm Trail Special Utility District" ("the Contract") on or about February 23, 1999; and WHEREAS, Georgetown and Chisholm Trail amended the Contract ("First Amendment") on or about February 22, 2000; and WHEREAS, Georgetown and Chisholm Trail desire to amend Paragraph 6.2 of Article VI., "Interim Water Treatment," of the Contract regarding peak period determination; and WHEREAS, Georgetown and Chishohn Trail desire to amend Paragraphs 8.1, 8.2, and 8.13 of Article VIII., "Conveyance of Plant Ownership Interest," of the Contract regarding off- peak water utilization and the timing of the annual cost of service study. NOW THEREFORE, Georgetown and Chishohn Trail enter into this Second Amendment for purposes and consideration set forth herein as follows: 1. Paragraph 6.2 of Article VI., "Interim Water Treatment," is hereby amended to read as follows: 6.2 For purposes of this Contract, "peak" time is defined as the daily six hour time period when the entire treatment capacity is being utilized to provide treated Second Amendment to Feb. 23, 1999 Contract City of Georgetown and Chisholm Trail SUD Page 1 of 4 water to Georgetown's customers, with all other hours being off peak. Georgetown will notify Chisholm Trail in writing of its daily 6 -hour peak 40 utilization period prior to May 1 of each year. For Georgetown's and Chisholm Trail's operational purposes, it is not expected that water will actually be unavailable to Chishohn Trail during the peak time for more than thirty (30) calendar days per calendar year (with each 6 hour peak period of unavailability constituting one calendar day). Should the peak time occur for more than thirty (30) calendar days in one calendar year, Georgetown will, before the end of that calendar year, initiate planning and construction activities at its sole cost to assure that the unavailability period shall not exceed thirty (30) days for more than one of the three subsequent calendar years. N 2. Paragraph 8.1 of Article VIII., "Conveyance of Plant Ownership Interest," is hereby amended to read as follows: 8.1 Upon written request from Chisholm Trail prior to September 1 of each year, Georgetown will immediately convey to Chisholm Trail an undivided ownership interest in the Existing Plant in a percentage equal to the quotient obtained by dividing the amount of capacity in mgd desired by Chisholm Trail (up to a maximum of 2.18 mgd) by the total existing capacity of the Existing Plant and shall further convey to Chisholm Trail full right and title to a corresponding amount of off-peak water treatment capacity (up to a maximum of 2.18 mgd). Such conveyance of ownership interest may be made in one or more capacity increments, so long as the sum of all requested transfer capacity increments does not exceed a total of 2.18 mgd (i.e., 28% interest in the Existing Plant), and shall be documented by mutually agreeable conveyance instruments. It is agreed by the parties that Chishohn Trail shall not assume any responsibility for any debt service associated with the cost of the Existing Plant. 3. Paragraph 8.2 of Article VIII., "Conveyance of Plant Ownership Interest," is hereby amended to read as follows: 8.2 Subject to Paragraph 8.3, below, Georgetown will convey to Chisholm Trail, upon written request from Chisholm Trail prior to September 1 of each year, an additional undivided ownership interest in the Expanded Plant in a percentage equal to the quotient obtained by dividing the amount of capacity in mgd desired by Chisholm Trail (up to a maximum of 2.18 mgd) by the capacity of the Expanded Plant and including full right and title to a corresponding amount of off-peak water treatment capacity (up to a maximum of 2.18 mgd). Such conveyance of ownership interest may be made in one or more capacity increments, so long as the sum of all requested transfer capacity increments does not exceed a total of 2.18 mgd (i.e., 28% interest in the Expanded Plant), and shall be documented by mutually agreeable conveyance instruments. It is agreed by the parties that Chishohn Trail shall not assume any responsibility for any debt service associated with the cost of the Expanded Plant. The parties further agree Second Amendment to Feb. 23, 1999 Contract City of Georgetown and Chisholm Trail SUD Page 2 of 4 that the conveyance of an undivided ownership interest by Georgetown to M Chisholm Trail shall relate to the Expanded Plant only, and Chisholm Trail shall have no ownership interest in facilities or expansions that are constructed at Georgetown's sole expense to serve customers other than Chisholm Trail pursuant to Section 8.4 below. In the event that Georgetown expands the capacity of the water treatment plant beyond 15.8 MGD, then Chisholm Trail's pro rata share of those costs identified in Section 8.4 and Section 8.5 below shall be calculated by dividing Chishohn Trail's capacity interest at that time (expressed in mgd) by the total treatment plant capacity. so 4. Paragraph 8.13 of Article VIII., "Conveyance of Plant Ownership Interest," is hereby amended to read as follows: 8.13 Georgetown will provide an annual cost of service study to Chisholm Trail that documents Georgetown's operation and maintenance costs associated with the Existing Plant and/or Expanded Plant and Georgetown's water transmission infrastructure used to transport Chisholm Trail's treated water to the point or points of delivery. The annual cost of service study will be provided to Chisholm Trail not later than the fifteenth (15 h) day of August of each year. The format of the annual cost of service study will be mutually agreed to by both parties not later than the fifteenth (15a') day of June of the same year. Any change in the cost of treated water shall become effective on the first (P) day of October of the same year. The annual cost of service study will also include a section assessing future Goergetown water system infrastructure and treatment capacity to provide water to Chisholm Trail. 5. The Effective Date of this Second Amendment shall be as of October 1, 2003. 6. Except as set forth above, all provisions of the Contract, as amended by the First Amendment, shall remain in effect as written. EXECUTED AND AGREED TO in duplicate originals by the parties hereto. Chisholm Trail Special Utility District Title: President, Board of Directors Attest: Title: City Secretary Second Amendment to Feb. 23, 1999 Contract City of Georgetown and Chisholm Trail SUD Page 3 of 4 City of Georgetown, Texas By: Title: Mayor Date: Attest: Title: Approved as to Form: District Attomey Second Amendment to Feb. 23, 1999 Contract City of Georgetown and Chisholm Trail SUD Page 4 of 4 Approved as to Form: City Attomey BILL OF SALE Date: May 5, 2004 Grantor: City of Georgetown, a Texas home rule municipality Grantor's Mailing Address (including county): City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627 Grantee: Chisholm Trail Special Utility District, a Texas conservation and reclamation district Grantee's Mailing Address (including county): General Manager Chisholm Trail Special Utility District P.O. Box 249 Florence, Texas 76527 Consideration: Ten Dollars ($10.00) and other good and valuable consideration in hand paid by Grantee. Facilities: Grantor, for the consideration herein expressed, sells, assigns, conveys, and transfers to Grantee an undivided ownership interest in that certain water treatment plant located at Lake Georgetown, including the existing water intake structure, treated water high service pumps, and all associated equipment, facilities and appurtenances thereto, together with a corresponding amount of off-peak water treatment plant capacity as set forth below and as determined in accordance with Article VIII of the Agreement (as hereinafter defined). Reference is hereby made to that certain "Water Service, Water Rights, and Facility Ownership Contract Between the City of Georgetown and Chisholm Trail Special Utility District" dated February 23, 1999, between Grantor and Grantee (the "Agreement'). The conveyance by Grantor to the Grantee hereunder is made pursuant to, and subject to, the terms and conditions of the Agreement, and all capitalized terms hereunder that are not defined shall be given the meanings set forth in the Agreement. In the event of a conflict between the terms of this instrument and the Agreement, the terms of the Agreement shall control. In accordance with Article VIII of the Agreement, Grantor and Grantee hereby agree that 1.01 MGD of off-peak treatment plant capacity is being conveyed hereby and that the percentage undivided ownership interest in the facilities conveyed hereunder is equal to the quotient obtained by dividing the amount of capacity requested to date by Grantee under the Agreement (1.01 MGD) by the Expanded Plant capacity (15.8 MGD), calculated in accordance with the terms of the Agreement. Grantor and Grantee hereby each agree to execute such other specific documents as may be necessary or appropriate to accomplish the transfers contemplated in the Agreement and this document. When the context requires, singular nouns and pronouns include the plural. References to defined terms shall refer to those terms defined in the Agreement. Executed effective October 1, 2003. GRANTOR: CITY OF GEORGETOWN, municipality 152 ACCEPTED: Gary Nelon, Mayor TEXAS, a Texas home rule GRANTEE: CHISHOLM TRAIL SPECIAL UTILITY DISTRICT Ey: ze— . f. ! lA President THE STATE OF TEXAS COUNTY OF WILLIAMSON This instrument was acknowledged before me on the l lthday of may 2004, by C.E. Pastor , President of Chisholm Trail Special Utility District, on behalf of said district. THE STATE OF TEXAS COUNTY OF WILLIAMSON This instrument was acknowledged before me on the_ day of 2004, by Gary Nelon, Mayor of the City of Georgetown, a Texas home rule municipality, on behalf of said municipality. Notary Public, State of Texas (SEAL) Bill of Sale gF•y-\1 BILLIE J.�am d To wrrrrclrrdro (S h ly c.rwra r,oae MARCH 30, 2008 THE STATE OF TEXAS COUNTY OF WILLIAMSON This instrument was acknowledged before me on the_ day of 2004, by Gary Nelon, Mayor of the City of Georgetown, a Texas home rule municipality, on behalf of said municipality. Notary Public, State of Texas (SEAL) Bill of Sale AFTER RECORDING RETURN TO: Chisholm Trail Special Utility District P.O. Box 249 Florence, Texas 76527 Attn: General Manager C"FSUD- Bill of Sale for Georgetown Plant Rev 5-3-04 Joint Operating Agreement Between The City of Georgetown And The Chisholm Trail Special Utility District In accordance with the terms of "The Water Service, Water Rights, and Facility Ownership Contract Between the City of Georgetown and Chisholm Trail Special Utility District" dated February 23, 1999 ("Contract"), as amended, the City of Georgetown ("Georgetown") and Chisholm Trail Special Utility District ( "CTSUD") hereby enter into this Joint Operating Agreement ("JOA"). L PARTIES 1.1 This JOA is entered into by and between the City of Georgetown, Texas and Chisholm Trail Special Utility District, Florence, Texas. H. TERM OF AGREEMENT 2.1 This JOA forms the basis of the operating partnership between Georgetown and CTSUD as required by Section 6.3 of the Contract and shall remain in effect for so long as the Contract remains in effect. This JOA shall be effective as of April 1, 2003, and shall terminate simultaneously without any action by the parties upon termination of the Contract. 2.2 This JOA shall be reviewed annually by the parties and may be updated as provided in Article VII. III. OFF-PEAK WATER UTILIZATION 3.1 The Parties agree to the following water delivery restrictions or limitations: 3.1.1 Georgetown may limit the daily delivery of water to CTSUD in any 24 hour period to an amount equal to CTSUD's undivided ownership interest in the Lake Georgetown Water Treatment Plant ("LWTP") facilities (expressed in terms of average day capacity), as acquired from time to time by CTSUD in accordance with the Contract (the "CTLWTP Capacity") multiplied by the Allowable Peaking Factor, which delivery rate limitation shall be referred to hereinafter as the "Maximum Delivery Rate" or "MDR". The parties will mutually establish the Allowable Peaking Factor each year as part of the annual meeting to be held in accordance with Article Page 1 of 7 VII. The Allowable Peaking Factor shall be based upon the peak capacity of the Georgetown treated water delivery system utilized to deliver treated water to CTSUD and other customers of Georgetown served by the LWTP. Georgetown shall not limit the daily delivery of water to CTSUD in any 24-hour period to an amount less than the MDR except during peak utilization and emergency periods in accordance with Section 3.1.3 and Section 4.3 below. The Allowable Peaking Factor shall not be less than 1.0. 3.1.2 The Woods Pump Station control valve may be set by CTSUD such that the delivery rate will not exceed the MDR, as that term is defined in Section 3. 1.1 above. 3.1.3 Georgetown may limit or curtail delivery of water at CTSUD's point(s) of delivery during the daily 6 -hour peak utilization period in accordance with the terms of Section 3.1.4 below for up to 30 calendar days per year, subject to the notification requirements set forth herein. 3.1.4 During days when Georgetown has limited or curtailed the delivery of water during the 6 -hour peak utilization period, restriction or curtailment of water deliveries to CTSUD shall be by one of the following methods: a. Complete isolation at the delivery point for a maximum duration of six hours, OR b. Throttling of the flow control valve over the 24-hour period such that the maximum delivery is equal to 75% of the MDR, OR C. Any other method agreed upon by the parties. 3.2 CTSUD will be responsible for operation of the control valve at the Woods Pump Station, but Georgetown shall have the right to adjust the valve in accordance with this Agreement if CTSUD fails to do so within 48 hours of notification by Georgetown. 3.3 During authorized curtailment periods, Georgetown shall make every effort to restrict deliveries by limiting the flow rate at the point of delivery instead of completely terminating the supply of water at the delivery point. IV. NOTIFICATION PROCEDURES 4.1 In accordance with Paragraph 6.3 of the Contract, Georgetown will provide CTSUD with not less than 24 hours written notice of peak utilization periods. Page 2 of 7 4.2 Georgetown will use the following notification protocol: a) Upon the determination that Georgetown's anticipated six hour peak utilization period demand will require the restriction or curtailment of delivery of water to CTSUD during said period, the Georgetown Water Services Manager will notify CTSUD's General Manager not less than 24 hours in advance of the need to implement peak time limitations, stating the duration and method of the water delivery limitation. b) Georgetown's Water Services personnel will use their best efforts to manipulate the Georgetown system to curtail delivery of water within peak utilization periods not less than 24 hours after notification of CTSUD. c) The Georgetown Water Services Manager will notify CTSUD General Manager of any cancellation of peak utilization period prior to its expiration. 4.3 When due to system malfunction or breakdown the production of potable water is interrupted, or the ability to transport potable water from the LWTP to the CTSUD Point(s) of delivery is restricted, Georgetown may restrict or curtail the delivery of potable water to CTSUD. During such "Emergency Curtailments" the Georgetown Water Services Manager will notify the CTSUD General Manager as soon as possible and shall include in such notice an estimate of the anticipated duration of the emergency. V. WATER METERING 5.1 To maintain control of its water delivery system, Georgetown will electronically monitor the volume and flow of water delivered to CTSUD, at each point of delivery. 5.2 CTSUD will technically assist Georgetown in the installation and operation of an electronic monitoring system to provide real-time access to water utilization rates in accordance with the terms and provisions of the Contract. 5.3 Georgetown will provide CTSUD with full access to the electronic monitoring system and provide CTSUD on a monthly basis with daily readings of water purchased during the preceding month. VL WATER DELIVERY COSTS 6.1 The methodology for calculation of the costs of production and delivery of water to be charged to CTSUD are provided in Appendix A (Wheeling Costs) and Appendix B (Plant Operations Costs). CTSUD shall pay the for its pro rata share of Wheeling Costs and Plant Operations Costs by payment of a "Base Cost" rate per thousand gallons of water delivered Page 3 of 7 to CTSUD for all water purchased by CTSUD up to an amount equal to the CTLWTP Capacity, to be calculated on a daily average basis over an annual period from October 1 through September 30. Georgetown shall invoice CTSUD for such costs on a monthly basis, and CTSUD shall pay the invoice within thirty (30) days of receipt. Notwithstanding the foregoing, the parties agree that the first term of this JOA (April 1, 2003 through September 30, 2003) will consist of less than twelve (12) months of usage, and CTSUD shall pay $.42 per 1,000 gallons for all water delivered during such period. 6.2 In the event that CTSUD purchases more water than the CTLWTP Capacity during an annual period, CTSUD shall pay a "Wholesale Cost" rate per thousand gallons of water for all water delivered during the preceding annual period above the CTLWTP Capacity. The methodology for calculation of the Wholesale Cost is set forth on Appendix B attached hereto. The determination of whether CTSUD has exceeded the CTLWTP Capacity on an annual basis shall be made and reconciled in connection with the October billing, and CTSUD shall pay the October invoice within thirty (30) days of receipt. 6.3 Georgetown will update the Wheeling Costs, the Plant Operations Costs, the Base Cost, and the Wholesale Cost (all as identified in Appendix A and Appendix B) based on Georgetown's actual costs of operation during the preceding year, as adjusted for known and measurable changes. Georgetown will present the updated costs to CTSUD at the Annual Meeting to be conducted by the parties in accordance with Article VII below, or by August 15, whichever is earlier, so that CTSUD may incorporate the costs into its fiscal year budget. 6.4 Georgetown agrees that all rates and costs charged to CTSUD shall be reasonable, just, nondiscriminatory, and shall reflect CTSUD's ownership interest in the LWTP and pro rata share of costs, to be calculated in accordance with the methodology set forth in this Agreement and the Contract. VII. ANNUAL MEETING 7.1 An "Annual Meeting" by representatives of Georgetown and CTSUD will be held on or before August 15 of each year with the exact date scheduled in good faith by both parties. 7.2 The topics for consideration at the Annual Meeting will include, at a minimum, the following: a. Update the JOA. b. Update respective capital improvement schedule. C. Update respective water infrastructure planning schedules. d. Update Base Cost, Wheeling Costs, Plant Operations Cost, and Wholesale Costs. e. Review water conservation plans. f. Review peaking factor and times. g. Discuss other issues related to the Contract. Page 4 of 7 In the event that the parties are unable in good faith to agree upon an update regarding items 7.2.a, 7.2.d, and 7.2.f, the then -current matter shall remain in effect until the dispute is resolved by alternative means. 7.3 The place of the Annual Meeting will alternate between Georgetown and CTSUD, unless mutually agreed upon by both parties prior to July 30 of each year. VIII. MISCELLANEOUS 8.1 Georgetown will notify CTSUD not less than five (5) calendar days prior to changes to its water treatment method so that CTSUD will have adequate time to modify its water treatment method, if necessary. 8.2 For emergency notifications, the following numbers are the official emergency notification numbers for each party: For Georgetown: 512-930-3555 For CTSUD: 254-793-3103 8.3 All terms of the Contract shall remain in effect. By execution of this JOA, Georgetown and CTSUD agree and understand that the purpose of this JOA is to provide and facilitate daily water operation procedures and costs associated with the Lake Water Treatment Plant and associated treated water delivery systems. 8.4 This Agreement is the entire JOA between the parties with respect to the subject matter hereof. No modification of this JOA shall be of any force and effect whatsoever, excepting a subsequent modification in writing signed by both parties; provided, however, that representatives of the parties may update costs and other operational matters annually in accordance with the terms of this Agreement. 8.5 This JOA is solely for the benefit of the formal parties hereto and no right or cause of action shall accrue upon or by reason hereof, to or for the benefit of any third party not a formal party hereto. 8.6 If any court finds any part of this JOA invalid or unenforceable, such invalidity or unenforceability shall not affect the other parts of this JOA if the rights and obligations of the parties contained therein are not materially prejudiced and if the intentions of the parties can continue to be effective. To that end, this JOA is declared to be severable. 8.7 This JOA shall be binding upon and shall inure to the benefit of the successors or assigns of Page 5 of 7 the parties hereto. 8.8 This JOA and the provisions contained herein shall be construed, controlled, and interpreted according to the laws of the State of Texas. Venue lies in Williamson County, Texas. 8.9 All notices required or authorized under this JOA shall be given in writing and shall be served by mail on the parties at the addresses listed below: Georgetown: City Manager City of Georgetown P. O. Box 409 Georgetown, Texas 78627 CTSUD: General Manager Chisholm Trail Special Utility District P. O. Box 249 Florence, Texas 76527 8.10 This written JOA constitutes the entire agreement between the parties concerning the subject matter hereof. Modifications to and waivers of the provisions herein shall not be binding unless made in writing and signed by the parties hereto. 8.11 This JOA may not be assigned in whole or in part without the express written consent of the non -assigning party. 8.12 Prior to the institution of legal action by either party related to any dispute arising under this JOA, said dispute shall be referred to mediation by an independent mediator mutually agreed upon by both parties. 8.13 Either party to this JOA who is the prevailing party in any legal proceeding against the other party, brought in relation to this JOA, shall be entitled to recover court costs and reasonable attorneys' fees from the non -prevailing party. 8.14 The parties hereto covenant and agree that they shall execute and deliver such other and further instruments and documents as are or may become necessary or convenient to effectuate and carry out the intent of this JOA. Page 6 of 7 EXECUTED AND AGREED TO BY THE PARTIES HERETO: City of Georgetown Printed Name Title Date te. 5r. f—'C ,i,- Chisholm Trail S.U.D. C.E. Pastor Printed Name Board President Title May 11, 2004 Date Page 7 of 7 ApN�.idix A Cost of Service Study Summary Wheeling Cost Calculation for FY 2004 _ CTSUD Assi ment (Average MGD Loss Factor Peaking Factor LWTP Capacity MGD 1.01 1.01 1.5 17.57 $ per kgal Note Per letter dated August 1, 2003 Based upon sstem design Based upon distributions stem limits As of Mar 1,2004 Sun City Line Capacity MGD 12.7 _ Based upon sstem design Sun City Line Capital Cost $ 1,453,851 Actual Cost Sun City Line Financing Cost $ 104,599 $ 0.023 B8/(B6-1000000'365)'1000'B3 Sun City Line Maintenance Cost $ 6,760 $ 0.001 B9/ 000-365)-1000-B3 Sun City Pump Station Capacity MGD 16.2 Based upon sstem desi n Sun City Pump Station Capital Cost $ 700,000 Actual Cost Sun City Pump Station Financing Cost $ 50,362 $ 0.009 B12/ B10*1000000*365 *1000*B3 Sun C4 Pump Station Electrical Cost $ 225,229 $ 0.058 B13/ 810*1000000*365 *1000*B3*B4 Sun City Pump Station Maintenance Cost $ 7,000 $ 0.001 B14/ 610'1000000*365 '1000*B3 Sun City Pump Station Operations Cost $ 10,000 $ 0.002 B15/ 610'1000000*365.1000'B3 Lake WTP 3 MG GST Capital Cost $ 1,240,383 Actual Cost Lake WTP 3 MG GST Financing Cost $ 89,241 $ 0.014 1 B17/ B5*1000000*365 '1000*B3 Lake WTP 3 MG GST Maintenance Cost $ 5,000 $ 0.001 1 B18/(B6-1000000-365)-1000-B3 _ Management Overhead CTSUD Wheeling Charge ($ per'Kga1y CTSUD Maximum Delivery Rate MDR 10% el `,,;,<< 15' m $ 0.011 0.119 1,052 SUM(C8.C18)*819 B2*B4'1000000/1440 Appendix B Cost of Service Study Summary Plant Ops Cost for FY 2004 $ per k al Note CTSUD Assignment (Average MGD 1.01 Per letter dated August 1, 2003 Peaking Factor 1.50 From Appendix A Lake Water Treatment Plant Capacity MGD 17.57 Plant Capacity Mar 1, 2004 Lake Water Treatment Expanded Plant Limit MGD 15.80 From CTSUD Contract Production Projection - All Georgetown Plants MG 3150.00 From OMI Contract Appendix F LWTP Actual Production - MG 1297.56 LWTP Production Oct 02 - Sep 03 LWTP Operating Cost Differential 125% From OMI Proposal $303/$248 Base O&M Cost - All Georgetown Plants $ 594,919 $0.236 B9/B6/1000*B8 Maintenance Cost - All Georgetown Plants $ 50,000 $0.020 610/B6/1000*1218 Variable Cost - All Georgetown Plants $ 120,992 $0.048 B11/B6/1000*B8 Electrical Cost - LWTP On $ 114,372 $0.088 B12/1217/1000 Management Overhead 7.54% $0.030 SUM(C9..C12)*B13 LWTP Operating Cost $0.422 Wheeling Costs 1 $0.119 From Appendix A CTSUD "Base Cost" ($ per Kgal),including Wheeling ' _ > 'I a q � $0.541 , Capital Cost $ 16,421,117 ITotal Plant including debt issuance Financing Cost $1,395,795 1 Financing Cost (Principal and Interest Capital Cost Allocator 6% $0.218 B19*B18/ B2*365 /1000 Wholesale Margin 10% $0.022 C19*620 CTSUD" Wholesale Cost" ($ per K al including Wheeling $0.781 FIRST AMENDMENT WATER SERVICE, WATER RIGHTS, AND FACILITY OWNERSHIP CONTRACT BETWEEN THE CITY OF GEORGETOWN AND CHISHOLM TRAIL SPECIAL UTILITY DISTRICT This "First Amendment to the Water Service, Water Rights, and Facility Ownership Contract Between the City of Georgetown and Chisholm Trail Special Utility District" (the "First Amendment") is executed by and between the City of Georgetown, Texas ("Georgetown"), a Texas home rule municipal corporation, and Chisholm Trail Special Utility District ("Chisholm Trail"), a political subdivision of the State of Texas, organized and operating under Chapters 49 and 65 of the Texas Water Code, for the purposes and consideration set forth herein. RECITALS WHEREAS, Georgetown and Chisholm Trail entered into a contract entitled, "Water Service, Water Rights, and Facility Ownership Contract Between the City of Georgetown and Chisholm Trail Special Utility District" (the "Contract") on or about February 23, 1999; and WHEREAS. Paragraph 6.1 of Article VI., "Interim Water Treatment", of the Contract provides for the sale of up to 1.0 million -gallons of treated water per day (mgd) on an interim basis by Georgetown to Chisholm Trail; and WHEREAS. Chisholm Trail desires to obtain an additional interim treated water supply of 0.5 mgd for a total of 1.5 mgd: and WHEREAS. Georgetown has allowed the City of Round Rock to use, by agreement, a certain amount of Georgetown's Lake Georgetown reserved water supply; said agreement to expire on October 1.2000; and WHEREAS, the availability of an additional 0.5 mgd is contingent upon the Lake Georgetown reserved water supply being returned from Round Rock to Georgetown; and WHEREAS, Georgetown should have available within its water supply, treatment and distribution systems the additional 0.5 mgd of treated water on or after October 1, 2000; and WHEREAS, Georgeto«n is willing to sell to Chisholm Trail and Chisholm Trail is willing to purchase an additional treated water supply of up to 0.5 mgd on or after October 1, 2000; and WHEREAS. in the interim between June 1, 2000 and October 1, 2000 Georgetown is willing to sell to Chisholm Trail an additional 0.5 mgd on an "as available" basis. X. - NOW, THEREK., ._ NOW,'THEREK., 6, Geor, )wn and Chisholm Trail enter into the irst Amendment for the purposes and consideration set forth herein as follows: 1. Paragraph 6.1 of Article VI., "Interim Water Treatment," shall be deleted in its entirety and replaced with the following provision: "6.1 Upon execution of this First Amendment, and continuing until Chisholm Trail's Lake Stillhouse Hollow contract surface water is available at the Existing Plant, Georgetown will provide on an interim basis up to 1.0 million gallons per day daily average ("mgd") of treated water at normal Georgetown system pressure on an "off-peak" basis, as defined in Paragraph 6.3, to Chisholm Trail, at a mutually acceptable point or points of delivery. Additionally, Georgetown will provide, during the period from October 1, 3000, and continuing until Chisholm Trail's Lake Stillhouse Hollow contract surface water is available at the Existing Plant, up to an additional 0.5 mgd of treated water at normal Georgetown system pressure on an "off-peak" basis. as defined in Paragraph 6.2. to Chisholm Trail, at a mutually acceptable point or points of delivery. Provided however, the additional 0.5 mgd of treated water shall not trigger the water treatment plant planning and construction activities of Paragraph 6.2. Chisholm Trail will pkv Georgetown for watei received under this Paragraph at a rate of S 1.50 per thousand gallons of water metered at the designated point or points of delivery, subject to modifications in accordance with Paragraph 6.6, below." 3. Except as set forth above, all provisions of the Contract shall remain in effect as written. EXECUTED AND AGREED TO in duplicate originals by the parties hereto. Chisholm Trail Special Utility District By: Title: President. Board of Directors Arrest: Tide: Date: Citv Secretary �� 2 City of Georgetown. Texas Title: Mayor r�uauuucw �, 1 STATE OF TEXAS § WATER SERVICE, WATER RIGHTS, AND § FACILITY OWNERSHIP CONTRACT COUNTY OF WILLIAMSON § BETWEEN THE CITY OF GEORGETOWN § AND CHISHOLM TRAIL SPECIAL CITY OF GEORGETOWN § UTILITY DISTRICT This contract (the "Contract") is executed by and between the City of Georgetown, Texas ("Georgetown"), a Texas home rule municipal corporation, and Chisholm Trail Special Utility District ("Chisholm Trail"), a political subdivision of the State of Texas, organized and operating under Chapters 49 and 65 of the Texas Water Code, for the purposes and consideration set forth herein. RECITALS WHEREAS, Georgetown is a home rule municipal corporation organized in accordance with the laws of the State of Texas; and WHEREAS, Chisholm Trail is a special utility district organized and operating under Chapters 49 and 65 of the Texas Water Code; and WHEREAS, Georgetown and Chisholm Trail are both "retail public utilities" as defined in Section 13.002 of the Texas Water Code; and WHEREAS, Georgetown has been issued Certificate of Convenience and Necessity ("CCN") No. 12369 by the Texas Natural Resource Conservation Commission ("TNRCC") to Provide water utility service for certain areas within Williamson County, Texas; and WHEREAS, Chisholm Trail has been issued CCN No. 11590 by the TNRCC to provide water utility service for certain areas within Williamson, Burnet and Bell Counties, Texas, some of which are near Georgetown's CCN area; and WHEREAS, Georgetown currently leases property from the United States Army Corps of Engineers ("COE"), as shown on the lease agreement attached hereto as Exhibit A, to operate a water treatment plant at Lake Georgetown; and WHEREAS, Chisholm Trail currently has outstanding indebtedness to the United States Department of Agriculture, Rural Development ("RDA"), the successor to the former Farmer's Home Administration, U.S. Department of Agriculture, in the total cumulative original principal amounts of approximately $8,250,000.00; and WHEREAS, Georgetown has reserved 15,448 acre-feet of contract surface water rights from the Brazos River Authority in Lake Stillhouse Hollow, as shown on the attached Exhibit B; and WHEREAS Chisholm Trail has reserved 1860 acre-feet of contract surface water rights from the Brazos River Authority in Lake Stillhouse Hollow as shown on the attached Exhibit C; and WHEREAS, Georgetown is a party to a contract with the Brazos River Authority ("BRA") as shown on the attached Exhibit D for the construction of the Williamson County regional raw water line, and associated infrastructure, (collectively, the "Project") to transfer surface water from Lake Stillhouse Hollow to Lake Georgetown; and WHEREAS, Chisholm Trail has approved the execution of a contract attached hereto as / Exhibit E with the Brazos River Authority for construction of the Project; and WHEREAS, for purposes of this Contract, the area identified on the attached Exhibit F located outside Georgetown's corporate limits (as such limits may be amended from time to time) but within Georgetown's extraterritorial jurisdiction (as it maybe amended from time to time) shall be referred to as the "ETT' and the area identified on the aforementioned Exhibit F outside Georgetown's corporate limits and the ETJ shall be referred to herein as the "Planning Area"; WHEREAS, Georgetown desires to encourage urban growth densities in the Planning Area in order to adequately fund a north -south transportation network; and WHEREAS, Chisholm Trail desires to obtain supplemental surface water supply from Georgetown; and WHEREAS, Chisholm Trail desires to obtain surface water treatment capacity from Georgetown; and WHEREAS, Georgetown provides water and wastewater utility service within its corporate limits; and WHEREAS, Chisholm Trail does not currently provide wastewater utility service; and WHEREAS, Georgetown desires to provide wastewater utility service for certain areas within Chisholm Trail's water service CCN area; and WHEREAS, Chisholm Trail desires to transfer certain areas within its present CCN area to Georgetown to accommodate higher density development; and WHEREAS, Georgetown desires to transfer specific amounts of its reserved contract surface water rights in Lake Stillhouse Hollow and the Project to Chisholm Trail; and 2 WHEREAS, Georgetown owns a water treatment plant located at Lake Georgetown on the property described in Exhibit A along with the Lake Georgetown water intake structure, treated water high service pumps and all associated appurtenances located at the water treatment plant (collectively referred to herein as the "Existing Plant"); and WHEREAS, the said Existing Plant as expanded by increasing its treatment capacity to 15.8 mgd shall be referred to herein as the "Expanded Plant", with any expansion by Georgetown beyond 15.8 mgd being specifically excluded from this Contract; and WHEREAS, Georgetown desires to convey to Chisholm Trail an undivided ownership interest in the Existing Plant and Expanded Plant for the purpose of among other things, facilitating the ability of Chisholm Trail to receive a specified amount of treated water, and WHEREAS, Georgetown and Chisholm Trail desire to maintain water system interconnections between their respective water supply systems; and WHEREAS, Georgetown and Chisholm Trail desire to provide the basis for the development of a regional water supply system; and WHEREAS, the establishment of permanent water CCN boundaries between Chisholm Trail and Georgetown will greatly enhance the ability of Chisholm Trail to make long-term service plans and commitments for water service throughout its service area; and WHEREAS, the establishment of cooperative planning efforts between Georgetown and Chisholm Trail will greatly enhance the ability of Georgetown to provide for the long-term benefit of its current and future citizens; and WHEREAS, Georgetown and Chisholm Trail have, through good faith negotiations, resolved issues concerning the scope, conditions, and limitations on transfers of water CCN areas, subject to approval by the TNRCC; NOW, THEREFORE, Georgetown and Chisholm Trail enter into this Contract for the purposes and consideration set forth herein as follows: I. PARTIES 1.1 This Contract is entered into by and between the City of Georgetown, Texas and Chisholm Trail Special Utility District, Florence, Texas. II. TERM OF CONTRACT 2.1 This Contract forms the basis for a long term working relationship between Georgetown and Chisholm Trail and, in accordance with Section 791.026 of the Interlocal Cooperation Act of the Texas Government Code, shall remain valid and enforceable until superseded by subsequent written agreement, except as may otherwise be provided herein. III. TRANSFER OF HIGHWAY 195 WATER UTILITY SERVICE AREA 3.1 Upon execution of this Contract, Chisholm Trail and Georgetown will file applications with the TNRCC to decertify from Chisholm Trail's water CCN service territory and transfer to Georgetown's water CCN service area the water service area shown on Exhibit G, attached hereto and referred to herein as the "Highway 195 Service Area." Chisholm Trail will continue to provide retail water service, at current service levels, to all existing customers located within the said Highway 195 Service Area until such customers are transferred to Georgetown in accordance with Paragraph 3.2 below. 3.2 Chisholm Trail will transfer its then existing water customers located within the Highway 195 Service Area to Georgetown within 90 days of written notice from Georgetown that all necessary water service infrastructure improvements for Georgetown to serve those customers have been installed and are operational and upon receipt of approval from the TNRCC for the transfer of said service area from Chisholm Trail to Georgetown. Upon said customer transfer, Chisholm Trail will transfer by bill of sale ownership of all water distribution lines, valves, water meter boxes and appurtenances to Georgetown. Georgetown will replace existing Chisholm Trail water meters with Georgetown water meters. 3.3 Georgetown agrees to make all necessary water service improvements described in Section 3.2 above within a period of time sufficient to allow all Highway 195 Service Area customer transfers to be completed within ten (10) years from the effective date of this Contract. 3.4 Georgetown will provide water service to all new (i.e., subsequent to the effective date of this Contract) customers in the Highway 195 Service Area unless Georgetown and Chisholm Trail mutually agree that Chisholm Trial will provide interim water service to specific new customers. 3.5 All Chisholm Trail easements within the Highway 195 Service Area whose sole function is to provide service to the transferred customers will be assigned to Georgetown to the extent such easements are assignable. Chisholm Trail will allow Georgetown to utilize any current or future Chisholm Trail easements within the Highway 195 Service Area to serve the transferred customers to the extent that Georgetown's use does not interfere with Chisholm Trail's use of the same easements and to the extent such utilization is authorized under the terms of each easement. 4 3.6 Chisholm Trail will maintain ownership of all District water transmission mains, appurtenances and associated easements located within the Highway 195 Service Area, along with any other facilities that are not transferred to Georgetown pursuant to Section 3.2 above. To the maximum extent possible under Texas law, Georgetown will assist Chisholm Trail's acquisition of new water transmission infrastructure easements in this area. IV. TRANSFER OF SUN CITY GEORGETOWN WATER UTILITY SERVICE AREA 4.1 Upon receipt of written notice from Georgetown, Chisholm Trail will file within sixty (60) days an application with the TNRCC for authorization to decertify from its water CCN service area and transfer to Georgetown a one-time maximum of up to 1,000 acres of undeveloped land, located within its water CCN service area and contiguous to property owned by Del Webb Corporation, that is required for the future expansion of the Del Webb Corporation development referred to as Sun City Georgetown (the "Sun City Service Area"). For purposes of this Section IV, the term "undeveloped land" shall mean land to which Chisholm Trail has not provided, or has not agreed to provide, retail water service at the time Del Webb Corporation designates the area for this one-time transfer of land pursuant to Sections 4.1 and 4.2, herein; provided, however, that Chisholm Trail may in its sole discretion choose to allow developed land to be treated as undeveloped land for purposes of this Paragraph 4.1. 4.2. The writtenrequest forthe one-time tr-drtsferof thewaterCCN service area referenced in Paragraph 4.1 must occur within twelve (12) months of the effective date of this Contract. If the written request is not received within the said twelve months, Chisholm Trail's obligation to transfer any water CCN service area under the terms of this Article IV shall terminate. 4.3 Any then current Chisholm Trail customers located within the transferred Sun City Service Area will be transferred to Georgetown as soon as any and all required water infrastructure improvements needed to provide retail water service to said customers are completed and upon receipt of approval from the TNRCC. 4.4 Chisholm Trail will maintain ownership of all Chisholm Trail water transmission mains, appurtenances and related easements located within the transferred Sun City Service Area. To the maximum extent possible under Texas law, Georgetown will assist Chisholm Trail's acquisition of new water transmission infrastructure easements in the Sun City Service Area. 4.5 Chisholm Trail will allow Georgetown to utilize any current or future Chisholm Trail easements within the Sun City Service Area to serve the transferred customers to the extent that Georgetown's use does not interfere with Chisholm Trail's use of the same easements and to the extent permitted under the terms of each easement. 4.6 Unless otherwise agreed by the parties, in the event Del Webb Corporation chooses not to use (by sale or otherwise) any portion of the transferred Sun City Service Area as part of an expansion of Sun City Georgetown, Georgetown will file a CCN application with the TNRCC to transfer that unused portion of the transferred Sun City Service Area back to Chisholm Trial, E provided that Georgetown has not provided or has not agreed to provide retail water service to such unused portion and provided that Chisholm Trail agrees to include such unused portion in its water CCN service area. V. PERMANENT CCN BOUNDARIES AND REGULATORY APPROVAL 5.1 The Georgetown and Chisholm Trail water CCN service area boundaries as shown on the CCN map attached hereto as Exhibit H, subject to the possible one-time transfer of the Sun City Service Area, shall be permanent water CCN service area boundaries between Georgetown and Chisholm Trail. 5.2 Upon execution of the Contract, the CCN boundary dispute between the Chisholm Trail and Georgetown currently pending at the TNRCC and referred to as SOAH Docket No. 582-98-1307 will be resolved by both parties amending the water CCN service area boundaries so that they are as set forth in the attached Exhibit H. The parties acknowledge and agree that the Olde Oak Subdivision (as recorded at Cabinet F, Slide 326, Williamson County Plat Records), the Gabriel Estates Subdivision (as recorded at Cabinet G, Slides 313-314, Williamson County Plat Records) and the Chapparo Trail Subdivision (as recorded at Cabinet D, Slide 276, Williamson County Plat Records) will be included in Chisholm Trail's water CCN service area although Georgetown may provide service to that area of Chapparo Trail where it has previously committed to provide service. 5.3 The parties acknowledge and agree that in certain instances the RDA requires that a borrower of funds from the RDA obtain a release or other approval from the RDA prior to the borrower's transferring water service areas to another entity or of the borrower's contracting for improvements or additions to the borrower's system. Accordingly, Chisholm Trail agrees to submit the requisite application to the RDA for any such necessary release or approval within ten (10) days of the effective date of this Contract. If for any reason the RDA does not grant the requisite release or approval, the parties agree that they will take all necessary actions to amend this Contract to account for the lack of RDA approval in such a way as to effectuate as much as possible the purposes of this Contract. 5.4 The parties acknowledge and agree that Paragraph Six of Georgetown's lease with the COE (Exhibit A attached hereto) for the Lake Georgetown property where the Existing Plant is located appears to prohibit transfer of the leasehold or improvements thereon without written consent of the COE. The parties also acknowledge and agree that Georgetown will need approval from the COE for Chisholm Trail to utilize the Lake Georgetown property for Chisholm Trail's possible expansion of the Existing Plant or the Expanded Plant pursuant to Paragraph 8.7 of this Contract. Accordingly, upon execution of this Contract, Georgetown will seek appropriate COE approval for Georgetown's sale of an equity ownership interest in the Existing Plant and the Expanded Plant to Chisholm Trail and for Chisholm Trail's possible use of the Lake Georgetown property pursuant to Paragraph 8.7, below. If for any reason the COE does not grant the requisite approval, the parties agree that Georgetown will nevertheless provide water treatment service to Chisholm Trail in the amounts of and pursuant to the cost and operation provisions of Section VIII of this Contract. When G Georgetown enters into negotiations with the COE to renew its lease on the Lake Georgetown property where the Existing Plant is located, it will include Chisholm Trail in those negotiations. VI. INTERIM WATER TREATMENT 6.1 Upon execution of this Contract, and continuing until Chisholm Trail's Lake Stillhouse Hollow contract surface water is available at the Existing Plant, Georgetown will provide on an interim basis up to 1.0 million gallons per day daily average ("mgd") of treated water at normal Georgetown system pressure on an "off-peak" basis, as defined in Paragraph 6.2, to Chisholm Trail, at a mutually acceptable point or points of delivery. Chisholm Trail will pay Georgetown for water received under this Paragraph at a rate of $1.50 per thousand gallons of water metered at the designated point or points of delivery, subject to modification in accordance with Paragraph 6.6, below. 6.2 For purposes of this Contract, "peak" time is defined as the time from 3:00 p.m. to 9:00 p.m. daily when the entire treatment capacity is being utilized to provide treated water to Georgetown's customers, with all other hours being off-peak. For Georgetown's and Chisholm Trail's operational purposes, it is not expected that water will actually be unavailable to Chisholm Trail during the peak time for more than thirty (30) calendar days per calendar year (with each 3:0(y p.m. to 9:00 p.m. period of unavailability constituting one calendar day). Should the peak time occur for more than thirty (3 0) calendar days in one calendar year, Georgetown will, before the end of that calendar year, initiate planning and construction activities at its sole cost to assure that the unavailability period shall not exceed thirty (30) days for more than one of the three subsequent calendar years. 6.3 Within one hundred and eighty (180) days of the effective date of this Contract, Georgetown and Chisholm Trail shall enter into a joint operating agreement ("JOA") that will specify operational details and cost sharing for transmission of treated water between the parties. The JOA will be updated on an annual basis, as needed The JOA shall include a notice provision whereby Georgetown shall provide Chisholm Trail with a twenty-four (24) hour prior notice of curtailment of service due to expected peaking during the subsequent calendar day. It is anticipated that the JOA shall provide for the sharing of operational costs by the parties. 6.4 Chisholm Trail anticipates that the initial point of delivery for the interim water will be from Georgetown's Williams Drive (i.e., F.M. 2338) 30 -inch diameter water transmission main near the intersection of Williams Drive and Del Webb Boulevard Chisholm Trail will construct, to Georgetown's then existing standards, all necessary improvements, including a water meter (f2.0% accuracy), vault, connecting pipeline, and related infrastructure, to transfer treated water from Georgetown's existing system to the point or points of delivery. The water meter, vault, connecting pipeline, and all related infrastructure shall be dedicated to Georgetown after construction by Chisholm Trail. 6.5 Chisholm Trail and Georgetown may designate other points of delivery prior to expiration of the terms of this Section VI in accordance with Paragraph 6.6. If any such other points 7 of delivery are so designated, Chisholm Trail will construct to Georgetown's then existing standards all necessary improvements, including water meter (t2.0% accuracy), vault, connecting pipeline, and related infrastructure, to transfer treated water from Georgetown's existing system to the additional point or points of delivery. The water meter, vault, connecting pipeline, and all related infrastructure shall be dedicated to Georgetown after construction by Chisholm Trail. 6.6 The provision of interim treated water service described under this Article VI to Chisholm Trail by Georgetown shall terminate when Chisholm Trail's Lake Stillhouse Hollow contract surface water is available at the Existing Plant, unless otherwise mutually agreed upon by both parties. 6.7 In the event Chisholm Trail's Lake Stillhouse Hollow contract surface water is not available at the Existing Plant by September 1, 2001, the interim water rate of $1.50 per thousand gallons may be proportionally increased or decreased by Georgetown based upon any changes in Georgetown's cost of treatment, as mutually agreed upon by both parties. VII. TRANSFER OF LAKE STILLHOUSE HOLLOW CONTRACT SURFACE WATER RIGHTS 7.1 Georgetown will transfer, in total or in increments, within sixty (60) days after receiving a written request from Chisholm Trail, 840 acre-feet of its reserved contract surface water rights in Lake Stillhouse Hollow, including the related Williamson County raw water pipeline capacity and any other associated rights, to Chisholm Trail. The parties agree that the transfer of the total amount of 840 acre-feet shall occur not later than 3 years after the date that Stillhouse Hollow water is available at the Existing Plant. Upon transfer of the 840 acre-feet, Chisholm Trail will assume Georgetown's annual payment on same to the BRA (including any pro rata share for the initial year). 7.2 Georgetown will transfer, in total or in increments,. within sixty (60) days after receiving a written request or requests from Chisholm Trail., an additional 840 acre-feet of Georgetown's reserved contract surface water rights in Lake Stillhouse Hollow to Chisholm Trail (resulting in a total of 1,680 acre-feet of transferred contract surface water rights pursuant to Paragraphs 7.1 and 7.2 herein), including the related Williamson County rawwater pipeline capacity and any other associated rights. It is agreed, however, that the transfer of this additional 840 acre- feet, or any part thereof, cannot occur prior to September 1, 2001, or Georgetown's next capital expansion of the Existing Plant or associated facilities, whichever occurs later. Upon transfer of the additional 840 acre-feet, Chisholm Trail will assume Georgetown's annual payment on same to the BRA (including any pro rata share for the initial year). The parties agree that the transfer of the total amount of 840 acre-feet provided for in this Paragraph 7.2 shall occur not later than 3 years after the Existing Plant is expanded to 15.8 mgd in accordance with Paragraph 8.3, below. 7.3 Georgetown will notify the BRA of the respective transfer of Lake Stillhouse Hollow contract surface water rights described in this.Article upon receiving written notice from Chisholm Trail requesting the respective transfer. K VIII. CONVEYANCE OF PLANT OWNERSHIP INTEREST 8.1 Upon written request from Chisholm Trail, Georgetown will immediately convey to Chisholm Trail an undivided ownership interest in the Existing Plant in a percentage equal to the quotient obtained by dividing the amount of capacity in mgd desired by Chisholm Trail (up to a maximum of 2.18 mgd) by the total existing capacity of the Existing Plant and shall further convey to Chisholm Trail full right and title to a corresponding amount of off-peak water treatment capacity (up to a maximum of 2.18 mgd). Such conveyance of ownership interest may be made in one or more capacity increments, so long as the sum of all requested transfer capacity increments does not exceed a total of 2.18 mgd (i.e., 28% interest in the Existing Plant), and shall be documented by mutually agreeable conveyance instruments. It is agreed by the parties that Chisholm Trail shall not assume any responsibility for any debt service associated with the cost of the Existing Plant. 8.2 Subject to Paragraph 8.3, below, and upon completion of the Project, Georgetown will convey to Chisholm Trail, upon written request from Chisholm Trail, an additional undivided ownership interest in the Expanded Plant in a percentage equal to the quotient obtained by dividing the amount of capacity in mgd desired by Chisholm Trail (up to a maximum of 2.18 mgd) by the capacity of the Expanded Plant and including full right and title to a corresponding amount of off-peak water treatment capacity (up to a maximum of 2.18 mgd). Such conveyance of ownership interest may be made in one or more capacity increments, so long as the sum of all requested transfer capacity increments does not exceed a total of 2.18 mgd (i.e., 28% interest in the Expanded Plant), and shall be documented by mutually agreeable conveyance instruments. It is agreed by the parties that Chisholm Trail shall not assume any responsibility for any debt service associated with the cost of the Expanded Plant. 8.3 Georgetown shall not be required to convey to Chisholm Trail the additional 2.18 mgd off-peak capacity described in Paragraph 8.2 until Georgetown expands the Existing Plant's capacity in accordancewith Georgetown's capital improvements program. Georgetown's currently approved capital improvements program is attached hereto as Exhibit I. As set forth therein, it shows the incremental expansion of the Existing Plant and facilities, and the maximum incremental off-peak capacity Chisholm Trail could request. At no time shall Chisholm Trail's total percentage ownership in the Expanded Plant exceed 28%. 8.4 Upon transfer of all or part of the 4.36 mgd off-peak capacity ownership to Chisholm Trail by Georgetown, Chisholm Trail will pay its pro rata share ofall fixed operational costs, Planned capital expenditures, and emergency capital expenditures associated with normal operation and modernization, excluding any Georgetown debt service, depreciation, rate of return, or historic capital/recapitalization costs associated with the Existing Plant or Expanded Plant. For purposes of this Paragraph 8.4, Chisholm Trail's pro rata share shall be based on the then Chisholm Trail percentage ownership divided by the then total treatment capacity. Georgetown shall provide Chisholm Trail with six (6) months prior notice of all planned capital expenditures required for normal operation and modernization. If an emergency capital expenditure is required for major repair or equipment replacement, Chisholm Trail shall pay its pro -rata share of the emergency major repair or equipment cost within 30 -days of receiving written notice from Georgetown. For purposes OJ of this paragraph, a capital expenditure is defined as any equipment which costs more than $25,000 to repair or purchase and install. Any capital expenditure costing less than $25,000 will be considered a non -capital expenditure. All non -capital expenditures will be included as part of the fixed cost in calculating the fixed component of the operation and maintenance cost of Chisholm Trail's off-peak treatment capacity. Chisholm Trail shall, at all times, maintain an annual $50,000 reserve fund to pay for its pro rata share of emergency capital expenditures. Chisholm Trail shall have no obligation to pay for any capital expansions associated with expanding the Existing Plant to provide water service to customers other than Chisholm Trail. 8.5 Upon transfer of all or part of the 4.36 mgd off-peak capacity ownership to Chisholm Trail by Georgetown, Chisholm Trail will pay its pro rata share of all variable costs associated with normal operations. For purposes of this Paragraph 8.5, Chisholm Trail's pro rata share of the variable costs shall be determined by dividing the total amount of treated water delivered to Chisholm Trail at the point or points of delivery by the total amount of treated water pumped from the Existing Plant or Expanded Plant, all during the specified accounting period, multiplied by one (1) plus the transmission loss factor determined in accordance with Paragraph 8.8. The specified accounting period will be determined from time to time by mutual agreement of the parties. 8.6 For purposes of this Contract, the terms "fixed costs" and "variable costs" shall be mutually agreed upon by both parties using generally accepted ratemaking practices and shall be included in the annual cost of service study required by Paragraph 8.13. 8.7 Chisholm Trail may secure and own additional treatment capacity adjacent to or connected to the Existing Plant or Expanded Plant, over and above the off-peak capacities set forth above totaling a maximum of 4.36 mgd, subject to the conditions of Paragraph 5.4, by paying one hundred percent (100 %) of the cost associated with the construction, financing and operation of the additional treatment capacity; provided that such construction does not impact Georgetown's long term treatment capacity requirements. Georgetown will be the operating entity for any such additional treatment capacity. 8.8 Georgetown agrees to transport, via Georgetown's water system under normal Georgetown system pressure, Chisholm Trail's treated water, originating at the Existing Plant or Expanded Plant or other water treatment facilities, to one or more points of delivery. Chisholm Trail shall not be charged for transmission losses in excess of three percent (3%) between the source or sources of raw water supply and the point or points of delivery. This transmission loss factor may be modified at any time by mutual agreement of the parties and, if so modified, shall be included in the cost of service study required by Paragraph 8.13. 8.9 The point, or points, of delivery for Chisholm Trail's treated water shall be mutually agreed upon by Georgetown and Chisholm Trail. Chisholm Trail shall construct to Georgetown's then existing standard all necessary improvements including a water meter (t2.0% accuracy), vault, connecting pipeline, and related infrastructure from Georgetown's existing system to the point or Points of delivery. The water meter, vault,. and all related infrastructure shall be dedicated to Georgetown after construction by Chisholm Trail. 10 8.10 Unless mutually agreed upon by both parties, where permanent water service infrastructure related to a mutually agreed upon point of delivery is constructed by Chisholm Trail and transferred to Georgetown under either Article VI or Article VIII of this Contract, Georgetown will not discontinue service at that point of delivery for a minimum period of ten (10) years, except as provided for in Article IV above. Any subsequent discontinuation of service to that delivery point shall require at least three (3) years prior written notice by Georgetown to Chisholm Trail. 8.11 Chisholm Trail shall pay $0.69 (treatment and delivery costs) per thousand gallons of treated water delivered to the point or points of delivery to compensate Georgetown for all costs associated with the conveyance of said treated water between the treatment facility or facilities and the point or points of delivery. This cost component may be modified at any time by mutual agreement of the parties and shall be included in the cost of service study required by Paragraph 8.13. 8.12 As part of Georgetown's annual capital improvements program planning process, Georgetown will provide Chisholm Trail with opportunities to cost participate in the construction of any Georgetown water service infrastructure improvements that both parties agree will be to the mutual benefit of Georgetown and Chisholm Trail. 8.13 Georgetown will provide an annual cost of service study to Chisholm Trail that documents Georgetown's operation and maintenance costs associated with the Existing Plant and/or the Expanded Plant and Georgetown's water transmission infi-astructure used to transport Chisholm Trail's treated water to the point or points of delivery. The annual cost of service study will be provided to Chisholm Trail not later than the fifteenth (15'") day of March of each year. The format of the annual cost of service study will be mutually agreed to by both parties not later than the fifteenth (15') day of June of the prior year. Any change in the cost of treated water shall become effective on the first (1') day of October of the same year. The annual cost of service study will also include a section assessing future Georgetown water system infrastructure and treatment capacity to provide treated water to Chisholm Trail. IX. WATER AND WASTEWATER SERVICE IN THE ETJ AND PLANNING AREA 9.1 Georgetown and Chisholm Trail agree that mutual cooperation in developing water service infrastructure is necessary in the Planning Area in order to promote public health and safety and provide for the best water service possible for anticipated increased development density in the Planting Area Since the Planning Area will ultimately be included in Georgetown's ETJ or corporate limits where Georgetown is required to provide fire protection, Georgetown desires that future platted subdivisions in the Planning Area meet the same Georgetown water service infrastructure design requirements that platted subdivisions within Georgetown's corporate limits and ETJ must meet, but acknowledges that Chisholm Trail is not required to impose such requirements on such subdivisions, except as may otherwise be provided herein. For purposes of this Section K the phrase "Georgetown's water service infrastructure design requirements" shall refer to the criteria described in the attached Exhibit J, as such criteria may be amended from time to time. r 9.2 Chisholm Trail will, to the extent allowed under Texas law, require developers of future platted subdivisions located within Georgetown's extraterritorial jurisdiction ("ETJ") or corporate limits, as expanded from time to time, who will receive water service from Chisholm Trail, to comply with Georgetown's water service infrastructure design requirements applicable to such areas. Chisholm Trail will provide fire flow service levels within Georgetown's ETJ or corporate limits to the extent provided for and commensurate with Chisholm Trail's Water MasterPlan (a draft first version of which is attached hereto as Exhibit K). Chisholm Trail will allow Georgetown the option of cost participating in Chisholm Trail water supply system upgrades to provide Georgetown fire flow level infrastructure if such is not included in the Water Master Plan. Georgetown agrees to provide Chisholm Trail on a n annual basis the most recent version of Georgetown's water service infrastructure design requirements. Likewise, Chisholm Trail agrees to provide Georgetown on an annual basis the most recent version of Chishholm Trail's Water Master Plan. 9.3 Chisholm Trail will provide Georgetown's water service infrastructure guidelines to developers of future platted subdivisions located within the Planning Area. Those guidelines will specify internal subdivision water service infrastructure specifications that will, to the maximum extent possible, meet Georgetown's water service infrastructure design requirements. Chisholm Trail will, to the extent allowed under Texas law, use its best efforts to see that developers adhere to those guidelines. At a minimum Chisholm Trail will require the installation of six-inch (6") water mains or larger, as required by any applicable governmental rule, in those subdivisions. The parties acknowledge that this Contract does not obligate Chisholm Trial to provide Georgetown fire flow service levels to those subdivisions. Chisholm Trail will allow Georgetown the option of cost participating in Chisholm Trail water supply system upgrades to provide Georgetown fire flow service level infrastructure to those subdivisions if they are not included in the Water Master Plan. 9.4 In areas within the Planning Area that are annexed by Georgetown where Chisholm Trail supplies water service at a level that does not meet Georgetown's water service criteria, Georgetown may request that Chisholm Trail participate in upgrading the level of service such that it meets Georgetown's criteria. 9.5 In order to allow increased development density, Georgetown may provide wastewater service in those portions of the Planning Area in which the water service infrastructure meets Georgetown's water service infiwtructure design requirements. Georgetown will not provide wastewater service in subdivision(s) in the Planning Area in which the water service infrastructure does not meet Georgetown's water service infrastructure design requirements. 9.6 Georgetown and Chisholm Trail will cooperate in providing water and wastewater service to areas inside or outside the parties' respective service areas that might otherwise require the creation of municipal utility districts, other types of political subdivisions, and/or investor owned utilities whose purposes include providing retail and/or wholesale water and/or wastewater services within the Planning Area. 9.7 In the ETJ and Planning Area where Georgetown provides wastewater service and ✓1 Chisholm Trail provides water service, or where Georgetown and Chisholm Trail allow a third party 12 to provide wastewater service, Georgetown may, at its own option, transfer to Chisholm Trail, at the time of subdivision plat approval, surface and/or ground water rights owned by or assigned to Georgetown equal to the annual quantity of water necessary to supply the increased level of density over that needed for rural density development within the subdivision area. If Georgetown does not transfer sufficient surface or ground water rights, Chisholm Trail is not obligated to supply water to the subdivision area at the level necessary for the increased development density. Exhibit L, attached hereto, provides an example of how this transfer provision may be computed. 9.8 In the ETJ where Chisholm Trail agrees to provide water service to an approved platted subdivision in accordance with Georgetown's water infrastructure design requirements, Georgetown will require the provision of wastewater utility service to the subdivision in accordance with Georgetown's Subdivision Regulations, as they may be amended from time to time. 9.9 Neither party will oppose the other party in the securing of easements or right-of- ways for the construction of utility infrastructure improvements within that party's respective water CCN service area provided that those improvements do not interfere with that party's existing or proposed water service infrastructure. 9.10 Chisholm Trail will discontinue water service to customers when wastewater service being provided by Georgetown is not paid by such customers. Georgetown will discontinue wastewater service to customers when water service being provided by Chisholm Trail is not paid by such customers. 9.11 Georgetown and Chisholm Trail will, if it is in the best interest of both parties, develop a common customer billing service to customers being provided water service by Chisholm Trail and wastewater service by Georgetown. Georgetown and Chisholm Trail will also, if it is in the best interest of both parties, develop a common infrastructure construction, operation, and . maintenance service to customers being provided water service by Chisholm Trail and wastewater service by Georgetown. X. REGIONAL WATER SUPPLY SYSTEM 10.1 Georgetown and Chisholm Trail agree to jointly pursue creation of a regional water supply system as partners to secure adequate long term water supplies for the area 10.2 The parties acknowledge that Georgetown and Jonah Water Special Utility District are currently parties to a contract wherein Jonah has the option of participating in the use of the Existing Plant as a regional water treatment facility. Consequently, Georgetown and Chisholm Trail Agree that Jonah shall be invited to participate in a regional water supply system. 13 XI. BREACH OF CONTRACT AND REMEDIES 11.1 If either party breaches any term or condition of this Contract, the non -breaching party may, at its sole option, provide the breaching party with a notice of the breach within sixty (60) days of discovery of the breach by the non -breaching party. Upon notice of breach, the breaching party shall have sixty (60) days to cure the breach. If the breaching party does not cure the breach within the sixty (60) days, the non -breaching party, subject to Paragraph 12.15, below, shall have all rights at law and in equity including the right to enforce specific performance of this Contract by the breaching party, the right to perform the obligation in question and to seek restitution for all damages incurred in connection therewith. 11.2 In the event of termination of this Contract by a non -breaching party, such action shall not affect any previous conveyance of service areas, ownership interests in water supply facilities or transfer of water rights. 11.3 The rights and remedies of the parties provided in this Contract shall not be exclusive and are in addition to any other rights and remedies provided by law and under this Contract. XII. _ MISCELLANEOUS 12.1 This Contract supersedes any and all prior agreements, written or oral, between Georgetown and Chisholm Trail, with the exception of the August 31, 1994 Agreement Between the City of Georgetown, Texas, Del E. Webb Development Co., L.P., and Chisholm Trail Special Utility District, attached hereto as Exhibit M. 12.2 This Contract shall be binding on Georgetown and Chisholm Trail and their successors and assigns. 12.3 This Contract is the entire agreement between the parties with respect to the subject matter hereof. No modifications of this Contract shall be of any force and effect whatsoever, excepting a subsequent modification in writing signed by both parties. 12.4 It is the express intention of the parties that the terms and conditions of this Contract may be enforced by either party but not by any third party or alleged third -party beneficiary. 12.5 Any notice required or permitted to be given under this Contract by one party to the other party shall be in writing and the same shall be deemed to have been served and delivered if (1) delivered in person to the address set forth below for the party to whom the notice is given; (2) placed in the United States mail by certified mail, return receipt requested, addressed to the patty to whom the notice is given at the address set forth below; or (3) deposited in the custody of Federal Express Corporation to be sent by Federal Express overnight delivery, addressed to the party to whom the notice is given at the address set forth below. Any notice transmitted in the manner provided above shall be effective upon its deposit into the custody of the United States Postal lC1 Service or Federal Express Corporation, as applicable. All notices shall also be effective upon receipt. The address for Georgetown for all purposes under this Contract and for all notices herein shall be: City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627 The address for Chisholm Trail for all purposes under this Contract and for all notices herein shall be: General Manager Chisholm Trail Special Utility District P.O. Box 249 Florence, Texas 76527 From time to time either party may designate another address within the United States for all purposes of this Contract by giving the other patty not less than ten (10) days advance written notice of such change of address in accordance with the provisions hereof. 12.6 Captions are included solely for convenience of reference and if there is any conflict between captions and the text of the Contract, the text shall control. 12.7 Whenever the context requires, the gender of all words herein shall include the masculine, feminine, and neuter, and the number of all words shall include the singular and the plural. 12.8 This Contract was prepared and drafted jointly by legal counsel representing Georgetown and Chisholm Trail. 12.9 Unless otherwise specified and adopted, references in this Contract to 'Paragraphs" or "subparagraphs" refers to the paragraphs and subparagraphs in this Contract. 12.10 All exhibits and maps attached hereto are incorporated herein by reference for all purposes. 12.11 This Contract shall be construed under and in accordancewith the laws of the State of Texas. 12.12 Any action at law or in equity brought to enforce or interpret any provision of this Contract shall be brought in a state court of competent jurisdiction with venue in Williamson County, Texas. 15 12.13 If any provision contained in this Contract shall for any reason be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceablility shall not effect any other provision hereof and this Contract shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. 12.14 This Contract may not be assigned in whole or in part without the express written consent of the non -assigning party. 12.15 Prior to the institution of legal action by either patty related to any dispute arising under this Contract, said dispute shall be referred to mediation by an independent mediator mutually agreed upon by both parties. The cost of the mediator shall be shared equally by both parties. 12.16 Either party to this Contract who is the prevailing party in any legal proceeding against the other party, brought in relation to this Contract, shall be entitled to recover court costs and reasonable attorneys' fees from the non -prevailing party. 12.17 The parties hereto covenant and agree that they shall execute and deliver such other and further instruments and documents as are or may become necessary or convenient to effectuate and carry out the intent of this Contract. 12.18 This Contract may be executed in multiple originals, any copy of which shall be considered to be an original, by the Mayor of the City of Georgetown and by the President of the Board of Directors of the Chisholm Trail Special Utility District 12.19 This Contract shall be effective on the later of the two dates of execution below. 12.20 The signatories hereto represent and affirm that they are authorized to execute this Contract on behalf of the respective parties hereto. EXECUTED AND AGREED TO in duplicate originals by the parties hereto. Chisholm Trail Special Utility District City of Georgetown, Texas oar� of Title: President, oard of tors i Date: 2 -23 9 `i LE By: �� / Title: ayor Attest: Date: 1 J APPROVED AS TO FORM: ::ODMATCDOCMAUSTIN 1U 1306A5 1001:19227-3 17 APPROVED AS TO FORM: i A City Council Meeting Date: May 25, 2004 AGENDA ITEM COVER SHEET Item No. Consideration and possible recommendation to award a contract to H. Deck Construction Company and to approve the budget for the 13th Street Improvements project in the amount of $1,041,000.00. ITEM SUMMARY: The 13n Street Rehabilitation Project consists of replacement of the existing water main and services, replacement of the existing wastewater main and services, drainage improvements, installation of new curb and gutter and rehabilitation of the 13`h Street roadway from James Street to Myrtle Street. Sealed bids were received and opened Thursday, May 13, 2004 at 2:00 p.m. for the construction of the 13th Street Rehabilitation project. The design engineer, Roming, Parker and Kasberg, L.L.P., has reviewed the bids and has recommended the award of the bid for the rehabilitation project to H. Deck Construction Company in the amount of $941,030.00. The bid total includes Alternate "A" and "B". Staff recommends establishing a project budget of $1,041,000.00. SPECIAL CONSIDERATIONS: None. FINANCIAL IMPACT: Funds will come from the Water Capital Fund 661-101-6103-01,Wastewater Capital Fund 651-101-6618-03, the Storm water Capital Fund 641-101-6311-00, and the Street Maintenance Sales Tax Fund 203-101-6025-00. GUS BOARD RECOMMENDATION: GUS Board recommended award of the bid for the 13th Street Rehabilitation project to H. Deck Construction Company in the amount of $1,041,000.00. Approved 6-0. Hunnicutt absent. STAFF RECOMMENDATION: Staff recommends awarding the bid for the 13th Street Rehabilitation project to H. Deck Construction. The Project Budget is recommended at $1,041,000.00. COMMENTS: None. ATTACHMENTS: 1) Roming Parker and Kasberg, L.L.P. Bi\A ward Lett 2) Certified Bid Tabulation ted by: Jim Briggs, Assistant City Manager For Utility Operations Thomas R. Benz, P.E. Systems Engineering Manager _ ROMING, PARKER & KASBERG, L.L.P. CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-W7 mail®rpkengineers.com WM. MACK PARKER, P.E. RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E. May 17, 2004 Mr. Joel Weaver CIP Coordinator City of Georgetown 300 Industrial Avenue Georgetown, Texas 78626 Re: City of Georgetown 13' Street Improvements: Georgetown, Texas Dear Mr. Weaver: Water, Wastewater, Streets and Drainage W. CLAY ROMING, P.E. Parmer Emeritus Attached are the Bid Tabulation Sheets for the bids received at 2:00 PM on Thursday, May 13, 2004 for the above referenced project. There were four bids received for this project as shown on the attached tabulation sheets. After tabulation of the bids, we have concluded that H. Deck Construction Company is the low bidder with a total bid of $941,030.00 (Total Base Bid + Milling + Open Cut Railroad). Our construction estimate for this project was $1,000,000. We have reviewed the current workload and construction history of H. Deck Construction Company as well as contacted several references. As a result of our findings and the fact that they have satisfactorily completed a number of projects for the City of Georgetown, we recommend that a contract be awarded to H. Deck Construction Company for the total bid in the amount of $941,030.00 (Total Base Bid + Milling + Open Cut Railroad). If you have questions, please call. Sincerely, n zz&A— R. David Patrick, P.E. RDP/rdp 2003-114-40 BID TAB CION A1' 40 CITY OF GEORGETOWN 13th STREET IMPROVEMENTS WATER, WASTEWATER, STREETS AND DRAINAGE Bids Received May 11, 2004 2:00 P.M. PART B - WATERLINE Bens Esrimnaed I Unir BN Dnm Unn &resided Unn BIDDER INFORM TION Unu Funded Unit &reified No udan pexri ,ion PriceDuns 2 P"" 3 Pn 4 Pnr Amtwm B I 3,122 LF H. Duk Construction Co. Royal Visla Inc F.T. Woods Comtruamn AGM Corutructors, L.P. PART A GENERAL ITEMS f 198 400,00 S 73.00 1601 Oxfmd Blvd. 350 C.R. 260 P. O. Boa 122 15603 North 11135 4500 45.000.00 30 W 30,00.00 Round Rak. Trate 79664 Liberty IIB). Tem 78642 Gror el wn. Team 79627 Pnoeerv0h. TX 78660 N. Esmmaud Um/ Bid Orrin Unu &ended Unit &,ended Um' &,ended Una Earrndrd No. Dori F Dc.,. don Pn Amount Prrtr moon, Pnr um Pnr< Amaune A 10A lS Mobilization, Bonds led Imurarcc S 44 000.00 S 44.00 00 E 25 00. W E 25 00.22 f 55,022 00 S 55,030 22 S 75,00000 3 75,000.00 A-2 10 LF Installin Maintaining and Rcmovm Rock Berm 25.00 250.00 50.00 500 W 25.00 250.00 75.00 750.00 A 3 EA Inuallin , Mmntaltun and Removin War Protection 20.00 600.00 20.00 600.22 17(.00 525.00 222 22 600.00 AA 122% is Provuh Trench SafetyPlan 4,22O.W 4,000.00 12110.00 1.200 Of 1,70.W 1700.0 1,03D DD 1,000.) AS 10% LS Providm Control Plan for Vehaular and Pedes Wan Traffic 2.50.22 2300.0 2500.0 2.300.00 3.350 00 3,750.0 7.50.22 7.50.0 A 6 10% LS Barricades and Traffic Control Plan l lemenuuon 4 000.22 4,000.00 4 522.00 4,522.00 14 000 00 14,00D 00 30.022.00 30,220.00 A-7 10% lS Pmufrc Safe,,Plan for All Work Done Within Feral -F111 of the Railroad Tracks 1,001) .00 I ODD. W 2.50000 2,500,00 1.2W W 1,20D .00 5,00000 3 22D.0 A 9 10R IS 1 lemmur SafetyPlan for All Work Dom Widen Four -Feet of the Railroad Tracks 1000.00 1,000.00 2,50000 2,30 .00 800 W 500 22 750 00 7.5M,00 A.9 10% LS Video Ta in Protect Site Befow dte Citic of Consuuction on Ihe Pro ea 3,000.00 5,000 00 2,50000 2,50D 00 500w 50.00 6,50.0 6300 00 A 10 100% LS hemi Re nested by the O.mr not shown on the Comite, h plan, 20,000 22 20.00.00 20,001) 00 20.000.0 20,000 00 20,000.22 20,000 00 20 000.00 A -II I0A LS Adimms¢r A Itrtplemem Sbrmwaur Pollution Prcvenuon Plan. Ircluding SuGmssion b 5,00.0 5.000 W 5,00.0 5.000.0 2.800 W 2.800.0 1300 1,5000 B IS I EA Raccivins Permits 0 a Notice of Intens from TCF. 375.00 375 W 2SO.W 250.00 35000 350.00 30.0 mow TOTAL BID AMOUNT - PART A -GENERAL ITEMS (ITEMS AI - All) $ 87.750 0 S 66.80 W S 100.125. W5 9DO 00 153.350 0 PART B - WATERLINE Bens Esrimnaed I Unir BN Dnm Unn &resided Unn Enrided Unu Funded Unit &reified No udan pexri ,ion PriceDuns P"" Amount Pn Amomu Pnr Amtwm B I 3,122 LF 12' Diameter Class 350 Dault Iron WaaAa WPol ethlee Eaaxment A Embcdmcm E 46 00 S 142,600.00 E 3100 f 114 70.22 S 64 00 f 198 400,00 S 73.00 $ 232.300.00 B 2 1(100 LF 9' Dnirwur AWWA C'900 C905 m C909 C1us 150 PVC Waurlle w/Embedment At Tracer Wire 4500 45.000.00 30 W 30,00.00 55.00 55,000 W 55.00 55,000 00 B 3 40 LF 6- Diameter AWWA C9W CWS or 0909 Class 150 PVC Waterhne w/Embedment R Tracer Wire 45.00 180. W 26,00 1 040 22 5000 2.00.22 4800 1.92000 B-4 10 F 4' Diameter AWWA CM C905 m 0909 OW, 150 PVC Wuetline w/Em6edrmn 6. Tracer Wm 47.00 470.00 2000 2WW 40.OD 40022 15000 1,300 B5 30 LF 2'Domeer AWWA C'900.C90forC%9 Cores 150 PVC Waudue w,Emkdnm 6. Tracer Wire 20.00 622.22 IGW 480.00 B-6 W LF 24 Inch Steel Ercaxment Pi b n Cub Indudm Stateless fuel Gsin Spacers 11000 9.90,22 150 W 13,500.22 3f22 110.00 1.050 OD 9.900 00 100 D_ 165 W 30000 14 850.00 B l 50 LF 24.Inch Sled Eaaxment Pi b Bore, Whidb StmNess Slcel Caste S ace,, 50.0 25,000. W 305.00 15,23000 350.00 17,5W00 65000 32,30000 B-8 11 EA 12 fah Gam Valve with Valve Bo. 2 20.00 24,20.00 1.600 00 17.60.00 1.700.00 18,7W 00 1.30000 16 522 00 B-9 19 EA BlahGm Vahe with Vilve Boa 1.250.00 2175000 850.00 16150.00 1,25000 2],750.00 950,00 18.03000 B-10 5 EA bitch Gate Valve with Valve Boa 1,00 .22 3,0000 70.22 3,50.0 1,05000 5.250.00 730.00 3.750.00 ell I EA Cah Gau Valve with Valve Be. 71300 7)3.00 SW.W 50.00 600.00 60000 32200 SW.W 8-12 S EA 2Irch Gate Valve with Valve Boa 50000 2,500 W moo 1750.00 550.00 2.75000 350 W 1,750.00 B 13 4 EA tomminj ENSIME Far Hydrants and Offering to Owner for Salva a 350.00 )AW W SOD 0 2.000.0 375 00 1,50000 2,000. W 8,00D 00 e-14 5 EA 6' Fire Hydrant Installation, W16' Gam Valve wM Valve But. 6' Eatemtom A All 4.00000 20.000 00 2,40.00 12.000.22 3.10000 15.500.00 4.30000 21.5W 0 Appurtenances B IS I EA 12 -ah Diameter W' Bad with Blockad, 375.00 375 W 2SO.W 250.00 35000 350.00 30.0 mow B 16 4 E66 Inched h Diameter W' Bewith Blocking 150.00 600 00 130.00 600.00 225.00 9DO 00 22500 900 W B�17 I EA Chuh, Diameter 90' Bend with Blockol 15000 150 W 75 W 75 W 170.00 110. W 15000 15000 B IB t 1 EA 2 hnh D,atmter 0' Bend wM Biocki 30.00 20.0 30.00 120 W 7200. 288.00 75.00 30.00 B-19 2 1 EA 12 Inch Dumuet 45' Bend with BlmkiM 373.00 750.00 275 W 55000 300 22 6100 W 300.00 600.00 820 I EA 9Inch &,amines 2214' Beed with Blakin US. W 225.00 175.00 175.00 225 W 225.00 250 00 250.W B 3 EA 12'x8' Diameter Cross 8W.W 2,400.00 400.00 12DO00 550.00 1,650 W 525 W 1,575 W 22 B22 5 EA 12-0_ Diameter Tee, wM Bloclon 50000 2.50) 00 275.00 1375.00 470.00 2,35000 40.00 2,00000 8-23 EA IY'a4' Tee, with Blakin 415.00 475.00 275.00 275.00 37000 370 0) 375,00 37500 B-24 7 EA iamneter 9'.6' Diameter Tu, with Blocking 47500 3,32500 17500 122500 270.00 1890.00 1.000.22 700.00 B 25 1 1 EA 9'N' Diameter Tee with Blockm 375 00 375.00 175.00 175.00 230.00 270.00 350,00 350 22 826 3 EA 9'a2'Diame,er Tee w0) Blakin 37500 1.973.0 173.00 875.00 220.22 110.0 ]0).W 152222 B-28 5 EA Ins Tee 3NI.W 1.75000 175.00 87522 30000 1,50000 215.00 137500 &29 5 EA 6' Ma l.,T-ne I mmemr Tee, wM Blaki 350.00 1 730.00 150.00 750.00 24000 1,200 00 225.00 1.12500 B-39 4 u CVtun and! Pimmit Eaistsn 12 -loch Wuerhne 35000 1,40022 25000 100022 390.00 136000 1522.00 600.00 B-30 S EA EA Culun and Plu In Eusun 6 -Inch Waterline 275 W 1.375.00 150.00 750.00 350.00 1.750 W 1.5220 75000 Bdl I EA Cuum and Plu in Eusun 4Iah Wartrlim 250 W 250.00 135 W 135.00 I 3QM,, 740.0 1 5110.00 1.50000 8-32 1 S 1 EA Cutting aed Plugging Emsong 2 hich Waterlim 20.00 1,0000 125.0 6230 DOW 1 050.% 1300.22 7,500.00 B-33 13 EA Insulbn Blah Ph, .Includin Blakin 250.0 3,250.00 195-W 2,335.00 110.0 1 aW.W 1,500.0 19,500.00 B-34 1 EA B'a2' Reducer 20.00 200.0 125.00 125.00 1 IW 00 10.00 1 125.00 125 22 8!75 1 1 EA 2'al'A"Redoes 50.00 30.0 15.0 75.0 230 25.0 ]S.0) 1500 BJ6 2 EA Connecun to Eusun 12 Inch Waterline 1.40000 2900.0 2500.00 5220.00 1.013,22 2130.0 7500.00 150022 7 4F A Cimmamr,b Emum 6Inch Waterline 1,000DO, 4 1 6,0007 NO MM 00 1 5 2 ' Indicates a d6creoencv in emit once and extended amount. Total amount B corrected amount. BID TABI 'ION 1e'n CITY OF GEORGETOWN 131h STREET IMPROVEMENTS WATER, WASTEWATER, STREETS AND DRAINAGE Bids Rnceived May 11, 2004 2:00 P.M. PART B - WATERLINEconlfnaedBroad 1 H. Deck Construction Co. 1601 Drifted Blvd. Back. eras 7 664 BIDDER INFORMATION 2 3 Royal Vista Inc. F.T. Woods Construction 350 C.R. 260 P. O. Boa 122 tv Wam . Te ] Cor rt um 78627 4 RGM Constructors, L.P. 15603 North 111 35 )O Pnuvervdle. T 660 B 38 2 A Cmusemm to Eusu 4.Irch Wuerline S 1 000.00 S 2,0D) 0) S 900 0) S 1,90000 f 34000 S 680.0) S 5.000.00 S 10,000 w B 39 4 EA Connecting to Existing Lirch Waterline 80.00 3,20.00 7000 2800.00 30000 1,20.00 100000 12,00000 840 1 EA Contractors to Eason I Inch Wverlinc 400 40.0 60.00 60.00 40000 40.00 1,50.00 1.500 DD B 41 2 EA Connecting an Eustin 24-Irch Waterline with 2A'a12' Wet Tap 4,0110 W 8 ODO W 3 500 W 700 W 3.82000 7,W.00 15.00) 00 30,M W B-42 1 EA Com.ecun m Earring 2 Inch Wineriiz with 2Irch Wet Tap 20000 20.00 750.00 750 OD L0000 1,000 0) 2,50000 2.500.0 B-4 1 EA &Izh Ta .n Sleeve LOW 00 2,00D.W 200.00 2,000.00 1.500.00 1.50000 5,00000 5,00000 BAe I EA Dual Water Service With All Appurtenances 1.200W 12W.W 120000 1,200,00 1,I0(LW L100.W 2,50000 2,50000 B+45 2 EA Furnish asd Initial 6' Ttt 4W.00 S00. W 150.00 30000 250.0 5110.00 250 00 SW W Ba46 50 EA Tninsfe,ro Eausfing Water Services to New Waterline 35000 17,500.00 IOW.00 50000.00 1,275.0 6375000 1.500.00 75000W 8x47 4,200 LF Trench Safety Implementation Pi 1.00 4,20.00 2W 8400.00 1.70 7 140 00 3.00 12,600.00 BAS So SF Ttenth Safe. Ins lemrnutimn Bore Pits 0.50 260.00 TW 3,640.00 550 2.86000 S.W 260000 8.49 270 SY 2•T 'D' HMAC Overly wlAddnronal 2- T 'D' HMAC & Fleabane in Trench 15.00 4,050 W 50 00 13,50.00 47 W 12,69000 40.00 10,800 00 B-50 100% LS Furnishing All Materials. E9utpmcnt. Tools and Labor Necessary for Pressure Testing Wau 1.000.0 1,000.00 5,000.0 SAW.00 2.795.W 2,785.00 I5.ODD 00 13,0000 TOTAL BID AMOUNT - PART B- WATERLINE (ITEMS B -I - 8-50) S 378.88000 S 750.425 00 S 478,273 00 f 686,720 W PART C - WASTEWATER Item No Esdmmad I Grunion, Unit Brd Darn Demi cion Unit, Pnce Erended A.. Unit Price Eaardrd A. Unit price Handed Amovu Unit Price Erunded Amount GI 2 F h SDR 26 PV R w.m EmbedmentS 4 105 600.00 f 00 143 000 76.0 1 167,200 00 S 87.00 S 187,0W W D 2 LF Winch SDR 26 PVC Pine with Embedment 48 00 1,44000 3000 90000 58.00 1,740 OD 12 00 3.710 00 D 21W F ITnmch S.f.,v 1 Icmemmion Preel 1.00 2,230 W 300 6,69D 00 1 70 3,791 00 5 00 11,15000 -4 7,800F EA T ench Saficiv leradcou,nan.cm ildrundinfe, & Bon,tel I.DO 7,80000 100 7 1 1 8.97000 1 DD 78W00 D 5 10 EA 4-Fil Di ter MaNmlcs 4 W 40.00000 3,400XODD 00 4,77000 47,700 00 5AW OD 50,000 00 C 6 2 EA 4 -Foot Diameter Drop Manholes 4,40000 8.80D 0 l 14 00 5,250 00 10,5005.50000 5 11,00000 C7 2,230 LF Mail E9wpmem. Tools & Labor for Testing Wastewater Pipe (TV Inspection. Deflection Test, A., Test 200 4,46000 4 0 8,920.00 2 30 5,129.00 6 D 17.380.00 8 12 EA Materials Equipment, Tools and Labor Necessary for Vacuum Testing Manholes 20.0 2,40000 3000 3,60000 ) Oil 3.36000 15000 1,80000 C-9 1 EA Connecting Wastewater lmprovemems to Eaimng System By lnitallm, Drop Co..., as Tie -In to Eustin Manhole 2,000.00 2.OD0,00 7,00000 3.000.00 1.29000 1.290.00 2,OOD.DO 2,000.00 CIO 3 EA C..,int W.nevvin,1 Imsenearreens to E.so Sstem 00 1500.00 300000 9000.00 950.00 2A50 00 1.503 00 4.50000 C-11 2 EA Cc.,,nx E.a.nx Service Lme, mPro .d Maroc le )0.W 0.0 00 2000.W 4,00000 103100 2000.90 750W 15 00 C12 2 EA Abandomnun Placeof Eusun Manhole rS c.0auum, 2 1 1 2000.00 I 5680.00 8 1 00 C -I 35 LF IB Inch Dramear S N Ezaumem a Bore Including Cas accts 00 I4 00 27 9.62 .00 SI.W 14 50 W 22 750 00 -i4 2 A rch D.mar m .for Wastewater ervice Coziecdnn 2 50000 I W 2 320 6 7)000 1100. J 00 TOTAL BID AMOUNT PART - C -WASTEWATER (ITEMS C-1 - CJ5) S 195,230.00 S 250,385 DD f 273.825 00 S 722,235 W MATO - PAVING AND DRAINAGE form No Enenred Own,nrV Unu Bid Da. Unit PricrAmoum Eterded Unit Pnce Extended AmouN Unit Price Engirded mourn Unit Pnce Etended Amrnun D-1 I EA 6' O'al1'-6" 2 Sided function Boa Inletl S l S 7,500.00 7.3W 00 19,350 DD f 19350 00 S 4,80000 S 4,800 00 D 2 EA 3' 6-a 11'-6" 2 -Sided lurcuon Baa Inde, 2,5005 00 4.5W,00 9.00D 00 6 00 13 ,60000 4,200D) 9,40D W D 225 LF IB- Inch Class IV Runfmced Concrete Pape 5000 11250.00 4500 1012500 80.00 15,0DO.00 9.0 2137500 D-4 1 EA Cgrismicilrit Signed EM Treatmem Por Dual I8-Izh Drmter Reinforced Concrete Pipie 500 OD 50000 47500 475. 7 0 79000 4,200DO 4.20000 D 5 124 LF 4'a2' Reinforced Concrete Boa olven 210,00 26.0,0 W 165 00 20,46000 16000 19,84000 200 QO 24,80D 00 D 6 2 EA Ty,,e B Headwall for 4'a2' RCB 1,25000 2,5000) 2.750 QD 5 50. 128 S 5 10 00 D-7 30 SY &Irch Thick 3,000 on Cim,11u, A rams at Inlets 3600 1080 00 65 QD L 350 00 4000 1,200 OD 6500 1,95000 D 8 I SY 61 ch Thick 3,000 as, CQrsnetc Loted Clumarrel 2700 43,200 35 QD 56 ) Oil 59,200 W 40 OQ KwD 00 D 9 1002 LS Berl Debra and Retaliating Euamn a Drains , Channel ) 00Q W 3,000 7,50000 7,30000 5,40D 00 5,41M 00 7,50000 7,30D 00 D-10 IS SY Furbish uM Install Concrete Ill as Shown on use, Plars, I 3,. W 48 at 111.1 1 1 .11 no 52.no 780.00 37 5 6 W D -1l IS SY Furnish and! Issued 11-Irch Diameter Rock arms, as Shown on she Plans 20. W 3W W 65.00 1 97 '10.0 1 050 00 17 2 62S00 D-12 I W % Remove and Dis u or Eustin CMP I Mature trucmres a Shown on me PI 2 2,500001 2 000.00 2.0D1 00 5 680.00 5680.00 1,300.00 1.500.00 D -I] 270 Y Furnish aM lnsuil &Irch Thick 6 Foot Wide Valle Guise, 200 ) W.W 4000 920. SI.W 117 .00 30.00 6.900 D -N 90 SY Fu sh and losiall &Inch Trick 10 -Foot Wide Valley Gutter 2. 2 880 40.0 3." 00 5).00 6 7)000 54.0 4 860.00 D -IS 17 1 F R move Existing and W Curb tall La down Curb is Shown on the Plans 1 18 DO 1 3,060001 12 00 1 2.040001 12 UO 2 210 W 4 Indicates a ducremotr to unit urice and extended amount. Total anmuut is corrected amount. "I., BID TAB 'ION CITY OF GEORGETOWN 13th STREET IMPROVEMENTS WATER, WASTEWATER, STREETS AND DRAINAGE Bids Received May 11, 2004 2:00 P.M. .114-a0 PART D -PAVING AND DRAINAGE cnndnued 1 H. Dick Conum uction Co. 1601 Oxford Blvd. Round Rock. Texas )g6" BIDDER INFORMATION 2 J Royal Vista Inc. F.T. Wood, Construction 550 C.R. 26o P. O. Box 122 ibertv NW. Texas ]BN2 Georeemwo. Teat ]862] 4 RGM Coiacirculcrs, L.P. 15603 North IN 35 Poueervi0e. TX 78660 U 7 1 F Re ve u ti t l a le u a 5 w Plan Unit 0 No 15 2 0 03 13 2.70Q 0 D1 I LF Remove Eu un Cur I all wnsardCurb1 tine asn how.the Plans Prce i 37 16 12 2 19,375 0 I ) W D I LF Insult 2 -Fool aw Tooth Curb erns un r n Shown on JK Pines 20. 7 7 1 L50 17 W 2000 3.0m,00 D-20 ) F Sawcw E.usu A h h 2 50 7 I] 75 I 75 00 10.00 ) 00 D-2 00 LF 5aw<m Esunn Co.,.,. 7 W .W 10. 1 2 25 4 OD 1 00 3." .00 D-22 J SY Exovate or MITI Exisdn As hal, Alone I Irh Suea As Shown on the PI 2 50 ] 5 OD .] 9,25000 7.00 O0 goo 24 W D-2 2 SY Excavate Eu tin Failures AloneI7th Street runs Rehabdiutin Solicits. Wirt, 27 W 5 4 0 8 17 45.00 9 W 10,00000 D 24 200 Y Roadwayrade Rehabilitation Accordingto the Plans and S nOcatmns ulnstall 27.00 5 400.00 75.00 1,00000 45.00 9.0D0 00 65 00 I7 000.00 D- Fumish T' 'D'HMAC Level 11 6000 ]8ww w 6 W 25.W 3,250 00 1 14,30000 D-2 I7 2loch Tv 'D'HMAC Overly 70 ]752.0 0 70 500 6g WO0 100 U6DW0 D 27 I Y Remove Replace Concrete D iivewa App.,h 50.0 8 50.00 .00 6.9m.00 36 00 6,12000 65 00 11,05000 D 2 20 Y Remote Replace Asphalt DrivewayApproach 2 0 7 32 W win ❑ 5.5000 D2 4 Ad bv Eu un Wa¢r Valvesm Final Grade Imm W 1 4 .W 20.0 0000.0 SW.W 20 W Dns 14 Ex.,tin Ma 1w tv Fi d 'rade 2 W 7 5 W 7 4 2 4,340.0D 1 750 W 10. W D-71 1 520 1 SY IGrade 6F0at Wide Swale &hind Curb 200 1,04000 1500 7,90D 7 36640 0 1 5 0 2.6D0 0 D32 I Y I Seedrn erns ll dromulchni 0 8 0 7. 11,20012.0 192000 2.0 3200 037 TOTAL BID AMOUNT - D - PAVING AND DRAINAGE (ITEMS D-1 - 0-33) S 701,220.0 S 771,860.0 1 S 344,710 0 I S 475, WS 0 Inn" rFRNITF n. /IOLN IIIC Ya I1Y/IIII near. Esmmnled Unit Bid Dow Unit Ermrdrd Un, ExuIded Our, Eaended Unit EanMed No O.Ioniv 1 Dese tion Pru A u rw Pnn A. -p"'. PART D PAVING d DRAINAGE (1TEMSD-1 - D-331 mount Prce i A au AB -1 50 LF 24.IvEncasement ch Steel m Pipe by Open C, Including Stainless Steel Casing Spacers S 125.00 S 6.250.00 S 210.0 S 10,50.00 S 450.0 S 22,50.0 S 1.20.0 $ 0,00 0 -2- bees Item &7 AB 75 LF IBIrcA Diameter Steel Encasement By Open Cut. Including Casing SDacers IR4PIues Ixm G- • 12000 4,20.0 203.0 W. W ],O 150.0 15,750 00 1.20000 00 0 42,0 1 . o.,... ,..o t.o.wvr•. w✓rwacnnnlco vrc,. wrrw�nvna. plenty nnl rue -y ga lu,n>u.Onl la 1/,>W.WI 1> J6.1XIwI LL --LM ,DDD.wI BASE BID SUMMARY PART A GENERAL ITEMS ITEMS A l - A -1J 8 87 350.0 f 66 800.0 1 100125.00 S 155,150m PARTB WATERIJNE(ITEMS B -I -B-50) 8 378,880 00 S 750,125.0 8 178,37).0 5 686,37000 PART C WASTEWATER (ITEMS C I - Cd5) 1 195,230.00 8 250,385.03 S 273,815.00 8 312,230.W PART D PAVING d DRAINAGE (1TEMSD-1 - D-331 S 3".220.00 5 331,860.03 J 3",310.03 8 475,095.00 TOTAL BASE BID AMOUNT (PARTS A - D) t 965,680.0 1 8 999,470M IS 1,196,533.0 1 8 1,638,995.03 I hereby certify Wt this is a correct and we tabubdun of all bids received R Davrd Patrick. P E Roming, Parker & Kasbcrg, L L P • Indicates a ducrepaury in unit price and extended amount. Total amount is corrected ansomt. Sf-712/ _ Date T ---o !T no o bt. • 8 a i pw3w4 Urns 8nsder Ackrowled e A Ma No 27 1 YES Y YES D,n R,nM, prnvme P{n Gnpiro7 VFS >T.f YF.R I hereby certify Wt this is a correct and we tabubdun of all bids received R Davrd Patrick. P E Roming, Parker & Kasbcrg, L L P • Indicates a ducrepaury in unit price and extended amount. Total amount is corrected ansomt. Sf-712/ _ Date T ---o !T no o bt. • 8 a i pw3w4 BID TAB PION 1"'''0 CITY OF GEORGETOWN 13th STREET IMPROVEMENTS WATER, WASTE W A"rEN, M RESTS AND DRAINAGE. Bids Received May 11, 2004 2:00 P.M. OPTIONS SUMMARY ALISF HIP .SUMMARY 1 11. Deck Con ln. ion Co. 101 WOO Dlvd. Ronnd Rock. Tesn 18666 2 Rovel Vis16 Inc. 350 C.N. MO LiEmr (fill. Tens 18613 3 F.T. Woods Cnnlnnnlon P. O. Dox 133 Gmr eloxo. ieus 18631 6 RG61 CnnVnelo.. L.P. 1.503 Nnnh 11135 POneer.ilk. TX ]8660 PANT.. GF.MiNAf. I7EM.5'(I7FM.SA 1 A -IJP 81,350.110 S 66800.00 J 100.135.00 S 155310.00 /'ART R-wA7T..HJJVr RTFM5 R-1 R.iO J 318.880.0 S 3.50,135.00 S 478.MW J 686,330.00 PARIC N'AW. WA"Y(171.MS C l C- 15) J 195.2.10.00 J 350,38.5.00 S 273,815.00 S 332.230.00 I'AFTD PAYIN(;3nHA1NAGF.(17EMSD-I-1)J3) J 306.320.00 J 331,860.00 J 3µ31000 S 47.5,095.00 TOTALR,ISERIDAMOUNT(PARTSA.D) J %5,680.% $ 999,470.00 J 1,(%.531.00 S /,6.18,995.1/0 0@ pgea�♦ Council Meeting Date: May 25, 2004 AGENDA ITEM COVER SHEET Item No. IuAd— SUBJECT: Council consideration and possible action to approve an amendment to the contract between the City of Georgetown and Roming-Parker and Kasberg, L.L.P., for engineering services related to the Rivery to Highway 29 Connector. ITEM SUMMARY: A roadway connecting Rivery Boulevard to SH 29 is identified as project # 13 on the 2003/2004 Transportation Improvement Program (TIP). $120,000.00 is budgeted for preliminary design and schematics of the roadway. The roadway will be designed as a three -lane roadway that can be incorporated into a four -lane roadway with turn lanes at major intersections in the future. Approximately half the budgeted amount ($59,500.00) would go toward the preliminary design of the three lane roadway and the right-of-way preparation and special services related to the proposed, future four lane roadway. The remainder of the budget would be applied toward engineering services relating to the final design as required. Any additional engineering costs related to completion of the final design will be budgeted for in the future construction phase of the TIP (Transportation Improvement Program). This engineering is only to "make ready" for the construction. No acquisition of property will take place before October, 1, 2004. SPECIAL CONSIDERATIONS: None. FINANCIAL IMPACT: $120,000.00 to come from GTEC account # 400-101-6023-00 "CR 265/Hacia Los Lobos" GTEC BOARD RECOMMENDATION: GTEC approved the project as part of the 2003/2004 TIP at a special meeting August 6`h, 2003. Item A, approved 6-0; Smith Absent. STAFF RECOMMENDATION: Staff recommends approval of a contract amendment for engineering services related to the Rivery to Highway 29 connector for an amount not to exceed $120.000.00. COMMENTS: None. ATTACHMENTS: 1. Contract proposal. 2. Map of proposed roadway By: Jim Briggs, Assistant City for Utilities Manager Mark Miller, Transportation Manager Services _ROMING, PARKER & KASBERG, L.L.P. CONSULTING ENGINEERS One South Main Temple, Texas 76501 (254) 773-3731 Fax (254) 773-6667 mailOrpkengineers.com WM. MACK PARKER, P.E. RICK N. KASBERG, P.E. R. DAVID PATRICK, P.E. May 19, 2004 Mr. Jim Briggs Assistant City Manager City of Georgetown P.O. Box 409 Georgetown, Texas 78627-0409 Re: City of Georgetown Proposal for Rivery to Highway 29 Connector Georgetown, Texas Dear Mr. Briggs: W. CLAY ROMING, P.E. Partner Emeritus This letter proposal is in response to your request for basic and special engineering services required to provide construction drawings for street and drainage improvements for: Rivery To Highway 29 Connector The charges for this work are shown on Attachment "A" of this letter. We have priced the work according to the facts that we know about the project as of this date. Lump Sum charges are shown and will not change unless the scope of work is expanded, at which time we will meet with you and plan accordingly. The following are tasks that we have included in the work schedule: PRELIMINARY ENGINEERING PHASE. This phase involves determination of project scope and economic and technical evaluation of feasible alternatives. Services during this phase include: 1. Obtaining and reviewing available data and consulting with the City to clarify and define the CITY's requirements for the project. 2. Advising the CITY as to the necessity of providing or obtaining from others additional data or services. These additional services may include photogrammetry, investigations and consultations, compilation of hydrological data, traffic studies, materials engineering, assembly of zoning, deed, and other restrictive land use information, and environmental assessments and impact statements. Mr. Jim Briggs May 19, 2004 Page Two 3. Identifying and analyzing requirements of governmental authorities having jurisdiction to approve the design of the project, and participating in consultations with such authorities. 4. Providing analyses of the CITY's needs, planning surveys, and comparative evaluations of prospective sites and solutions. 5. Providing a general economic analysis of the CITY's requirements applicable to various alternatives. 6. Consulting with the CITY, reviewing preliminary reports, clarifying and defining the project requirements, reviewing available data, and discussing general scheduling. Conferences may also be required with approving and regulatory governmental agencies and affected utilities. 7. Advising the CITY as to whether additional data or services are required, and assisting the CITY in obtaining such data and services. 8. Analysis of existing connectivity of the roadway system. 9. Review of the proposed roadway system for discussion of the final section. 10. Review of the final schematic for ultimate roadway section. FINAL DESIGN PHASE. This phase of project development is undertaken only after the CITY has approved the preliminary engineering phase material. The basic services for the final design phase includes: 1. Preparing construction drawings and specifications showing the character and extent of the project based on the accepted preliminary engineering documents. 2. Preparing and furnishing to the CITY a revised opinion of probable costs based on the final drawings and specifications. 3. Furnishing the necessary engineering data required to apply for regulatory permits from local, state, or federal authorities. This is distinguished from and does not include detailed applications and supporting documents for government grant-in-aid or planning grants that would be furnished as additional services. Fees for any local, state or federal construction permit applications are not included as part of the professional fee charges. These will be paid by the CITY. Mr. Jim Briggs May 19, 2004 Page Three 4. Preparing basic documents related to construction contracts for review and approval by the CITY (and the CITY's legal and other advisors). 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. 5. Furnishing to the CITY the specified number of copies of drawings, specifications, and other contract documents. 6. Design of a three lane roadway section that can be incorporated to a four lane boulevard section in the future. 7. Design the final schematic of the four lane boulevard roadway section. 8. Design of a storm drainage system that will convey for the three lane section and can be improved and incorporated for the future four lane boulevard section. 9. Completion of environmental, archaeological and geotechnical surveys and exploration. 10. Design surveys including the transfer of validated benchmarks to the proposed area. 11. Design and submittal of WPAP reports to the TCEQ for project acceptance in the Re -charge Zone of the Edwards Aquifer. 12. Meet regularly with the City of Georgetown Staff to review the progress of the design and coordinate any conflicts that arise. BIDDING PHASE. Services under this phase include: 1. Assisting the CITY in advertising for and obtaining bids for each separate prime construction contract, maintaining a record of prospective bidders to whom bidding documents have been issued, attending pre-bid conferences, and receiving and processing fees for bidding documents. 2. Issuing addenda as appropriate to interpret clarify or expand the bidding documents. 3. Assisting the CITY in determining the qualifications and acceptability of prospective constructors, subcontractors and suppliers. Mr. Jim Briggs May 19, 2004 Page Four 4. When substitution prior to the award of contracts is allowed by the bidding documents, consultation with and advising the CITY as to the acceptability of alternate materials and equipment proposed by the prospective constructors. 5. Attending the bid openings, preparing bid tabulation sheets and providing assistance to the CITY in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. CONSTRUCTION PHASE. Services under this phase involve consulting with and advising the CITY during construction and are limited to those services associated with performing as the CITY's representative. Such services comprise: 1. Preparing for and conducting a pre -construction conference and issuing a Notice to Proceed on behalf of the CITY. 2. Reviewing shop and erection drawings submitted by the constructors for compliance with design concept. 3. Reviewing laboratory, shop and mill test reports on materials and equipment. 4. Visiting the project site as construction proceeds to observe and report on the progress and the quality of the executed work. 5. Issuing necessary interpretations and clarifications of contract documents, preparing change orders requiring special inspections and testing of the work, and making recommendations as to the acceptability of the work. 6. Prepare sketches required to resolve problems due to actual field conditions encountered. 7. Preparing record drawings from information submitted by the CONTRACTOR. SPECIFIC INFRASTRUCTURE DESIGN FEATURES FOR THE PROJECT • Research of existing facilities • Research of existing utilities • Final Design of the three lane section that can be incorporated into the final four lane boulevard section • Final Design Schematics of the ultimate four lane boulevard roadway section • Project phasing from a three lane connection to a future four lane boulevard section • Assistance with Right of Entry for project analysis ATTACHMENT A SUMMARY OF CHARGES FOR SERVICES 2003 — 2004 CAPITAL IMPROVEMENTS PROJECT FOR RIVERY TO HIGHWAY 29 CONNECTOR GEORGETOWN, TEXAS f TASK Rivery To Highway 29 Connector I. BASIC SERVICES A. Preliminary Design & Schematics $ 17,000.00 B. Project Coordination and Phasing $ 7,500.00-- C. Final Design $ 78,000.00 D. Bidding $ 6,500.00 E. Construction Administration $ 38,000.00 $ 147,000.00 TOTAL BASIC SERVICES II. SPECIAL SERVICES A. Design Surveys $ 12,000.00 B. R.O.W. Preparation & Documents $ 4,500.00, C. WPAP Design & Submittals $ 5,000.00 D. Archaeological Investigations $ 6,500.00— E. Environmental Investigations $ 6,000.00— F. Geotechnical Investigations $ 6,000.00— G. Construction Staking $ 9,000.00 TOTAL SPECIAL SERVICES $ 499000.00 f AMENDMENT DATED MAY 19, 2004 TO THE AGREEMENT BETWEEN THE CITY OF GEORGETOWN AND ROMING, PARKER & KASBERG, L.L.P. FOR PROFESSIONAL SERVICES FOR RIVERY TO HIGHWAY 29 CONNECTOR The General Services Agreement between the CITY OF GEORGETOWN (City) and Roming, Parker & Kasberg, L.L.P., (Engineer) last authorized on March 14, 1995, is hereby amended as follows: The scope and cost of the anticipated services are set forth in the attached Exhibit A. The charges for the work in Amendment Dated May 19, 2004 are to be paid on a lump sum basis unless additional work due to change in scope is authorized. Your signatures below will constitute your acceptance of Amendment Dated May 19, 2004. Executed in duplicate original this day of 2004 at Georgetown, Texas, where this contract is performable and enforceable. Approved as to form: Parry of the First Part: CITY OF GEORGETOWN, TEXAS Patricia E. Carls City Attorney Gary Nelon Mayor Attest: Sandra D. Lee Party of the Second Part: City Secretary ROMING, PARKER & KASBERG, L.L.P. /L , 4 By: R. David Patrick, P.E. Principal Engineer STATE OF TEXAS COUNTY OF BELL This instrument as acknowledged before me on this the 9 4h day of 1 1 2004. Notary Public :R i•: DORIS M. WALTERS Notary Public, State of Texas MY CommlWon Expires Daoembar 27, 2005 Printed name: VOR Is M. %n/ UrF_ tZS Commission Expires: 19.-27 -06 Exhibit A (Updated May 19, 2004) This updated Exhibit A to the original General Services Agreement between the City of Georgetown and Roming, Parker & Kasberg, L.L.P., dated March 14, 1995, provides for the scope of basic and special services required for developing construction plans, specifications and contract documents for Rivery To Highway 29 Connector. The attached letter details the services and associated charges for the proposed work. Mr. Jim Briggs May 19, 2004 Page Five • Design surveys of the project site and topographical representation of the surveys • Hydrology and drainage design for both the three lane and future four lane sections • WPAP reports to be submitted to the TCEQ for project acceptance in account for both three lane and four lane sections. • Vertical geometry for both three lane and four lane sections • Intersection design and signage • Environmental, archaeological and geotechnical surveys and investigations • Coordination with TxDOT • Contract Documents and Specifications • Project to be bid and contracted • Construction Administration during the project If this proposal is agreeable, please return two executed originals to our office. Sincerely, R. David Patrick, P.E. RDP/crc R JL 1621,56L 716,7 0,1 AC :'^ _ w _ ^ �.. , : 4•�° 4 p -, 0404 �� R .. - _.. ♦' ����,R .1 05 A VM HACIA LOS LOBOS '� 1•'t'�' _ �'(��1G � ♦ � yt?` � �.�'"• - .. _ ;�' I R381123 Ara PROPOSED THREE LANE +i' ".' �• t"� a.%/ R �^ ROAD EXTENSION WITH. a' K•� !Ism t4asa FUTURE EXPANSION TO 4 EA P'PULSIFER' ,�`• 1 J' »3 1' , .. f.A Wt" - 91 " . 01, i, R040430 R397516 t �� BETTIE WOLF. et al i[ ♦e • "♦jcp f, 33 202.149AC q4 56 to(Ac I. . 't_ ♦r rV "a I i64.419'AC- 1p At 167.701 AC`TV " Y"" ' ♦ I, '06- 4 -owl 4 ..�•i� � ;1h1 iib ASR •. i 40 It i y 039646 R040444 ,n ' � • -'�'` � 1 �Fi32614 � ROB9781 l �E 55B�9OQpNNe �O \ r KAR JAY, L. WOLF ♦, ! O5NRC1f •. ', 961565' CEMETERY ^. 1947553 s _�. 1.d202.149AC. /4902 • ' e t� 00 17,73 AC WAC. 50A 1�' ■�'i.A• AL LRJ KARR �i. I .291 R DO 980434 1.88 ' 3 4601 a ♦ r . •. 2 4A AC r _7 0 124AC R307339 ��^_. "fes- r_ ' mooaeeniwourw exleeiw __s--_ rtnnnu�rawu,Eewt�w 1050 rvrwe sono iurawa¢na ' £ ..5 ♦A',�.1 p ' ��[?j � A � � # ^ '' { ,� - �.is}xa"msmnnarsrom ' 1 • Rt" �` �� �' .�,� d .. A � ,, - �� cvsmu �.osroetnmrnor® • ; � i ".�i �'j'O•tt\- T rqt .. � 1 � ♦ � :.: • � �r a�eamma, CITY OF GEORGETOWN .,+'; a:�"n♦w"A A'al�� PROPOSkD SIGNALIZED W PROPOSED ROAD EXTENSION INTERSECTION 1.6.,